Loading...
HomeMy WebLinkAboutContract 57497'4a�� ���f� ���' � ¢�� ��i�n�� �� ���G����Jy�- �'�'�`8'��C�` �i�. � '� q � �o ��� 1 ����'#-� ��� PROJ�CT 1�A1��3A]L l��lt '�']H�E C�I�3S'�'1��JCT�01� Ol�" Syeamore C'reeklntercepto�Rehabilitcation (�VI-275 c� 1V1-164) ��t� ��a��t �r�. ���o� Matt�e Parkar Mayor David Cooke �ity Manager �hris Harder, P.E. Director, ZUater Department �r����°e� i%�° The Cn� o�° ]��r� �'Vva��l� �Va�ea° I)�par�tv�nt ���� a'. LQ1202 3 LQCi{Y�f�4D� ANi7Rk1�S 8� i�l�ltik iNC, Ff��9 h6_ FPfi34 �� Lc�cic�nrs���, �4����a�r� � ������ ���m �0 L€O .� 13;R�.�� COi'��RIa�IY - � G�i�� � '��#°�' � ! a �+W u � i l�lp �iK �'�915 ,���� lA���IV�1�7A����.Y ���� ���4�V�C � ��� � ������ ��� �f ��������h� . Y `�ab1e of Cox��ents Adapted Se�temUer 2011 00 40 DO - i TABLC OF CONTEi�1T5 Page 1 of 3 SECT[dN fl0 00 OU TABL� ot+ coNT�n��� A�visiots oEl - G�i�ers�t Caxiciifions 00 �5 �i0 �ayor a�id Counci� Gam�nunicat�o�a 0� OS IS A.cidenda 00 l 1 13 Invifia��on ta Bidde�'s QO 21 13 Instructions tn Bidde��s 00 35 I3 Confliat of �nte��est Af�'ida�vit 00 41 00 Bid Foxm . 00 �42 43 Py°�posal Foi•m Unit �rice 00 43 13 �id Baa�d 00 �3 37 V�endo�• Compliance to State T�aw Nan3�esid���.i Bi.dder 00 4S 11 Bidders Pxeguatifcations fl0 45 12 �'requali�'tcatinn Statetnent � DO 45 i.3 I3idder �'reQuadx�'ica'tiati Ap��ieation 00 45 2.G Coat�ractor Compliance with Woz�kexs' Cam�ensatifln La�w 00 45 44) �lttoxity $uSirieSs L1ltelpl'i5e Goa1 QD 3� 43 .A.g��eeme�zt 00 61 13 �'erfo�•tnance Bond � 00 61 �� YaymenfiBond 00 61 19 Mainte�iance �ond 00 61 25 Cer�i�oate af Insurance 40 72 Oa Genera! Canditio�s DO 73 Cl0 Sup�ienn�nt�ry Conditions Di�isia�� OX � General Reqe►�x�e�nants 01 Il QQ Sumrr►azy af'l�Voz•k 0125 QD Su1�sFitutinn �a•ocedtu'es Dl 3 � 19 �'recanstruction �eSting 0� 3l. 20 Prajec� Meet�ngs Ol 32 16 Cansfruckion �'rog��ess Schedlile OI 32 1 G.1 Coixstruatian 5c�eduie — Baseline Example 01 3� 16.2 Co�rsh•uction Sched�le --- Progress Exan3pie 41 32 I 6.3 Construction i�raject Sehedule Prog�•ess Nar�•e�five fll 32 33 Freco�struction Video - OX 33 p� Submit�ats O1.3513 Speoia�.Ptx�j�etP�'ocedures Ol 45 23 Testin.g and Inspection Se�vices OI 50 0� Temp�rary �aoiiities and Coutrois 4] 5S 26 �t��eet Use Permit and iViodi£'icatians ta Txaff'ic Control O1 57 I3 Storm Wa�er Paliutinn �'reveixtion PIa« O1 58 13 Teanporaly Proje�t Sigr�age O1 60 0� P�aducf Require�nents 01 66 �0 Pi•oduct 5torage �nd �andli�lg R�quit•e�nenis Oi 70 Oa Mabilrzatlon and Remobiliza�tion �1 7� 23 Construction Staking ancl Survey O1 74 23 Cleaning D]. 77 13 Cl�senut R�quir�meuts O1 78 2� Operatian and Maintenance bata CTTY Q� �'QI�T WOR"FH SYCF�Mi3R� CREEIC INT�Ii.CGPTE3R R�i-lAk3iE.I'k'kTIdT�! STAN[bARb CdNS"f'ttUC'1'IO7�4 SPGCII�iCA,TlOI�[ T70CUMENTS G1TV PRO]�CT AIO. - 022p0 Rcvised Fe�r�tary 2, 201G ODOOflO-2 TAT3LE QF CONi'ENTS Aage 2 of 3 O1 78 3� Project Record Documents Tec�i�nica! �peci�ications which l�ave becn mo�itie�i by tlie �ngineer s�ecifcaliy for this. P��oject; ��artl copies Rre included in t�e Project''s Contcac# Aocumenfs Divisfo�t 33 -- Utilities 33 O1 30 Sewer and 1V1at�hole Testing 33 0131 Closed Circuit Television (CCT'�) Inspection 33 03 10 Bypass Pumping of L�xisting Sewer =ystems 33 05 10 Utility �rench Exeavat�on, Embedment, ��nd Baek�ll 33 OS 13 �rame, Cav�r, anci Grade Rings 33 31 12 Cured in Placs �'ipe {CIPP) 33 39 21 Goncrete Polymer Manhole 33 39 22 Polymer Conerete Utility Snuatures 33 39 64 Epoxy Line�s for Sattita�y Sewer Structures , Tecl►�ica! Speci�ications Iisted bslow axe �incIuded i���• !-�!�s Pi•ojecf by reference and can Ue vie�vsdldo�,vnloaded from fhc City's �vebsite at: tln�!►� iq�rr�artht�a�.�ovltnwlea�tra�ctar�/ or httnsa� �:�03�'orfhte�tas.¢m�lProiectResaurc�!` . DivisioYi 0� - ��rasfing Caudifious • Q2 A�1 13 Selective Site Dsnnolition U2 �1 14 Utility Remor�a]lA.bandanment 02 41 1 S Pa�ing I�emoval Diviisxo�� Q3 - Concrete , 03 30 �Q Cast In-Place Concrete 03 3413 Cantrolled Low Sfrengtli Material (C�.SiVZ} 03 3416 Concret� Base Mate�•ial £or Trench Repair 03 84 00 Modifiaatlons to Existing C�ncrete Sh�uctuces Di�ision 3l. � Eart�l�vnrlc ' 31 l.Q 40 5ite Cleai�ing 31 23 16 Unclassified Excavatioi� 31 23 23 Borraw ' 31 24 00 Embankinents 31 25 00 Erosion anci Sediment Cantrol 31 37 00 Riprap Dir�is�on 3� - �xtex•ior �mpi•ovemenfs 32 O1 17 Permanent Asphalt Paving Repai�� ' 32 O1 18 Temparary Asphalt Paving Repair 32 a! 29 Cox�crete Pa�ing Repair 3211 23 Flexi6le Basa Cvurses 321 I 29 Lime Treated Base Cnt�rses 32 11 33 Cement Treated Base Courses � 32 � 2 I6 Asphalt Paving CITY On �'OItT WORTH SYCAMORE CRLEK TNTaRCEPTQIZ TiE1�AB�LITATLOW STAiVpA1tI7 CONST�tUCT10N SPECIFICATIOI� DOCUM�NTS CITY PRO]ECl' NQ, -02200 Aevised February 2, 201G ' aooaoo-3 TAl3T E C7�' CON'iEN'('S Page 3 af 3 32 X3 20 Cn�1ei•efe Sidewalks, Drivewa�s �t�d Barrier ���ee T�a►nps 32 X 3 7� Concj•�t� �'�ving roint S�alants � 32 J 613 Canareie Cui•b and G�t�ers �nc� Valley ��itters 32 17 23 I'avement M���kin�s 32 31 13 Chain Fences and Gates 32 91 19 '�'apsoil Piacement and Fi�tist�ir�g of Parkways 32 92 3 3 Soclding � 32 �2 � 4 Nan �tative Seedzng 3293 43 Trees at�d Sl����bs Ai�visian 33 - Uf�liiics � 33 04 50 Clear�ing o£ S�rve�• It�ai�as 33 05 I�l . Adjusting Mauholes, in�eks, Valve �3oxes, aud Other 5tr�:tctures to Grade 33 OS 17 - Co�lc�ete CoX�ars 33 D5 2G C7tiliFy Ma��k�rs/r,ocators � , 33 QS �0 S�cation vf E�isting Utilities 33 I 1 05 Bolts, Nuts, and Gaskets 33 13 12 �olyvinyl ChIaride (PIiC) Pc�ssure pipe 33 3� Z 2 Cured ��i �'lac� I'ipa (CiYpj 33 3I J.3 �iberg�ass Reinfarced �'i�e for G�•avity Sanitaiy 5ewers 33 3 k 24 i'blyvinyl Chloride (PVC) Gravity Sa��itary Sewe�• Pipe 33 39 i0 Cast i��-i'Iace Concrete iVlaaholes 33 39 20 �'��ecast Concrete Manholes 33 q�] 10 Reinfarcer� Concre�e Storm Sewer PipefCulverts 33 49 10 Cast zn-Place Manl�at�s aaad Junct�on Boxes Di�vi�ia�x 34 -� Tr•���s�nrtafion 34 71 l3 T�•aff�c Cant��al .A:ppendi� GC-4.01 GG4.02 GG4.04 GC-4,06 GC-6.06,D G�-6,07 GC-6.09 GC-5.24 GR-� i 6fl OQ A�vaiiability af'�,�nds Sut�sur�`ace and I'hysie�l Conditions U��dergrounci �aeilii�es I-�a�ardaus En�virnnmental Co��dition at �ite IViinority and Wosnen �wned Busiuess Eirterprisa Cotnplianee �age �tates �'e��mits and U#iliiies Nondisorim�nation P�•oduat Requirements Enrn or+ s�cTzort CETX OP FOR'E' WQRTH SYCAMOItE Cit��I� iTi'1'�RCEP7'O� k2F'iI-IAI3lL1'CATIOA3 S"I'ANDARD CONSTRUCTiON SPECIFICA'IIOT[ D�C[]MENTS CITY PR07EC'1' N�. - 02200 ltevis�d �ebrcEary 2, 2� I6 �ify ��' �or� �'�►'�h, �`e�'�s �1���� �.�� �����i� ��������a�q�� DAi'�: Tuesday, April 12, 2�22 LO� NAM�: 60CR��KREHRB-I�fSfTU R�FER�NC� NO.: ��M�c �z-az�g S€JBJECT: (CD 8) A�thorize �xecution nf a Contract with Insitufarm 7eci�nolog9es, [.LC., in the Arnount oi $2,69�,235.50 for the Sycamore Creek !n€erceptor Impravemenf Pra}ect, Provide for �raject Cas#s for a Project Tatal in th� Amounf o� $3,089,528.00, and Adapf lhe Attached Appropriakion Ordinance ta Effect a Portian af V1later's ContrEbufion lo t�e �iscal Years 2Q22-�fJ26 Capifal Improvemenf I'rogram R�COMM�Nf�A'iION: It is recorrimended that fhe City Cflunci[: 1. Autharize exeeuiian of a cantract wifh lnsituform %chnologies, L.LC,, En t�se amaunt of $2,695,235_50 far ihe Sycamo�e Cre�k Interceptor Improvemeni; and 2. Ada�t t#�e atfachet� appropriatian ordinance i�creasing estimat�d receipls and a�propriafions in the Water and Sewer Capita� Pro}ecis Fund In the amocant of $3,485,52.8.00, #ransferred �ram �vailai�le funds in the Water and Sewer �ur�d, to fund ihe 5ycamore Creek Inlercepior Improvement project (Gily Praject Na. CQ220Q} to effect a porfion of Water`5 cantribution Eo the �fscal Y�ars 2022-2026 Gapifal kmprovement �'ragram. ors�ussio�a: The Sycamore Greek Intercept�r Im�roverrtent was advertised fa� bid on I]ecember �3, 202� and becem��r 3n, 2021 in the Fori 1Narth SFar-Telegram. On January 2i, �022 the foqowing bids were received. Ta#al '� (Base Tatal 2 (B�se hir� * 7a�a� 3 (�ase bfc€ � Polymer TtME OF B1DpER Standarr� G��c�.��� bid �r �'VG �OMPI.ETIQN co�Grefe �nanhale) �anhpEe) manhoie�) .�.._� ' _�.____._.._..�., lnsifufarm —�___. ----�-.-- 240 Galendar Technalagies, $2,668,343.Q0 $2,695,235.5{1* $2,703,335,5Q pays LLC .__--_ _-------- — -- .. _..._.._.. �_�..__ — 5AK Construckion, $3,�64,254.00 Na �id � No Bid --.�.. LLC---- - �__ _� _.�..._ �--� *5ta�f reeamrnends #he approval Qf the low bick receiveci far Totai 2 due to th� I�nger life span and reduced mainfenance costs of paiymer conerete manhn[�s. In acldition to the cb�tract cost, $259,530.00 is r�c�uirer� far praject managerrten�, inspectian and rr�aterial testing and $'! 34,762.50 Is provided for prQject Gonfingency. It is the pracCice �f the Wafer De�artme�t fo apprnpriate iis ClP plan througf�out #he f9scal year as �rojecfs camrnence, addiliona! funding needs are identified, and to comply with bond cover�ants.l"he actions in the M&C will appropriate fund� in sup�ort ai t�e Water's partian of the C[ty af Fart W�rth`s Fiscal Y�ars 2p22�2026 Capital lmpravemank Program, as follows; Capifal FY2022 CfF� Func! Nrojecf Name q��ra�rfatians Autha Nam� �sooz - ca��aa - ' � - `rr,is �n� W&5 Sycamore I Budget Re�ised C�tanc�� �Y2022 (lncreasel 8����� Qecrease) �,�s�,��a.ao ��,fls�,�2s.on Capilaf Creek Pro�ect [nterce�tor Fur�d � lmpravemer�i �tinding fs curre�tiy avaiiable in the Unspecifled-pll F�mds �raj�ct +�vifhin #he Wat�r & S�w�r Capital Prnjects �und fnr the purpose of funding ihe 5y�amdre Cre�k [nterceptor Improvetnenf. Approprfalions far the Sycamare Greek Ir�ierceptar Improvement are as depict�c! belaw; .—._.�....._...._.�..,.,,..w........_..... _---.._ W..._--- �xi5ting � Aclditional � Pro �und ' ject Tfltal* Appr��riations�Appropria�ians� � WS Capital Project � , ___�.�_..._�._� 2099-Fund � $3,E70,7�5.OD $0.0�� �3,87fl,725.OD 5601� ...___T._ _ � �.�____.. -------._._ ..�.____.__�_�___�i __ Water & S�wer Bond 2020A � $5,983,328A0{ $O.OU $5,983,328.0�, Fund 56�'�7 � � —._..__�.__.._�_ _�_�..,.�_..__...-----�-- �-�-----�---a___...___---�- �-.� ; Sewer Gapikal � Legacy - F'und � $�,$18,139.nd $0.001 $�{,8'k�,'f39.D0 59607 � _.w.—�.�__._.�...�... �.._�� - - ----G Water & S�wer �api#al P�'ojects - � $0.00 $3,D89,528.00 $3,089,528.00 , Fund 58002 I----- ----- �----.�. ._.��._...._... ..---��---- Prajecf Total ..T �'f'f,472,�92.Q0 $3,Q�39,52BA0 $'f4,�61,720.QQ ��lumbers rounded for pres�niatinn, "I'his prnject will ha�e no impact on the Wafer Department's operating budget when cam�lete�. The project is �art of fhe Water Reparti�nenf's Sanitary Sewer O��rflaw [nit�ative Prog�arr�. �usiness �quity: Insituforrrti Tec�nalogies, LLC is in compliartce wilh ihe City's 8usiness Equity Ordinance by cammitiing �a 'fd percent �usln�ss Equity participation an this project. ihe Ciiy's gusiness Equiky gnat on this project is n[ne �ercent. The project is lacat�d in CQUNGIL DISTRICI" 8. �1�GAL I[�FORi1ilA'iION 1 CCRTiFICATI0IV: The Directar af �in�nce cerfifies that funds are c�rr�ntly available in fhe Unsp�cifi�d-All Funds within the W&S C�pifa� Project �und and t�pon appraval o( the above recorr�mendatians and adopiion af #he alt��i�ed appropriation ordinar►ce, funds will be available in the W&S Gapital Prajacis F"und for fhe Sycamare CreeEs Interce�tor Imp pCaject, f'riar to any expenditure being incur�ed, the Wafer D��rartm�nt has the respansibility of verifyinq the �vailabi[ify of funds. run�n i��t��r����Rs ��cns�: FI�OM .__ . - - ----- -- _ ----�--��- — -- _.�.y..��....._._.._--- - �Fund Depar�ment ceour�f Prnj�at program ctivity Budge# R�ference # mount [l� ID Year Chartfield � . �_----� �,__ �-m �._��.��._.._.._�._.._.� �_ _�._��._...._ ..._____.._ i )_..___. _----._.. _. C�RTIFICATiO[�5: Submifted for Gity anager's Office by� prlginating Aepartm�nt H.ead: Additional infor�ation C�n#a�t: �TTACHM�N� Dana �urg�dafi (8018) Chris Harder (502#1} l.lan� Canfon (6824) �. �+��,u�- _�I�C:i-i�►e3-IPlS.Il'U.d('-+ (CFW Internai) 2. ��F;R�ElCR�IA�=IIVS.�T ��OU1.�OCx (Publfcj 3. �aCREEFCREHAB-INSITU 1285.� (GFW Internal) 4. �CREEKREWAB-IN3�TU Corn�liat�ca I�Qnti� �i�.20h-4 uz2'I2� N�N,;�* (C�w Internal} 5. , ,CREEKREHAB-�NSiTU MAP.�.[ (Public) 6. �l��,,,EEKREMAB-1NSITU PBS CPN CD2�fl ,} ' (puhlicj 7. �USCREE�REHAB-INSITLI SAM.�{ (C�I�V Internal) 8. 60SCREEI<REMAB-INSITU_FIG Teble (WC� ��j,�j�t (CF'W lnternal) ooasia-� MAYQR AND COUNClL COMMUNICATiUN (ll�i&C) ra�� � or i � S�CTION 00 0� 10 2 MA'SCC3R AND COUNCTL COMMUNiCATION (M&C) 3 • h 5 6 !!-�'"-"'_ , _, = nnr,;cu:� �,;Y, = uBiarl: . _a`.an..:y �.�m� ii._ . 7 tt. _ ��r��r��.�jc�r:,,��f:�['�rx:.-r�,sl�;r?P#��r�sa�rfr�r�r:{�"-,} 8 9 10 11 12 !3 14 15 �6 I7 18 19 � 20 . 21 22 23 24 �ND OI+ S�CTION n- ---- -� � J � CI7'Y Of� FdRT W�RTfi SYCAi4iORC CRGEK INTGRCEPTOR R�IiABILiTATiO�! S7'ANDARD CONS`I'RUC�[QN 5PECIPICATIOAI DOCUMENTS ClT�' PRDlECT NO. - 0220U Rovis�d Jniy 1, 2011 � �ycamare Creak Tnterceptor Rehabz�itatxon {M-27S & M-164} Addendum � �X�Y 4F �URT W4XtTH AA]DENDUM Na � '�'Q �HE SPECII�CATYON'S A�D C�I+d'.['�AC'�i' DDC�EI.VTS FOR �YCAIVI(O� C�.tC�K T1�ITERC�PTOR R,�HABILiTATxO1V' — (li'1[�2qS & Nt 16�) C�'I'X PRO�ECT NU. fl��a0 �� �rigi�ai �iid �pBning D�t�: Thursday, Janua� �0, �022 Add�ndum I�o �. Issued: �anuary X�, 20�� Tlae contract and documents for the st�bject prajeat are Izereby revissd or a�nended �s the fallawiag: The addenda and u�dsted documents f�a�e been posfed on-line and can bs vieweci at: c . e ���ttrr��[►,�nl General • p�.A,NS, S�'�CFt'Y��iT�O1�S A�II] A.DbE1vDUM DO'WNLOAD LXNKS The new 1�nI�s tn the plan9, speci�ication�, additional infor�nat�o�►, �nd addendum are the followin�: � Pla�s, Speciiications, ant� addRtion�I information available at the �iew �tnl�; s: �I .�3a0.�e�tacl�sk.r,�m � i7►e�7e6ef-3�g���4��4t�ee5e95�klf Addenda and nny updaie� available at the naw 1ink: ht���.11does.� �. utntl��.mml�� 7ce�f7- 30-a�e��2�e5�fS97 Tl�e �la� Holders Forrn downioad link has been included with Addendum No. 1. �t • � �. �. ,[ak���lT71c�4�-d�.�c__..-dt)6f 90b9-d4f�c4iIQ��7 Sycamo�e GSrae�t �nterceptor R�haUi�itatian (M-2T5 & M-15�} Addendum I acs(icrnti Ciariticiitiun4; �.No Qu�siions assooiatBd wit� Addendum No. l at fhis #irrie. I'��n,jecl M���uEnl: + Remove currant Bid Form (Sectiot� 00 41 00) entirely �nd replace with Addendum No. 1 provlded Bid F�arm (Section 00 �4100), � Re�a�e currsnt �rapasal �orm (5ection OU 42 4�) entireiy and r�place with Addendum N'o. l provided Proposal Form (Secfion 00 �l2 A�3}, o R��Qy� ���ent Pret�ualification Stateme�t f5ection 00 4S 12) entirely and r�placa with Addendum N'n. 1 provided Prequa�ificatior� �s�tp►„pn±(+�ectian 04 45 I2). o Remo�e� aa�rent �,ineca far Sanitary Sswer 3tructures (Section 33 39 60j entirely and replace wifh Acidendum Na 1 pro�ided Liners For Sanitary Sewer Structures (5ection 33 39 d0). Pi�a: o Modi�ed City of Fort'Worth Detsil D212 4ias been added to the prajeet. Ac�cttowled�e your receipt of this Addendutn No. l by completing the requested informa#ion at the fa�lnwing lncet'sons: ], Yn the spaae pz•ovided in Sention 00 41 04 Bid Farm of tha Bid Proposal. 2. Txeaute acicnnwledgem�nt belaw and submit signed eopy with your prapasal at the tima aFthe bld subn��ttal. REC�IPT ACKNOWLEDG�S: �3y�: ��fl ��,,�,. �1�,�. Cir�a Gurrieri, Contraating & Atkes�ing Oificer , �� : �� � ��, � ,� _ �� . ������.... -,�q�,lf �*.: * �. � •.* ...... oR�o �. vAuoH�u . ..... , A 922693 _ . � � L4�G�(INB�d, �111���VIOS � �1�W�t�E11, ���, A I.EO A DAIY COMPANY Texas Reglstered Engir�eering Firm F z61� Cfiiy of Fort Wort� Chris Harder, P,E. Di�fior, WaterDaps�mant ...- .— a 1 � [ly.�. � � ,i1 E"� �;' � t . - '►r' Tony Sholola, P,E, Assis�ntDirector, Vltater popartrnent 2 Sycan�c���e Cx•eelc Inteccepto� Rehabilits�tia�1 {M-275 & M-164} Addentlum 2 CiTY 4Z+" I+'ORT VVORTI� .A.DD�NDCJN.� Nti. � TO TI�C SQ�CII+ICATxONS AND CONTXtA.CT IIOC�TiVI�NTS TOR SYCAMOR� CR��IC XN�'�ZtC�l'TOR R�HATiYLiTATION — (1VI-��5 & N�»YG4) CITY PRO.T�CT NO. 4�200 - �4 �ird Openi��g �ate: Thur�day, Jantiary Z'�, 2422 Addendunn No � �ssue�: �anuaxy 14, 2022 Tlie cn��tract and tiocuments fo�'tlie s��bject ���oject are hereby �'evised or amexided as tlie fo(lowing: Tlye addenda and updated documents have been past�d on-line and oan be viewed at; �an • h . _ � �.: ..y�� I ���P ; _ -,..�r. '---� _� �.R�-� ,�,--�'--�, Gonorai � P�,ANS, �PECII'ICA�'XON� AND AD��NDUM DOWNLOAD LINI�S �'l�e ne�v IinIcs to the �Ians, spee�fics�ilons, sdditiona�l iiifarmaffay�, at�d t�dttenc�i�m a��e t��e foI[otivingc Plans, S[)CC'1C1CR«Oi1S� Alt(I R{�[jjf10]1&� ��4�Di[t1AtI,Ori RVRiIRUiB R� tI1C 11B'4V �3R11�: , r.-iqP--t.r-�- �.k�a�+ii.y�ir�•- -------�i �nr�- J� �7 =� —,'�': �s+d� _ � ��e -�'�y1'.se1 A.ddenda and a�iy updates availa�le �t tl�e ��e�v li�►Ic: 1F���y.L�-�L3. -��—�._ _ R.T�� �w �_ �� T Y*._ ��^= -�(�T.Q(V" Si _ �a��'_ 9�_`�'' _ —_ _ _ —� _a - Tl�e PIAn Holde��s roxin downlo�►d iin[c h�s bco�� iiycle�ded witlt Adde�idum No. l. n• -- � ' • , - -_f. � L - .� � - -� _ '�-: "A' flr— -.- -�~ � i '� r � .____ - -'-' - - — ---- � Sycanio}�e C�'eelc Intercepto� Ztel�al�ilit�ation (M-275 & M-164) Addet�dtii�� 2 OuesitanslC����it'ic�tjo��s., � 1'otential i�idtlei�s have inquired iF tl�ea'e are e�isting/previously City pec•fa��med CCTV ii�s��ectio�� attd subseqiie�t# �'e�}ox�ts �vaifal�le, with regards fa tlae ciirreut projects (M-27S & M-] 64) saziitary sewer pi�iif�. o Tl�e following linit innitufes two (2) At�cGIS sliape files, CCTV videos, aEid City gonex�atecl repoi�ts (if avflifable per �ipe seg�naut), Tfte ivro (2) sl�flpe files intl icat� City ttetworlcs �ucl tlts curt•ent Syeain�a'e Creek T��tercepta�• Reh�bilitatinn ��rojeot, Far re�'���e��ce� o - �.�-� _ a.' �� -.- �' �":�a- a� �� ��=a-�- - _ _ - - � - i .. R� . r ��� -�•i� •. - _if� . _ . -- `_ -.� rL'- —'--- � - ---- .- - - z _ P��a.jeet Mantr�l: • Cliau e Stunina� : Ti�e cltango tnaluded wit�ain this Adt�endum �noves tl�e ctu°reut bici opeiiing date a�' ],120/�022 a�e week, td a i��ew date af �1�'�I2022. lansr o No Plaa ci�anges associated witli Adcianciu�n No. 2 at fhis ti�ne. Acluiowiedge yot��� recaipt of this Addendun�. Na, 2 by coi7�pletiifg tl�e reqpested informatio►� at the %llawit�g lacations: 1. Tn the space provided i�i Sea�ion 40 �I 00 Bid ror�n ofrltis Bid P,•aposal. 2. Exeo�tte �clafawledgem$nt below a��d subtnit signed copy with yau�• pioposal at tl�e time of tl�e bid subinittal. RECL�I�'T ACI�NOWLEDGES; By, �i.rr.a. 1�cz+�a.ir�+.L Titta;, C1n Gurrieri. Contractirlg & Attesting. afficer , �, ��,�� � t ." �-� ,� � � ��,,; .......;��-qsy�� ,� : . � ., � �.. , .. GRECi A. VAU�HN . .... �. 122693 __ � �o�in�w��d, A����ws � N����r�, Ir��. A GE� A DAiY C�MPANY Texas Hegistered Engineering Flrm �25�� c�cy o�ra�•�wo��c� Clu�is H�rdex�, �'.E. Di��sctar, Water Dapa��i�ent r �� �- I w �V� � � � � . .. �,�c J Tony Sl�olofs, P.�. AssistaittDii�ato�•, Wat��Denati-hnent � Sycarnox•e Crcelc Ik�fei�ceptor R.eliabilitatiotl {M-275 & M-1C�4) Adciendut�i 3 czTY v� ro�Twoz�x�r .ADD�NDUM No, 3 `�O TH� SI'�CII`ICATI4NS APiD CONTRACT DOCUN�NTS �+'O� SYCAmUIt� C +'�K IN�'��i.C��'T4R R�HABILITATxUN � (M�2�'� & M-7.64} CXT�i PItDJ�CTN�. U22U0 - 4 4ri�ina! Bid 4penxng Da��: Thursday, �Ianuary 24, 2422 1lTew Bid Upenin� Date; Thursday, J�at�uarry �'�, 202� Addendum No 3 X�su�ed: January I8, �U�� The ani�t�'ac# and docu►neuts €or tha sub,�ect �raject a�•e l�e�eby ��evised ot� atnanded as tlia fallowiitg; Tl�e adclenda aud updated docutne��ts l�ave been posted nn-liiie and can ba viewed at: , � _ _ - . � , . - - _ � . ,�. • ., � . .- - :wl i - - .�.� -- I � General � Acitlendum No. 3 x�e�Inees Acicle��c�nm No. � in its eniireiy • PI,ANS, �P�CIFICAT�ON� .AND ADDENDCIM DOWNLOAD LI1�iI�S The ncry linits to tl�Q �[nns, s�ecificntions, �tdtli#ional informa#ian, �nd �dclen[h�m �t�e flie follo�cr+ia��: Playas, S�ecificatio��s, and additioatRl informai[on avafl�ule at tI►e ne�v 1ir�1�: _ _.� �_ii '_ �_'+' __ _._ ; 11� • _ ft '-�_- _ _ � ' _- — _ • 1i"_ - - - -. Addanc�s� aytcl Ruy u�dafes a�R4la�1e at tlie �te�v Iinic: . a - _,� � _ � .,� -_� - _- ;. - --- _ _ -. •• � _ :,+ � - .. i , V �' ' _ , ' -� _ _ _ --� J� -1 .. - - - - ' ' ' The �'l�u Halcler�s Tarm clo�vnlostcl litt[c lias beeat i�icltrded �vitli Adtlenclum No.1; -' ..- - " - . • - - - � __ -e- �.. . .. �- - - � 1 Syca�i�ore Ci•eelc X«terceptar R�l��bilitatio�� (M-27S & M-16�) Addei�d��n� 3 �iestionslClar�fica#io��s: • Potentifli Biddel's have inquired if the��e �re existing/previously Cily perforinec) CCTV ii�spection atld snbsequent repoits avAilable, with regards io tlie current �rojeo�s {M-275 & M�1 G4) sa��itary sewet� pipin�. � � Tfte follawing li�tic i�tcludes two (2) At•CGXS Sll�lpe �lesi CCTV videos, ai�c� City generated t�epor�s {if av�ilable nej• pipe segment), The two (2) sltape files ii�dicate City iteiwo�'�C5 a1lL� ��1� ctirl'elli Syc�lnoi•e Creelc Interce�tor Ttal�abilieatian projeot, foi• s•efereisce. n �-- _'-: ,, ,- -_ - .- -�� _. . - _ _ _ _ : . - � � = _� ' � _ - _� . . ,� dac td� �nKv _ ' r � _ . . _ - '� - _ - . - _' r _- .< . ,- — _ iflHS. � No Plan changes assooiated with Addendu�n No. 3 attl�is tiine. Acltt�awledge you�' �ec�i�t of tl�is tic�deitc�u�n No. 3 by co�t�pleting tlie rec�iiested info�ination at the follawiug locati�a�s: 1, 1n tiie space pj�avided ii� Section 00 4l a0 aid Fo���n aitlle Bid Pt�apnsal. 2. Exeoute acknovs+ledgement balaw and sub�nit signed copy witl� yo«r proposal at tl�e ti�ne of the bid stibm ittal. RSC�IPT ACICNOWLEDG�S; By; 1�/i.►a.a. JCIu.M.i.tn�. `['itle; �ina Gurrteri, Contractin & Attestln Offier �� � �� ► �� : � � � � � �r ,�,�� o���,\�� � . 9� �� �7f' � .'• *� � �:` '•���� ............................: � � � GREt� A, VAUGHN . � �� � �� ;'.. 122693 ,' � �, ����¢w��d, Ar�dr�w� � &C�euvn�m, Inc. A LEO A �A1Y COMf'ANY 7exas Registered �ngineering F�rm F-2614 t city of ros�t'4�'ai�tl� Clii•is Harc3er, P.S. Directar, Water Depai�h�ent _r- � $y:� `�_= b � `� Totay Sholala, P.E. Assist�niDii�ector, Wate�•De��rhn�itt 2 Sycamore Cxee�c Interceptox Re�iabilitatian (M 275 & M-164) Addendum 4 CITX O�' FORT WOIt�'H ADD�NDUIi�I No. 4 TO THC SP�CII�CA'1�ONS AND COlo]TRA.CT DOCUMENT� T�OR SYCAMORE CR��K INT�RC�PTOR RGHASIL�TATION — (h+i�2y� & M�164} CITY PRO.�CT NO. 022U0 - � �riginal Bid Opening Date: Thursday9 January 2�, 20�2 l�ew Sid �pening 7)a��: Thursday, January �'�, �0�� A,ddendurn I�To 4 ��sued: January �1, �0�2 The eonkraet and dacuments for the subjeot projeet are hereby revised or amended as the following: The addenda and u�dated documents have 6een posted on iir�e and ean �e viewed at; RIl ' '-' U�+ " 't i �a•���rR,.•i1�i:'o(1� �� Praiect Manual; . � Rezx�.o�e cunent AddendumNo. 1 Propnsal Form (Sect�on OQ 42 43) entixely and replace vvith Addendum Na. A� provided Propasal Form (Sect�on 00 42 �3), Rernave cui�'ent Cuied it� Place Pipe (5ecEion 33 31 12) entirely and replac� w7'tth Addendum Na. 4 provided Cuzed 'w P�ace Pipe (SecNon 33 31 12). lans: • o Sheets 16, ] 7, 18 & 2Q have been revised, pleasa saa attached. Language regarding proposed "Type A" manholas k►ave beer� removed fram the refe��enced P&P sheets. � Sheet 22: A pt•inCin� error has bean carrected, please see attached. Detaii DOQ9 anci Detaif D010 title bloeks �nd �elated information har�e heen carractly shown. �"CIPP Liner Terittinaiian at a S�vctura" detail and gencral guidance information has been ���vided within #his Addendum, attached. �ycamo��e Creek Intercepto�• Rel��bilitation (M-275 & M-i64} Addendum � Cenet�al �, PLA1�S, SPECIFICATIONS ARD ADDET�TDUIVI DOWNLOAD LINI�S The new links fo the �IAns, speci�caflons, additionai iu�ox•matiayi, ai�d addendum are t��e fallowing: Plans, Speciiicat�ons, Rnd addifiaz�a� informatio�t a�atiable at �l�e new linl€: �_. _� :x,' • ., ._ ; zi _ �c :.t ;� _��� t'1��: �le . ---.�lt . - h�� o%� .. _�'_ ` .J:_t. L` �� �LO: �o v A�ldenda and �ny updates �►vailable at t�te new linl�: f-.... - - -..m- _s - �arff�= Kli�"r- r, �� i.� ���1.� ��QQti=+�C.4V�j�(i � !, . tr � S1J11 _�l1� — � _ -- — -- -- - �: The P�an Halders Torm dotivnlaad linlc l�as bcen lncluded vvith Adderidum loio. l: l `�� �iQ... 7.-tl 11.�/��-_ • �'y��� �s.� Lj. ��`'C+�* 1ir `.�]�3e,��Up�..�, � �1'�+a-s[. QuestinnslClarifica#inns: • Wa aannot t�e Type-A manholes fot• installation or te� tniiaation. We a�.�� suggesting tliat the manlwles be cl�snged to palymer or concretelcoated s�anda�d hases with a l�:ncl�iin�ert. Type-A cannot be used without installin�jtet�minating from n pit and then, installing the Fnanliole aftei• lining. If this is the intended snskallation, then details ne�d to be provided for the nev� manhoie stub-outs and ihe coz�eation detail. W� a�•e cnncerned thai there could be passible leakage defects in the future flnd unlined areas between the man3�oles and CIl'P. o Ang�ve�r: The plans h.ave been edited ta reflect "Mar�oies" in, lieu oi"Type-A Manholes". Plcase see atneFided dravrings attached to this Addendum. • Will the City provide and instali tha gate ai the intercannectian junct�onbox7 The gate is nat cwy.•ently present. o At�swer: Tl�e gate 'sn question is cw�c'ently being stozed by the City offsi#e. Operatians persoiu�el will install t�a gate when requestedlneeded wi.th px�oper nofice. o Cen the sail modulus be iricreased to 1,000 psi for CIPP desig�r�s7 We realize khat soil bores vvere aaznpl.eted, but 740 �si seems law for the depths and sui�ace conditions. Soil 6ore infoirna#ion appa�ts ta support a l�igher soil modulus. o Answex•: Prvvided modtilus of �oil reactian design requirements shall not be changed at this ti�ne, a Can �+e tak� into account the tunnel �iner stt�poiting some of RR and soil loading at the RR crossingZ a Am��ver: Tk�e pipeline is installed �in a tunnel liner pIate and the loading of tha t�ail�ra�d �nd excess overiiurden vvill be suppaited by the tunneL Liner designed thickness s4�alF be based upon adjoin3ng conditions upst�eam or dowtastreatn af the crossing. � Can a concrete restorativu lina item be added to the bid txl� for the wsllcing trails7 a A�s�ver: Existing concre#e pathways sf�all be pix�tected es oailed otit in the Cant�act Donuments. All eoa�crete pavin� damag�d as a result flf consiruction wnrk shall b� xeplaceci/i�estoced pe�• City standard Speei�aatian (3213 20) at no adc�tional cast to ti�e contr�te#. Sycamare Cx•eek Y�itarceptar Rahabilitatiar� (M-275 & M�J.G4) �dde�dum A � O�iP�a�i Sizeet 23, p�ease cla�ify khe joint deiai�s be�een the CTP�' aud tl�e nevv stx�ctu�es, o.Aqsvvei: An additinnel conshuatian d�Eait (�1PP Liner'fe�•mination ai a Shucture) �ias been incln�ed witl�i�a t�us Addendu�n, se.� �kfached. � On P1a� Sl�eet 23, �leasE illdicate t�iieTe you expect to u�i3ize "fibergiass �ield work" as refea-enced in Nnte �. o Answet•: �+Ia�ie is expected unless ihe �Thng is damaged du.ri�zg sitippu7g or install�ttian, o l�or the S4" a�'f Gromwe�l, the pFef��xed access wauld be along the existin� g�avel �-oad on th� Alv��•ado property at 125 G`�•atnweil. `�';he E�roadvvay St access nated nn �ise pians �vi4i rec�uire signi�cant modi�ications, clearing, and l�uiidup to uNlize. Can vra t�e the 125 Cxomwell access? a Ans►ver: ContracEar shall negoiiate sep��tely %om the Cont�acl tvit� aay and a�l i�di'vidual landntivnexs, if aceess ather tha� shot3m i.n fl�e Conhact Docutnents 1s desi�ed. � Dus to tSie canside��atian alaave �nd no receipt o� �ssessment data as of flvs daie, we are asking for a daiay in #lte bid date as a� additional addandutn is ex�ect�d and Iannary 17th is a�oliday. o Ans►ver; Tlre Project bid date �as been delayed I week, ta ranuary 27`�, via Addeud�un No. 3 (issued 7anuary 18��. r}ao CIPp installEcl pipe �iixers reqttire a low�pt'essure air teat for �nal accc�tance? a At�swer: Air te�ting �ast CI�'P installatian is not requ�red i.n Specf�ication 33 31 12. � A l�year vvananty is xeferenced in seet�pn 33 31 i�. -- l.(}7, K, $nd a 2 year uva�zanty is re%re�xced in seci�on 0� 72 00 —�—�.20, D. Ca�x yau eoxii"inn #fte warzanty period on kliis pzo,{eet? o Ans�e� : The vvatYanty period shall �e fo�: a period o� two (2} years. o Xu section 33 31 12 -- 2_04, C, 2, the soil densiky is listed at 130 �cf, and u� seetioit 33 31 i2 — 2.04, T�, 5 the sail density is listed at 120 pcf. Can yau caniuxn what parameter s�iould be used7 o Ans��eE•:13(� pcf s�tali be used, see attached xevised Speoificafiion. � The General I�Iates on �l�e pl�ns raference th$t na �ons#ructiox� svater is ��ailable along the projec� and that coni��a#rn' shall be responsible for transporting v�rat�a• to the site ar t�eating a waie�• supply saurce. Can yau coz�'uzn fhat there is not g�vater st�p�ly s��rce availabie fox this p�'oject? o Answer: Tl�e clnsesk water sattxce at ihe golf co�u�se is in fhe subdiviszon sever�i hundred feef away. North of tt�e iaiiroad trac�cs, rvatet is a'vailabls at hydrants along Wi�;dl�am �treet. o Can you eon�um that Project Ins�.uance Cove��ag� st�x116c maintained fa�� 3 qears follawing :�nal accept�nce, ar E��e aoni��ac.t �va�Y•ar�ty period, �vl�ichevar is Iongei'7 o Ans►ver: Cant"ir�ned. o Can a clag}rouse MH be inskal�ed instead of #he speci£ec1 Type A manlia�es at 26211, 262 i 5, 262 �4, i3IR2, S'�A 4�h70.�0? o Ans}ver; Tfiis question has been at�sweied p��eviausly ��uit�i�n t�is Adde�dum, see above, o'�ere is a flow rrteter i n t3�e manhoie of the 5�4°' pipe. Can we asswrna t'hat t�.e city will z�e�mo�e and repiace tlu� dur��g the consttuctio��pmcess at na cosl to the conlractor? a Answek'; Con�irmed, Car�iractor shali nu#ify Ci#y �et�xo�e172 l�ours prior ta vrrorlc being pec�'or�ned. • Xs the reinoval of the runction Rax 26210 and replacet�aent wilh Type A marzdatory? 'I'�e j�anctian sk uaturc ap�ears to ba in �aod working order. a Anetrer: Regarding rei�ou�tL �nd a•eplace�ne�t ofiike sfnic�ure �vith a Type A ma�ole, cni�med. � r On �l�o S4" C�I'P sco�e at (STA }�+-20 xv 7�-45) t[�ere is a'�cruaei Liner �round t�e host pipe. Tlie Cooper E- Syc�inore Creek Interceptoz Rehal�ilitatiai� (M-275 & M-1 64) Addendum 4 80 design would be a large overdesign for this hast pipe because thecc is a tunnel iiner in pl�tce arou�d the host�ipe. Does the &80 desi�n apply atthis locafion7 o Answer; Tfus ques#on has been pre�+iously answe�ed wittvu this Addendwn, please see abone. � Zs a enmposits linec allowed7 Compasiie lix�.er resuits in thiruler liners that meet the design �aiameters, but wfluld Ue thinner than ti�a minimus� tiuckness specifted. WouEd a;composite liner that results in a thumer liner than tho mini�num thickness specl�ed be aIlowed for use an this praj�ct? o A»swer; Only products pt�-appro�ed by the City and as cailed out within tha �'.roject Documen�s shall be a�iowed, • Can vve use w�tcr �•nrn fi]ze nea�by creek fox cor�struction7 p 1�115WC!': NQ, � Is tkei�e an intercor�nect between. the p�rallel 54" & 661ines ian the CII'P soape downstream of thc Junction box used %r diversian on Sheei 87 o Ar�swe� : No, the dashed Iine showrx is re�erenced to a tampox�a�y byp�ss maahole. � Ts k�e device for cfiverting flow £or by�ass at the junction box a stop lag7 o Ansvve�•: Confirmed. � W�o wau�d be responsible for providi�g, installing, and remo�ing t#�e stop log to dive��t the flow7 o Ans�ver: City p�rsonnel shall inskall the stop Iog. • Can yau confu7m that the golf cours� is alased� Will the golf cotu�se be opened at any t�e in t�xe iuture dm�g the dut�a�ion af cansttuetion for ttus project? o Ans�vers T�e galf course bas been petnaanentxy clased and is randomi� used, It is �n�icipated that the pa�k remains closed for #he duraizon of tha project. Ac�aaowledge your receipt of this Addendum No, �4 by completing the rec�uested infarmation at the fallnwing locakions; 1, In the space provided in Section 00 �4100 Bid Form of tl�e Bid Proposai. 2. Execute acknowledgement below and subrnit signed copy with your proposal at the tirne of the bid submitEal, ,' '� � � �� � .�� t�, oF'F�qs���' �:' � �.` *�r�� ..... (iR�OA.VAUGHN....,..Y _ '{22593 •- - RECEIPT ACKNOWLEDG�S: gy; J�li.rul. s.�! u.+v�,r',e�.i. Tikle: Goniracting & Aftestln� Officer G�ty of Tor� Wo��th Cltris Hardei; P,E, Director, Wakear Depa�tment � � �o�kw��d, �nc�t�ws � Pl�wn�m, inc, A EEO A bAIY CQ14i1'ANY Texas Regfstered Engipeering Firm F-z61�4 r- ,_ � ! gy;! � ! f -_ �..----� � Tony Sholola, P.E. A�sistantDirectar, Water Depat�Ement 4p 1 l 13 LNVITATION TO BIDDEAS Page j uf 3 �ECTION 0011 l3 TiNVITATION TO BIDDER� RECEIPT OF SIDS Sealed bids for the eanstruction of SYCAMORE CREEK INTEIZCEPTOR REHAB1rLITATION CPN 0��00-4 ("Pxoject") wilI be received by the City of �'ort Worth Purchasing Office until 1:30 P.IVI. CST 'Thursda lanua 20"' 2022 as further ciescribed below: . City of Fort Wortlx Purchasing Division 200 Texas Straet Fart Worth, Texas 76102 Bids will be accepted by: US Mail, Courier, PedEx or hand deli�ery at the address above; Bids will be apened publicly a.nd �•ead aloud at 2:D0 PM CST in fihe City Cauncil Chambers. In lieu of deliv�ring completed Business Equity {M/WBE) Fonrns f�r the praject to the Purc�zasing Office, bidders shall e-rn,ail the cornpleted Business Equity forms to th.e City Project Manager no later than 2:�0 PM on the second City Business day aiter the bid opening date, exc�usi�e of the bid opening date. ` GENERAL DESCRIPTION OF WORK The znajor wnrk will cons�st of the (approxirnate) follawing: � Tnstallat�on of approximately 1,960 LF of 54-inch sa.�nitary sewerr Cured In Place Pipe (CIPP) • Installation af appraximately 670 LF of 48�inch sanitary sewer Cured In Place Pipe (CIP�) � I�nstallation af ap�roximately 255 LF o�24-inch sanitary sewer Cur�d In Place Pipe (CIPP} fl Required bypass pumping and necessary flow diverr�ian ueeded fo complete the work. • Cleaning of tlie interior of the existing 48- and 54-inch sanitary sewer in axeas where the work is to be eampleted including manl�oles and latarals. � Removal of six (6) exis#ing concre�e manhoIes and repiace with Type °`A" manholes o Installation of six (6} Typa A Manhojas o Rehabilitation of two (2) existing manhoies with epoxy liiier. � Replaceinent of ane (1) junction structure with ane (1} Type "A" manhole. a I�eestablish existing service coruiections, o Restorat�on of vege#ation, concrete, asphalt or gravel paved surface damaged during executian of the r�vork. PREQUALIFYCATION Certain impravements included in t�is project must he performed by a cantractor or designated subcontracfor who is pre-gualified by the City at the tiane of bid opening. The procedures for qualification and pre-quaIzficatioiY are outlined in the Section 3 of 00 21 13 — INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROC[1R.EMENTS The Bidding and Contract Daeuments may be exaxnliled or obtained on-line by �isitiilg the City of Fort Warth's Purchasing Division website at http:llwwv+�.for�worth�< x«�. a��•,uure'_,u�in�-! and clicking on the 1ink to tk�e ac��ertised project folders on the City's electrnnsc document rnanagement and eollaboration system site. The Contrac� Documents may be dow»loaded, viewed, and printed by interested cont�•actors and/or suppliers. �ee Links below: CITY pF FORT WORTH SYCAMORE CRE�K I3VTERCEPTf)R REHABILITATfON S'I'ANDARD CONS'CRUCTIdN SPECIFTCATION DOCUMENT CITY PROJECT No. 022Q0-4 00 11 13 1NVITATION Tp BIDbERS Page 2 of 3 Addenda: htt s; docs.b350.autodesk.cam shares 17ce4df7-cd30-490d-924e- 8e22e590f597 Bid Plans and Sp�cs: https: docs b36Q.autodesk.com/shar�s/be$7e6ef-3905- 48d5-8463-U�ee�e9S�i4df The cost of Bidding and Contract Documents with full size drawings: purchased frozn: L.ocl�wood Anc�rews & Newnam, Inc. 1300 Surr�mit A�enue, Suite 300, Rort VJorth, TX 7G10� Attin: Greg Vaughn, �.E. 1'lioneNumber: $17-338-7507 E-Mail Address: avai� izn lan-inc.com $10U.00. Copxes nnay be EXPTRCSSIOIV OF INTEREST To ensure potential bidders are kept up to data of any new information pertinent to tlais project, all interested �aarties are requestad ta eaaaail Expressions of Ini�rest in this procurement to the City Project Manager and the Desigza Engineei�. The email should include the company's name, contact person and that individual's email address and phone number. See attacl�ed link: Plan Holders: htt�s:l/docs.�3�0,autodesk.cam/shareslc1 ba3986-f92e-4f95-a8f6-9d853�a0b7�4. All Addenda will be distributed directly to those wl�o hav� e�pressed ani interest in the procurement and will also be posted in the City afFort Worth's purchasing website at http:l'forfworthtexas.gov�purchasi»�f'. PR�BID CONFERENCE -- Yn pe�°son A prebi.d conference wil! be held as described in Section 00 2I at the foIIawing Iocation, date, and time: DATE: January l Ot�', 2022 TIME: 10:00 AM PLACE: 3I0 W. 10"' Streef Fort Worth, Texas 761q2 LQCATION: Main Canference Room l3 - INSTRUCTiONS TO SIDDERS If a prebid conference zs held, the presentation and any questioz�s and answers provided at tlie prebid conference will be issued as an Adc�enduin to t�ie call for bids. If a pre�id ennference is not heing held, praspective bidders can e�mail questions ar camments in accordance with �ecti.oi� 6 of the Instr�ctions to Bidders r�ferenced abava to t��� project inanager(s) at the e-maii addresses listed below. Ernailed questions will suffice as "questions ir� writing." If necessary, Addenda will be issued pursuant to the Instructions to Bidders. CITY'S RIGHT T� ACCEPT OR RCJECT BIDS City reserves the right to waive irregularities a�id to accepfi or reject any or all bids. AWARD City ruill a�vard a contract to the Bidaer presenting t,�e lor�vest price, quaIi�catinns and competencies considered. CITY dF FORT WO1�TH SYCAMpRE CREEK II�TERCEPTpI2 R�HABILITATION STANDARD CONSTRUCTEON SPECIFICA'I'IQN DOCUMENT CITY PROJEG 1' No. 02200-4 OO l i 13 IN VITATION TO BTD17ER5 Page 3 oF 3 INQUIRIES All inquiries relative to this procurement shaulc� be addressed to the foSlowing: Atti�: Liam Conlon, Gity of Fort Warth ErnaiL 1iam.conlan@fortworthtexas.gov Phone: (817} 392-682� ANDIOR Attn: Greg Vaug�in, P.E., Lockwaod, Andrews & Newnam, Inc. EmaiL• GAVaughn @1an-inc.com Phone: (817) 338-7507 ADVERTISEMENT DATES Decetnber 23�d, 202I December 3Qrd, 2021 END OF SECTION CITY �F FORT WORTH . SYCAMOR� CREEIC 1NTEI2CEPTOR REHABILf7'ATiON 3TANDAI2D CONSTRUCTION SPECIFiCATIDN DOCUM�.'ITIT CITY PRD]ECT No. U2200-4 r�r� ���� t�+�n�r��►�r��� � a���r �r��r� OQ 21 13 INSTRUCTIONS TQ SIDDSRS Page 1 of 10 SECTION 00 21 l3 INSTRUCTIONS TO BIDDERS 1. Defined Terms l.l. Capitalized terms used in these INSTR.UCTIONS T� BIDDERS are defined in Section 00 72 00 - GENERA.L CONDTTIONS. 1.2. Certain additional terms useci �z� these TNSTRUCTiONS TO BIDDERS have the ineat�ings indicated helow which are applicable to both the singular and pluraI tnereof. 1.2.1. Bidder: �,.ny person, %rrn, partnerslYip, company, associaYion, or corporation ac�in.g directly tk�rough a duly authorized repxesen�ati�e, �ubmitting a bid for perforining the work cantennplated under the Contract Documents. 1.2.2. Nnnresident Biddar: Any person, firm, partnership, company, associatior�, or cox�aration acting dvectly through a duly autharized representati�e, submitting a bid far perfarming the work contemplated under the Contract Docu�nents wlzose principal place of business is not in the S#ate of Texas. I.2.3. Sucoessful Bidder: The lowest responsible and responsive Bidder ta whom City (on the b.asis of City's evaluation as herei��after provided) rnakes an award• 2. Copies of Biddi�g Documents 2.I.Neither City nor Engineer shal� assume any responsibility for errors or misinterpretations resulting from tihe Bidders use of incomplefie sets of Bidding Docurnents. 2.2. City and Engineer in making copies af Bidding Docunnents a�ailable do so only far the purpose of obtaining Bids for the �Vork and do not autharize or confer a license or grant •for any other use. 3. Prequalification of Bidders (Prime Co�traciors and Snbcon�ractors) 3.1. Bidders or their designatEd subcontractors are required to be preyualified for the r�ork types requiring prequalification as per Sections 00 45 11 BTDDERS PREQUALIFICATIONS and 00 45 12 PREQi1ALTFYCATION STATEMENT. Firms seeking pre-qualif'ication, rnust submit the documentation identified in Section 00 45 11 on Section 00 45 13 PREQUALIFICATION APPLICATION at ]east se�en (7) calendar days prior ta Bid opening for re�iew and, if qualif ed, acceptance. The subcantractors listed by a Bidder on 00 45 J. 2 r�ust be pregualified for the appropriate work types, Subcontractors must follow the same tim�lines as Bidders for obta:ining prequali£�ication review. Bidc�€rs ar S�bcontractors who are not preqvalified at the time bids are opened and reviewed may cause the bid to be rejected. Prequalification requirement work types and doc.un:xentatian are available by accessing all required files througl� the City's website at: hh--•�:iia s.i-oriworthti:xas�avlYroiectResourc`-' 3.1.1. Paving -- Requiremenis document locat�d at: CITY OF FOiiT WORTH SYCAMpRE CREEK IA3TBRCEPTOR RBI3ABII.I"fA'iION STANDARU CONSTRUCTIOIV SPECIFICATIQI�[ DOCLiMENT CITY PROJECT NO, - Q22U0 RcvisedlUpdated Navember 2, 2021 aa2� i3 IIISTRUCTION5 TO BIDDERS Page 2 of ]d izRps:��apps. fortworthtexas.g.ov/YroiectResoc�rces/ResoureesP/02°fo24- %20Constructio�a%2�Documents/Contractor%20Pre ualification/T'PW%20Pavi i %20Contractor%20PrE ualification%20Pro ram/PR� t1ALIFICATION%20RE UIREMEN7'S°/a20FQR%201'AVING°/a2000NT[tACTQRS pdf 3.1.2. Roadway and Pedestrian Lighting — Require�nents docuinent Iocated at: htt s:lla �.furtw htexas. ov/Pro'ectResources/ResourcesP/OZ%2U- %20Consh'uction°/a24Documents/Contractor%20Pre uali�catio�l/TPW°/n24Raadwa %24and%20Pedesirian%2QLi htin °/a20Pre uali�catioit%20Pro ram/STREET%v 2ULIGHT%20PRE UAL%24RE MNTS. df 3.13. Water and Sanitary Sewer--Reqe�irements document located at: https://ap�s.foriworthtexas�o�/Proj ectResources/ResourcesA/02°io20- %.20Construction%2�Documents/Contractor%20Preaualification/Wate�%20and°io2 USanitar °/a20Sewer%20Contractar°/a20Pre ualific 'o %20Pro ra�t�/WSS%20 re q ual °io20 rey u.u•eme�its.pdf" 3.2. Each Bidder, unless currently prequalified, na,ust subinit to City at le�st s�ven (7) calendar days prxor tn Bid opening, the documentation identified in Sec�ion 00 45 1 l, BIDDERS PREQUALIRICATIONS. 3.2.1. Subznission of and/or ques�ions related to prequalification shoutd be addr�ssed to fhe City contact as pro�ided in Paragraph 6. ]. 3.3. The City reserves tlie right to require any pre-qua�ified contractor who is the apparent low bidder for a project to submit such additionaI inforrrtatio�l as the City, in its sole discretion may require, including but not Iimited ta manpower at�d equipment recards, infonnation a6out key personnel to be assigned to tlie projsct, and caxlstruction schedule to assist t�ie City in evaluating and assessing the ability of the apparent low bidder to deliver a guality product and successfully completa pro,jacts for tl�e amount bid within the stipulated time frame, Based upon the City's assessment of the submitted. information, a recommendation regarding the award of a contract wiIl be made ta the City Council. Failure to subxnit the additional information, if requested, rnay be grounds for rejecting the apparent low bidder as non-responsive. Affected contractors �vi11 be notified in writing of a recommendation to the City Council. 3.9�.Iza addition to prequalificatian, additional requirements fnr quaIi�cation may be required a�ithin various sections ofthe Contract Documents. CITY OF FOR'1' W�RTH SYCAMORE CREHK II�ITERCEPTORRE�IABILIT:ATION STANI3ARD CONS'fRLTCTION SAECIFICA'TION DOCUMENT CITY PROIECT I�TO. - 022Q0 Revised/Updated November 2, 2p2I 0021 13 TI�lSTRUCTIONS TD B1qDER5 Page 3 af i0 4. Exaxnination of Bidding and Contract Documents, Other Related Data, and Site 4.I. Bafore submitting a Bid, each Bidder: 4.1.1. Shall axamiiae and carefully stud� the Cantract Dacuments a.ud other related data identi�ed in the Biciding Documents (ia�cSudit�g "technical daia" refex-t•ed to in Paragraph �.2. below). No informatian givan by Ci�ky or any represantative of the Cify other than that contained i�n the Cnntz'act Doc�ments and offic�ally promulgaieci addenda thereto, shall be binding upon the City. 4.1.2. Sh,auld �isit the site to becorne fasniliar r�vrth and satisfy Bidder as fo tita general, Iocal and site conditions that may affeat cast, progress, performance or fi�rnishing ofthe Work. 4.1.3. Shall consider federal, state aa�d local Laws and Regulations that may af�£ect cost, progress, perfarmance or fizrnishing af tkie Wor�, 4.1.4. Sha11 study all: (i) reports oFexplorations and tests of subsux£ace conditions at or contiguous to the Site and all drawings of pliysical canditions reiating #a existing surface arr subsuriace stz�iciures at the Site {except Uz�derground Facilities) that ha�e been identif'zed in the Contract Docum�nts as containing reliable "technical data" and (ii) reports and drawzngs of Hazardous Enviro�aznental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data," 4.1.5. Is ad�ised that the Contract Documents on iil� with the City sha�l canstitute ail of th� information whieh the City will furnish. Ajl additional information and data which the City will supply after promulgation of the forz�aal Contract Documents shall be issued in th� for�m of w�itten addenda and ShaIl become part of the Contraet Documents just as though such addendaw�re actually written into the original Contraci Docuinents. No iz�farmatian given by the City other than ihat contained in the Cont7ract Documents and officially promuigated addenda thereto, shall he binding upan the City. 4.I,f. Should perform indepez�.dent research, investigatioi�s, tests, hnrings, and such ath�r rneans as may be necessary ta gain a complete knowledge of the conditions which wilI be encountered during the construction af t11e projact. For projects with restricted a�cess, upan request, City may provide �ach Bidder access to the si�e to conduct such exami�nations, investigatians, explorations, tests and studies as each Bidder deems necessary for subnr�ission of a Bid. Bidd�r must fill a31 hales and clean up and res#ara the �ite to its former conditioi� upon completion af such explQrations, investigations, tests and studies. CITY OF FDRT WORTH S YGANiORE CRE�K INTERCEPTOR R�HABILITATION STANDARD CQNSTRUCTI03�] SP�CIFICA'I`ION DDCU3V[�NT CITY PRO.TECT NO. - 02�00 RevisedlUpdated November Z, 2021 00 21 13 1NSTRUCTIONS TO BIL7DERS Pag� 4 of 10 4.1.7. Shall determiile �h.e difficuIties o�the Work and all at�ending circumsfiances affecting the cost of doing the Work, titr�e required far its campletian, and abtain all in#'ormaiian required to make a propasal. Bidders shaI2 rely exclusively and solely upon their own esiimates, investigation, researck�, tests, explorations, and other data which are necessary for fw11 and complete in%rmation upon whiah the proposai is to be based. It is understood that the submission of a proposal or h.id is prima-facie evidence that the Bidder has �nade ihe investigation�, examinatians and tests herein requirad. �.].S. Shall promptly notify City of aIl confliets, errors, ataabiguities or d.iscrepat7cies in or between the Contract Documents and such ather related documents. The Con�ractor shall not tal�e ad�antage of any grnss error or om.issinn in �he Contract Documents, and th� City shall be permitted ta make such corrections ar interpretatinns as may be deemed nacessary for ful�llment of t�ie intent af the Contract Documents. 4.2. Reference is made to 5ection 00 73 00 —�upplementary Conditions for identification af: 4.2_ 1, t�ose reports of explorations and tests of subsurface condztions at or contiguous to the site which have been utiliz�c� by City in pz�eparation of the Coni7raet Documents. Tlae Iogs of Soi1 Borings, if any, on the plans are for general in%rrr�ation onIy. Neither the City nor the Engineer guarantee t}aat the data show:n is representative of conditions whzcl� actuall� exist. 4.2.2. those drawings of physical conditions in or relating fo eXistiilg surfac� and subsurface struct�res (except Undergraund Facilities) whicla are at or cantiguaus to the site that ha�e been utilized by City in preparation of the Contract Documents. 4.2.3. copies of such reports and drawings will be made a�vailable by City to any Bidder on request. Those reporis and drawiu�gs may not ba part of the Contract Documents, but the °technical data" cantained therein upan which Sidder is entitled ta rely as pro�ided in Paragraph 4.02. af the General Canditions has been identified and established in Paragraph SC 4.42 ofthe �upplementary Conditions. Bidder is responsible for any interpretation or coticlusion drawn f'rom any "technical data" or any other data, interpretations, oginions or information. 4.2.4.Stai�dard insurance requirerrtents, coverages and limits. 4.3. The subznission of a Bid witl constitute an in.controvertible representation by Bidder: (i) that Bidder has compIied with e�eiy requirement of this paragraph 4, (ii) that witl�out e�ception the Bid is prernised upan perforrriing and furnishzng the Work required by ti�e Coiitract Docume»ts and applying the speci�c zx�.eans, methods, techniques, sequences or procedures of construciion (if any) that may be sl�ow�a or indicated or expressly requi�ed by the Contract Documents, {iii) that Bidder has given City written notice of alI conflicts, errors, ambiguities and disarepancies in the Contract Dacum�nfis and the wxitten resolutions tliereof by City are acceptable to Bidder, and when said confIicts, etc., have not been resolved through the interpretatians by City as described in Paragraph 6., at�.d (iv) that the Cantz�act Documants are g�nera3ly sufftcient to indicate and co�vey understanding of all terms and conditions far perfQrtning and furnishing the Wark. CITY QP FORT W�RTH SYCAMORE CREEK CA]TERCEFTQR REHAHILITATION STE�NDARI7 Cpt�lSTRUCTION SPECIFTCATION DOCiJNIENT CITY PRQJECT Nd. - 02200 Revised/Updated Novemher 2, 2021 OR 2l 13 INSTRUCTIOI�fS TO BIBDERS Page S of 10 �.4. The provisions of tb:is Paragraph. �, inclusive, do not apply to Asbestos, T'olychlorinated biphenyls (PCBs), Petroieum, Hazardous Waste or Radioactive Material eavered by Paragraph 4.06. ofthe General Conditi4ns, ur�Iess specifscally identifed in the Contract Docltments.. �. Availabiiity o€ Lands for Wark, Etc. 5.1. The lands upan which the Work is to be performed, xights-of-way and easements for access thereto an:d other lands designated for use by Contractor in performing the Wark are identiiied in the Contract Documents. Al� additional lands and access thereto requir�d for tamp�rary construciion faciliries, constructian equipment or storage of materials and equipmeut to be incorporated in the Work are to be abtained and paid for by Conf�•actor. Easements far perrrtanent structures or p�rmanent eha,�ges in existing facilifiies are to be obtained and paid for by City unless otherwise provided in the Contract Dacuments. 5.2. Outstanding rigSat-of-way, easements, andlor perrr�its tn be acquired by tlae City are �isted in Paragapli 5C �4.01 of the Suppiementary Condition.s. In the e�ent the neeessary righ�- of-way, easements, andlor perxnits are not obtazned, tl�e City reserves the right to cancel the award of cantraat at any time �efore the Bidder begins any constructio�i work on the project. 5.3. The Bidder shall be prepareci to commence canstruction withaut a11 executec� right-of- way, easements, and/or permits, and sha11 submit a schedule �o the City af hnw construction will proceed in the other areas ofthe project that do not require permits and/or easemenis. 6. Interpretations and Addenda 6.1. All questions about tlie m eaning or intent of the Bidd�n.g Documents are to be directed to City. ita writing dn or before 2 p.rn., the Monday prior to the Bid opening. Questior�s recezveci after this day may not be responded to. Interpretations or clasificatians consider�d laecessary by City in respnnse to su.ch questions will be issued by Addenda deli�ered to ali parties recorcied by City as having received ihe Bidding Documents. Only questions answered by farmal written Addenda wi11 be binciing. Oral and other interpi•etations or clarifications wi11 be withaut legal effect. Address questions to: City Qf Fort Worth 200 Texas Streei Fort Worth, TX 76102 Attn: Liatia Conlon, City ofFort Wotth, Fax: 2�1 � 391-6 ��f Etnail : liam. conIou@fortwarthtexa�. gov Phqne: {817} 392-6824 Water Department 6.2. Addenda rriay also be issued to modify the Bidding Documents as cieetned ad�isable by City. CITY OF FDRT` WOIiTH SYCAMDRE CREEK 1t�TERCEPTOR REHABILITATION STANDA�D CONSTRilGTION SPECIFICATIp�! DOCUMfi3VT CITY PR�JECT NO. - 0220U RevisedlUpdated Novemher 2, 2D21 OD 21 13 INSTRLICTIONS TO SIDD�R5 Page 6 af 10 6.3. Addenda ar cIari�cations may 6e posted via the Cityas electronic document mauagernent and eallaboration system at the City of Fort Worth's Purchasing Divisian �;vebsite at littp:l/www.tbrtworthtexas, ov/purehasingr a�1d clicking on the link to the advertised prnject folders on the City's electronic doc�ment nnanagement and collabnration syste� site. 6.4. A prebid conferenc� may be heid ai the time and place indicated in the Advertisement or INVITATI4N TO BIDI7ERS. Representatives af City wili be preseni to dtscuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit tv all prospective Bidders af record st�ch Addenda as City con�id�rs necessary in respon�e to questions arising at the eonferenc�. Ora] statemrents may not be reIied upon and wi11 not be binding or ]egally effective. i. Bid Security 7, l. Each Bid ��.usi be accompaz�ied bq a Bid Bond made payab�e ta City in an amount o�five (5) percent of Bidder's maximum Bid price, on the form attached ox equivaIent, issued by a surety meeting t�e reqUirements of Paragraph 5.01 oftlle General Cozzditions. 7.2. The Bid Bonds pravided by a Bidder will be re�ained until the conditions offhe Notice of Award have been satisfied. If the S�ecessfuI Sidder iails to execute and returr� the Contract Docuine�nts within ] A days after the Notice of A�vard conveying same, City may eonszd�r Bidder to he iz� defauIt, rescind the Notice ofAwax•d and ae� on the Bid Bond. Such action s11a11 be City's ea�cl�sive remedy in the even� Bidder is deemed to have defaulted. 8. Contract Times The nurnber of days within vvhicll, or the daies by which, Milestones are to be achieved in aceorc3ance wiih the General Requirements and the Work is to be cornpleted az�d ready for Final Acceptance is s�t �orth in the Agreement or incorporated therein by re%rence ta the attached Bid Farm. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreer�ent. 10. Substitute and "�rvEqual" Ite�ans The Contract, if awarded, will be on tlae basis of matexiais and equipment described in the Bidding ]�acuments wifi.�o�t consideratian of possible substitute or 'br-eq�a1" itetns, Whene�er it is indicated or specified in the Bidding Documents that a"substitute" or "or- equaI" item of material or �quipment may be furnished or used by Coirtractor if acceptable ta City, applicatian �or such acceptance will not be. cansidered by City until after tlae Effective Date af the Agreennent. The proeedure for submission of any sucli applicatian by Contractor and consideration by City is sat fnrth in Parag;raphs 6.OSA., G.OSB, and 6.QSC. o�the General Conditions and is supplernented zn Sec�ion O1 25 00 af the General Requirements. CITY q�' FORT WORTH SYCAMORE CItE�K CNTEItCEPTOR REHABIL[TATION STANDARI] CONSTRUCTION SP�CJFICATION DOCUM�IVT CITY PRO,IECT NQ, - 0220U RevisedlUpdated November 2, 2021 oaxi i3 IN5'TRUCTIONS TO BTI7DER5 Page 7 of 14 11. Subcontractors, �u�pliers and Oti►ers 1 J. I. Tn ac�ordance with tha City's Business Equify Ordinance No.25165-10-2021 the City has goajs for ihe participation af minority business andlor women business enterprises in City contracts $100,000 or greater. Se� Section 00 45 40 for the MJWBE Project Goals and additionai requirements. Fail�re to eoznply shall render the Bidder as non-responsive. Business Equity Ordinance No.25165-1(}-2021, as atr�ended (replaczng Orciinance No. 24534-11�2020), eodifed at: h• ftp,, ;'codelibrary.an.le�al.coc: :�^�dc'�Ift��orth/taTestlttwo� ih t� 'u-0-u-�2593 11.2. No Can�ractor shall b.e required to ez�n:p�oy any 5ubcontractor, Supplier, other person or nrganization against whom Contractor or City 1�as reasonable abjection. 12. Bid Form 12.1. The Bid Form is incl�ded with the Bidding Documents; additzonai copies may be ohtained frorn tlle City. 12.2. AlI blanks on tlie Bid Forzn must 6e completed and the Bid Form signed in ink. Erasures or altara�ions shall be initial�d in ink by the person signing the Bid Forrn. A Bid price sliall be indicated for each Bid item, alternative, and ur�it price itern listed therein. In the case oi optional alternatives, the words "No Bid," "'No Cl�ange," or "Not Applicable" may be entered. Bidder shall state the prices for which t�ae Bidder proposes ta do tl�e work contemplated or furnish materials reguired. All entries shall be iegible. 12.3. Bzds by corporations shal! be executed in the corporate name by the president or a vice-president or other corpoxate officer accompanied by evidence of autkority �o sign. Tk►e corporate seal shall be affixed. The corporate address and state of incorporation shall be sliown below the signature. 12.4. Bic�s by partnerships shall be executed in tlae partnership na�nne and signed by � partn,er, whose tifle tnust appear under the siguahtre accompanied l�y ev�dence of authority to sign. The official address oithe partnership shall be shown below tha signature. � � 12.5. Sids by limited liability companies shall be ex�cuted in the narrte of the firm by a memher and acaompanied by evidence o� authority to sign. The sta.te of formation af the firm and the ofiicial address of the firm shail be shown. 12.6. Bids by individuals shall snow the Bidder's name and official address. I2.7. Bids by joint ventures shall be executed by each joint venture in the maz�x�er indicaied an the Bid F'orna. The official address of th� joit�,t veniure shall be sl�own. 12.8. All names sl�all be typed or printed in ink below the signature. CITY OF FQRT WORTH SYCAMORE CREEIC INT�ILCEPTOR REHAf3ILLTATION STAI�fAARD COhISTRUCTIOI�f SP�CIFICATIOI�f DOCUMEi�1T CITY PROJEC"f NO. - 0220D Revised/Updafed November 2, 2021 OQ 2I 13 IN51'RUCTIONS TO BIDDERS Aage S of 1p 12.9. The Bid shall contain an ackno�vledgement af reeeipt af all Addenda, the iiumbers af which sl�all be filled in on the Bzd Form. 12.10. Postal and e-mail addresses and ialephone number for communications regarding the Bid shall be shown. 12.11. Evidenee of authority to conduct business as a Nonresident Bidder in the state of Texas shali be provid�d in accordance �uith Section 00 43 37 -- Vendor Compliance to State Law Non Reszdent Bidder. 13. �ubmission� of Bids Bids shall be subtni.tted on the prescribed Bi.d F'orm, provided with the Bidding Doc�ments, at tlie time and place indicateci in the Ad�er�isement or INVITATION TO BIDDERS, addressed to Puxchasing Manager of the City, and shalI be enclosed in an opaque seaIed envelope, marked with the City Praject Number, Pro;ject title, the name and addrass a� Bidder, and accampanied by the Bid security and otller required dQcuzx�ents. If the Bid zs sent through the mail or other de.livery �ystem, the sealed en�elope shaI1 be enclas�d iii a separate envelope with the notatian "BID ENCLOSED" on the face of it. 14. Withdrawal of Bids 14.1. Bids addressed tn tlie Purchasing Manager a��d �led with the Purchasing OfFice may be withdrawn prior t4 the tirne set for bid opening. A request for wi�hdrawal must be made in writing and delivered to the Purchasing Office io receive a tinne stamp prior to th� apening ofBids. A timeIy withdrawn bid will be returned to the Bidder or, if the request is r�vithin one hour of bid opening, wiJ.l not be read alaud az�d will thereafter be returned unopened. 1�.2, In the event any Bid t'or which a withdrawal request has been timely filed has been inadvertently opened, said Bid and any record thereof wil] subsequen�ly be marked "�ithdra�n" az�d will be given no furt�er cansideratian� for the award of aantxact. 1�. Opening of Sids Bids wi11 be opened and read aloud pu6licly. An abstract of the amaunts af the base Bids and major alternates {if any} will be made availahle to Bidders after the opening of Brds. lb. B'rds to Remain Snbject to Acceptance All Bids will remain subjeci to acceptance for a miiiimum of 90 days or the time period specified far Notice of Award and execution and delir�ery oia cortaplete Agreement by 5uccassful Bidder. City may, at City. 's sole discretion, z•eIease any Bid and n�Ilify the Bid security prior to that date. CIT1' OF FORT WORTH 5YCAMORE CREEK 17�1TERCEFTOR REHABIL]TATION 5TAN17Al2b COI1S'FRiJCTIQIV SPECIFICATION DOCUME?VT CTTY PRpJECT NO. - 0220D Revised/Clpdated Nnvember 2, 2021 aozi i3 INSTRUCTIONS TO BlDDERS ra�e 9 oe io 19. Evalaafiont of Sids and Award oi Contract 17.1. Ci'ty reserves the right fo reject any or all Bids, including withou# lim.itation the rights to rejeet any or al� nonconforming, nonresponsive, unbalat�ced or conditional Bids and to reject fhe Bid oi any Bidde�� if City believes that it wouId not be in tk�e best interest of tlie Project to make an award to that Bidder. City reser�+es the rigi�t to waive informaliiies not involving price, contcact time or changes in tl�e Work and award a eontract ta such Bidder. Discrepa�scies between the nnultiplication of ur�its of Work and unit prices will be resolved in favor of t11e uzlit prices. Discrepancies between the indicated sutr� of any column of �gures and the correct su�n thereof will be resolaed in favor of the correct sum. Discrepaucies be�vveen wards and fguras will be reso��ed in favar of the wards. 17.1.1, Any or all bids will be rejec#ed if City has reason to bel�eve that collusion exists attiong the Bidders, Bidder is an interested party ta any litigation against City, City or Bidder may have a clasm againsk the other az be engaged in litigation, Bidder is in arrears on a�ny exzsting contract or has defaulted on a�revious contract, Bidder has perforrned a prior contract in an unsatisfactory manner, or Bidder has uncompleted wark vwhich in the judgment of the City will prevent ar hinder the prompt cotripleti.an of additional work if awarded. 17,2. In addition to Bidder's re3evant prequa�ificatian requirements, City may eonsider the qualifications and experience of Subcontractors, Suppliers, and other persans and org;anizations proposed for those portians ofthe Work where the identity of such Subco�tractors, Suppliers, and othEr persons and organxzations must he submitied as prnr�ided in the Contract Docuznents or upon the request of �he City. City also may consider the aperating costs, maintenance rcquirements, perforznan.ce data and guarantees of maj or items of inater��ls and equipment proposed far incorparation ui the Worl� when such data is required to be submitted prior to the Notice of Award. i 7.3. City may conduct such in�estigations as City deems necessary to assist in the evaluation of any Sid and to establish the respo�nsibility, qualifications, and financial ability of Bidders, pro.posed 5ubcon�ractors, Suppliers and other persons and organizatians io perfor��n and furnish the Work in accordance wi�h the Contract Documents to City's satisfaction within the preseribed ti�ne, 17..4. Cantracior shall perform with his awn organiza�ion, work of a val�e not less tl�an 35°/a oithe v�lue embraced an the Cantract, unless otherwise approvad by the City. 17.5. If tk�a Cantract is ta be awarded, it will be awarded to lowest respansible and responsive Bidder whose evaluation by City indicates that the award will be in the besf int�rests of the City. I 7.6. Pursuant to Texas Gavernmeiit Code Chapter 2252.Q01, the City wi11 nat award contract to a Nonresident Bidder unless tlie Nonresicient Bidder's bid is lower than the lowest bid submitte.d by a responsible Taz�as Bidder by the sam.e amount ihat a Texas resident bidder would be required to underbid allonresident Bidder to obtain a comparable conhact in the state zn which the nonresident's principal place of business is located. CiTY OP FORT W�RTH 5YCAMQRE CREETG 1NTERCEPTOR R�1-[ABILITATION 5TAN1]Alill CONSTRUCTION SP�CIFICATI03�I DOCUiVi�1VT CITY I'1�OJEC� Ir(O. - U2200 RevisedlUpdaked November 2, 20�1 0o z� i� INSTRUCTIpN5 TO B]]717ERS Page ]0 of i0 17.7. A contract is not awarded uniil formal City CounciI authorization. If t�e Contract is to be awarded, City �vi11 awarrd th� Contract within 90 days ai�er tlie day of �11e Bid opening unless extended in writing. No other act of City or athers will canstitute accepfiance of a Bid. Upon the contra�t awar�, a Notice of Award will be issued by the City. 17.7.1. The contractor is reqt�ired to fill ou� and sigu the Certi�ieate of Interested Parties Fnrm 1�9� and the farm must be submetted to tlae Projec# Manager before the contracfi vvill be presented to #he City Cnuneil. The form can be obtained at httpsJlwww.ethics.state.tx.us/da#�/�orms/129�/1�9�.pdf ] 7.8. �ailure or refusal to comply with the requirements znay result in rejection of Bid. 1$. Signittg of A�reement 18.1. When City. issues a Notice of Award ta the Successfi.�1 Bidder, it will be accampanied by the required numberr oiunsigned cQunterparts ofthe Project Manual. Wathin 14 days thereafter, Contractor shall sign and deliver the required number of counterparts of the Project Manual to Ciiy with the required Bozads, Certiticates ofInsuran.ce, and al1 �ther required documentation. 18,2. City shail fi��ereafter deliver one fully signed counterpart to Contractor. END OF S�CTION CITY OF FORT WDRTH SYCAMORE CREEK II�ITERCEPTOR REHABILITAT]DN STANDARD CONSTRUCTION SPECIFICATION DQC�IMENT CITY PRp7EGT NO. - 02200 Revisedfllpdated November2, 2�2] 00 35 i3 C�NFLIC7 OF INTEREST s7A7EMENT Aage'f of'i s�c��ot� ao 3� � 3 CONFLICT OF 1NTER�ST STATEMENT �ach bidder, of�eror ar respondent ta a City af �'ort Worth procurement is requlred to cnmpleke a Conflicf af Inferest Ques�ionnaire or certify that one is curreni and on file with the City Secretary's Office pursuant to state law. if a member of ihe �'orE Worth City Council, any one or mor� ofi the City Manager ar Assistank Cify Managers, or an agent af the Clty who exercise discretion in the pEanning, recommending, selecting or contracting with a bidder, offeror or res�andent is afffliated with yaur company, then a l.ocal Gflvernment Ofificer Confiicts Discfasure Siatement (CISj may be required. You are urgaci to consult with caunsei regarding fhe appficabil3ty af these forms and Local Gavernment Cade Chapter 176 ta your campany. The referenced farms may be downloadad from th� Ifnks �rovided below. �,t#a:Uwww.aihles.state �.usiFor►xislCl�.oc�i h• cs.s e� orm 5. f ❑ CfQ Form do�s not apply ❑ CIQ Farm is on file with City Secretary � C1Q Form is being pro�ided io the City Searetary LJ CIS Farm does r�ok appfy ❑ C1S Forr� is on F�le with City Secretary ❑ CIS �orrn is being �ravic�ed to the City Secretary BI[i[3ER: lnsituform Technofogies, LLC 0 By: I ltuform Tac nolo ies LLC 0 5lgnature: �_ _ 0 0 Title; Gfna Gurrieri, Conflacting & Aitesting OfFicer END DF SECTION CITY OF FOFiT WORTH S'fANDARD COiV57Rl1CTIO�I SP�GIFICA'�IdN OOCUNIENTS Ravised Februsry 24, 2020 00 35 i3, 00 h'I 00, 00 h2 A3, 00 43 13, 00 43 37, Sid Proposal Workbook .xlsx ��h�FLI�� �� 1� C�R�ST' Qll��`ii0[V�fA►IR.� For �endnr or other person daing business wlth local gavernmen�al entity TIiEs questionnalre retleots changes made to tl�e law (�y F[.B. 149�1, 84ih Leg., Regular Session. Thls questlonnalrs Is being filsd in accordance wifh Chapter 178, l.ocal Government Code by a person wha nas a buslness relafionahlp as deflr�ed by Sectfon 176.Ofl1 {9-a) with a local go�ernmental entity and the person meets requirements underSectEan 176.006(a). By law fhis quastionnalre must be fifed with the recnrds a�minlslrakoraf the focaf governmantak srrtify noi laterthan tha 7th business day sfter the data the pe�son becomes aware of facts that require tha statemenk to be filed, See 5eat[on � 75.046, L.00al Government Code. A psrson commits an offense If tha person knowingly violates 5ec#ion 176.006, Loca1 Government Code. An offanae under this sectlan is a Class C misdemeanar. Name oi person who has a huslneas relatlonship vuith local go�ernmental entity. lnsituform Tec�nalogies, LL.0 ❑ Check this box If you are fqing an update to a pre�lously filed questtonnalre. Fv�►� CI� OFFiC�UB�ONI,Y 6ate ReCeivad (iha lavv requlres that you file an updated completed questionnaire with tha appropriate filing euthority not later than the 7th bustness day afEer the dake tha orlginally flled qusstionna[re becames incomplste or inaccurake.) Name of laaal government of#icer wifh whom filer has emplayment ar business re�afionshlp. NA Name of Dificer This section (item 3 lncluding subparis A, B, C&�) must be camplated fnr each off[cer wlkh wham the filer has an e�'nployment or olher business relaHonship as daflned by Secifon 976.�01(1-a), Loca1 C3avarnment Code. A�fach addikional pages to thls Farm C�Q as necaseary, A, ls lhe local govemmant officer named in this secfkon receiving or Ifkely to receive taxable Incama, athsr than investmsnt incarne, from ihe filer of She questlonnalre? � Yes � Na NA B. Is the fller of the questionnaire receiving or likely ta receivs taxable Incorna, other fhan Invesiment fncome, fram or at the dlrecNon af the local ga�ernment offlcer named In thls sectlon A�D the taxable Incorne ls not recelved from the lacal go�ernmsntal entify7 � Yes � Nn i�lA C. Is the fller of fhis quesifannaire empioyed hy a corporatlon ar other husiness anlity wilh respect ta which the lacel government afticer serves as an aHicer or dfrector, or holds an ownershfp of �t0 percent or more? � Yes � No NA D. Describe each ernployment or busfness relationshlp wiih the local go�ernment offEcer named in tt�[a sectfon. i !�� . � „+z�- � 4aV� Q � -� r Signaiure of person daing buslness w�fh the go�emmenial eni[ty 0��2o�2aza �ate Adopted d612912007 I����L C���fE����f�T 4F�1��� �Ahl�'L�C�S �i�CLt3�l�R� �i��'��illll��T (Instructions far comple#ing and fiiing Ihis form are pravic�ed on 1he next page.) This questtannalre Yeftects changes mado tA the Iaw by li.B. �3, 84lh l.eg., F�egular SCssian. Thls is fhe notice to the apprapriate Eocal yovernmental entlty that the following loc�l go�ernment o�tioer has bacome awara o# facls #hat raquira the officerta ffle ihls statament ln accordance with Chapter i 7B, L.oca1 �overnmen# Cade_ - Name af l.acal Gavernment Otficer NA dffice Held NA ���� ��� o��ic� us�oN�,v �ata Fiecelved Name of vendor desorii��d f�y �eaiionx 176.fl0'[(T) and 176.UO3(a), Local Gavarnrnent Code 1nSiEuform Technologies, LLC ��seripNan af t�e nai�ra and exteni oi each empiayment or other buslness ral�tinnshi� and each family reiati�nship wiih �encfar nam�d In Itam 3. NA 1 i�one L1sf �ifts accepted by khe local governmeilt offtcer and any tamtfy member, if a�gregate vatue a# th� g[fts accepteti frnm vandar �amed in Itam S exce�ds $1�10 during ���e i2-month period d�scril�ed by Sectinn '[7C:.0�3(a}42)(B). Date [�Iit Accapted �A ��sCription of Gfft NA Da1e GiFt Rocepted ❑ate Gif� Accepted Description of Glit Description af C�IEt (attach gdditlonal Farrns as necessary) AFFIpAVlT 1 swear Under penally a1 parjury ihat if�e above statement is true and cor[ect. I sCknOwledge that the disalosure a�piles #o eactt family mem6er {as deflned by S�Cilan 976.4�11t2), Local GovernmetiE Gode] ot i�is locai governtnent officer. I also acknowledge that thls statamen[ aovers tha 12-manth period described by Seclton t7S:OQ3(a)(2j{B}, I.a�al Govarrimenf Code. NA S[gnaiure ot Laoal Governmeni Officer qFFIX NOTARY S7AMP 1 3�AL RBqVE SWarn tn and s�bscr]bed baiore me, by ihe �aid G�r�a Gurrieri , this the 2� daY af .���EUBY�_, 20 2z , lo cert3Ey whlch, wE#n�ss my hand and seal oE affice. Sigrrature o� ofi�cer adminfster9ng Qaih Printed r�ame of oificar s�drrdnislaring aalh Tltle of offlcar adrnlnlstering 4�tn Forrn grovided byTex�a �ihics Cammissfpn www.ethics.stala.tx.us Revised 1'119 012 0 1 6 0011 40 BfI] FQiiM Page 1 at 3 T�: The Purchasing Ma�ager cla: Th� Pure�asin� Divisian 200 Texas Street Cily of �ort Wotth, Texas 76'f 42 FOR: City Praject No.: 2200 UnitslSectf�ns: Unli 1- Saniiary Sawer 1, �nter Into Agreement 5ECTI01�i �fl 41 04 I�lC} fORM Sycamare Creek Interceptar C:ehabilitatian The undersigned B�dder prapases and agreas, if this �id fs aece�ted, #o enier l�to an Agreemat�E with City in fhe farm included in �its 6ldding �ocurnenEs to �erFotm and furntsh all Worfc as s�eef€ied or indicated ln the Coniraet oacuments for the L�Id !'rice anci wifhitt ihe Conkraat iime indi�ated '+n #his Sld and fr� accordance wlih the other fsrms and conditEons of the Contract Docurnents. 2, kilp[]�;R Acknow[edgeme��ts and CerEIF[catian 2.1, In submitfing this �Id, E3iddar accepis ail of the ierms and conditiona of the INV[TATION TO BIDo�#�S and {IVSTFtUCT[QNS TO BIQk7�RS, including witi�out limitation those dealing with the ciisposition of Bid Bond, 2,2, Bldder is aw�Ce of a11 costs io pravlde lhe teq�ired insuCance, will do s� psnding contrac� a+Nard, and wi[I pravide a valid 'fnsuranae certiiicate m�eting all requlremenEs wifhin 94 days o# natlficatfan of a+�vard. 2,3. Bidder cerli(ies that fh€s Bid is genulne and nnt mad� in lhe interes# oF or on �ehaEF of any undisciosed indiv�dual ar entity and Is not subrr�ifled fn conforrnity wiEh any colfusive agrearnent ar rufes of any group, assoelatinn, organizailon, or carpnration. 2.4. 8lddar has not direclly or fndirectly Indueed ar snllcited any afhe.r 8fddar to sub�n[t a faise ar s.f�am Bid. 2.�. Bldder has not saliclted or induCed any indlvidual or entityfa refrain from k�idding. 2.G. Bidder h�s nat engaged [n carrupt, fraudulant, callusEve, or cosrc#ve practfoes in compa.fing for the Contract �orthe purposes of fhis €�aragraph: a. carrupt pracffca mear�s ihe offe�ng, giving, recai�ing, ar soiiefting of any thing of value IiKely to t� �� influence the actinn Qf a pubiic offlcial in the biddl�tg process. b. "fraudulent praatkce" means an inieni€onal misrepresantatlon affaats made (aj to influence the bidding pt�eess to the detriment of Gfty {b) to estabiish €3id prices at artificfal non-campetlfive [evels, oY (c) to deptive Clty of ihe beneflts af frea and apen carnpetltian. c, "collus9ve prac�ice" means a schema or arrengerr�enf beiween twa ar rr�nre �idders, wtth or Wlthouk the kn4wEecEge oF City, a purposa af which is to establfsh Bid prtaes at arti�ciaf, nan- ca�npel{live lawels. d. "aoercive praetice" means harinlns� or threa#ening ko harrn, directly ar Indlrectly, persons or their property ta ittfluence t�ail' partieipation in the bidding process nY affe[:t the executian of the CITY RF �oRT W4R7H S7AHDARD C�NSjR�1CTlo1� SP�CirICAT1RN nClCu�1ENT5 +��An�'��`p• � ftouised 813012U21 a0 3b 13, OU bt 4�, 40 42 43, aD d8 i3, Oq 43 37, Bid Praposel Worfc600k (rov 2) 0041 00 BIC] FQRM PagQ 2 oi 3 ContraeE, 3. PCequallfication The Bidder acknaw[edges thak t�e follow[ng work iypes m��t �� �erFarmed an�y by prequall�ied contractors and su�cantractors: a. 81#e vuork, excavaffon, embedment, & backfi4l for SS pfpe 54" a�d sit�alter�ar Cfpp. b. 5S Enterceptors & manhofe consiruGtlon, sizes 54" and sma�ler, within urban areas. c. SS man�ole & strucfure inietior ki�ing, utitizing Warren Epoxy andlor Ch�slerton coaling. d. �ypass pumping e. Gured In p1�ce pi�e (CfPP) sanitary sewer rshabllitaiion and polnt repairs, 54" and stnallsr. f. �• h. 4. iime of �omple#ion 4.i. The Work will t�e cornpf�te far F9nal Acceptance wil�in 24� days af#er the daEe when the the �aniract 71me commences to run as provid�d in I'aragraph 2.�& oF #he Genera! Conditions, 4.2. ��dder aecepts ihe provislons of tha Ag�eeme�at es td liquidai�d ctamages in the svant oF faiture ko cpmpEe#e Ihe V�/ork {andlor achisvem�nk oP Mtlestones} wiihir� the fimas speclfled in the AgrQemen�. 5. Atlached to this �id The following doc�rrtents are aftached to and made a part of ihis �id, a. ihis Bid Form, Section Q� 4�l 00 h. Requl�'ed Btci Bond, 5ecfion QQ �3 '13 Essuad by a surety maeting ihe requirements af Paragraph 5.Q'i of tl�e General Conditions. c. Pro�osal Farm, Sectlon 0(} �l2 �3 d. Vendor Compliar�ce Eo SlaEe Law Non �tesid�ni Bidder, 5ecilan oQ 43 3'i a, M4AlB� Farlt�s (aptiona� �t lime of bid) f. Prequallficatlon Statement, Section 00 45 12 g. Conflict oT Interes[ Af#Idavlt, Secttnn 00 351 � *I# neaessary, CIQ or ClS (orms are ta be pravided directiy to CiEy Sscrefary h, Any additlanal documer�ts tha! tnay �e required by Seat[on 'f 2 of the Il�struct[ons to Bicfdera 6. Toial �fd Amoun� $,'l. �iddar will cornplete the Woric ln aecordance witt� lhe Cor►tr�et Documents for the following bici amouni. ln the spaoe pYovlc�ec� �e1ow, ptease enter f[�e tot�af bid amount for thls pr��ect. On�y thts f[gure wllf he read GlIY aF FORT WORTH STAiVpAit� G43NSTRiJCTION SP�CIFICATl01V �OCUI41�N7S ao �,� 13, �0 4� oo, Q0 42 43, OQ 43 i 3, �0 43 37, Sid P[opasal Wa�Book (rg �P) Kevised 9130J2U29 aa ai aa � B1D FORbi � Pege 3 pF 3 � pubffaly by t�e City at lha bld apening. 6.2, ll is understood and agread hy the Btdder in signing this proposa[ that the tolal bid amo�nt enterad befaw is su6jeak io veriffeation andlor �naditEcation by multiplying the unii bid prices for eaah �ay ikem by the respectiva aslimated quantltles shown In tF�ls proposal and then totaling all of the extended amounis. fi.3. ��aluatla� of Alternate Bld ltems Base Bfd `��,������� Alternate A- Standard Concrete (Vlfarren�o� or Chesterfan Caaked Manhole)❑ Alkernate B- Polymer Concrete Manholes , _ . r � �,�a� � -._ - �- . ---y � ��U, 9a �, �� $ ���. ��. i'��rM � ��, ���. � ��� � + ���rr�a�e �� su�totar _ � _�.., i�� �' . � +��. � � ���d:+war��asunr� � �.. ���+�3�.�"� •KN �.... ,�:�--.. :,� • � � � _ �� � ��� �� 7. �Id Submittal This Bid fs subrnitted nn January 20, 2Q22 bythe enflty named below. ' (Month Day, Year} I�espeoffuA e bmittsd, � By, q� - (Signature) Glna Gurrieri {Printed Name) Title: Contraoking & Attesting Officer company: Insftuform Technologles, l,i.0 Address: 179Sa Edfson Avenus es e e , Corporate 5eal: State of fnoorporation: Del�ware _ �m���: ggurrieri@aegEon.com Pi�ane: 636-530-&400 ��IU OF SECTEON crnrfl� FORTwo�� 57ANDARQ CgNS7RUC7�ON SPECIFICA710N �OCl1MEN7S Rav�sad 9l30I2o21 00 3513, 4tl bi 00, 00 M12 A3, UO 43 i3, 04 43 37, 8id Praposal War�kbooku(iev�2j O3UIs H�pP�OtOSh� I+p 1 �il SECTION tl0 A� b3 PROPQSALF4RA1 L�NIi �RI�� �19 Blvm 4F &Ecr[eY tttv0e►dArxtixm STAW.1Pa LnNsaVCf10}7 L P ECTiYcxllo7i b0[ lll�Rx.�i pnW69.7070]I Bidder's Ap�licatfon AfG� 4�+ha 1 G7131l. wu o4 oaaf u.w4i ��.0111lI.IGd RRMIt Wbl�N4(�N}j *�7'otalie(EtaseQid+klternativeA)Su6Tola1 � � �� ��i'otal2a(Q�u1fEd+A[tera�iivep)SubTota! � d � --- -_ - _--• _ --•--,1 � � U9 hs i3 �lo soNo Page 1 nf 2 SECTI4N 0� a3 73 BID BONd �4NOW ALL BY TH�S� PRESEIVTS; ih�t +ue, Campany P�ame: Insiti�fnrm Teclv�zolagies, L�.,C , known as "Bldder" hereln and 5urety Afame: Travelers Casuatty and Sarety CompanY a corparats surety duly authorized ta do buslness In lha 5tate of Texag, known as "Suret�' herein, ate held and firm�y bound unta the Gity �of Fort Wor�h, a municipal corporatinn crealed pursuant lo Ihe laws oFi'exas, known ss'Ciiy" herein, In ihe penai sum of five percent (5%) ai Bidder's maxlmum hld prlce, in lawful money aF the Unilad 5takes, lo be pald ln Fart Warth, Tarrant County, Taxas ior the payment af usrhleh sum we{I and truly to be made, we hlnd ourseives, our helrs, exac�tars, administralars, successars and ass[gns, Jaintly and sevaraliy, tf�miy by these presents, WHER�AS, the Prfincipal has submlkted � hld or praposal la per#orrrt Wark tor the fallowing projenE deslgnated as 5ycamare Creek Interceptor Rehahillketion CPN fl2200-4 IVOW, iH�Ft�F4RE, the condillon af lhis abligatlon Is such that if the City sha11 award the Gantrsot for khe faregoing proJect to Ihe PrinaEpal, and the Princlpel shaB sattsfy a!! requlremenks end condilEans requEred for the executton of the t;^^r.A�r �qr� �hRii PntAr Entn thP �ontract ln virtlting wilh ihe City In aacardance wlth tf�a ierms af such seme, then ihis obligatlon shall be and beaome n�:!! 9^� v^j�, �F, however, the Princtpal falis ta execute such Conlracl in accardance wiih the tertns of sa�'ne or fails ta &aqs(y a!E �equiraments and aandtllons req�ired ior the execukinn nf lhe Cantract, this bond sha11 became the properfy of lhe Ci�y: �v!!�V��! r�v'^+_F�A nr ihw prinr,ipal andlar Surely, noi to excesd the penaity hereaf, and shall 6e usad ta campensata �Ity far the d[fference t� �!wys„ ¢�^^ipel`s tatal 6fd amount and 1he next salaated bi8der's #atal bid amount. PRAVI�Eb �LIRTH�R, that if any legal acllon be (�led on this Bond, venue shafi fie In 7�rrant Counly, Tsxas or the Un[ted States D1strEal Cvutk for ihe Northem Dtstrick oF iexas, Fort Worth �ivtsfon. IN WITNES5 WN�REOF, iha Prinolpal and the Surety have SlGNEq and SEALE� khis'In��me�nt�2y� duly authorized agents and oiflcers an khls the 20 day aF 78pluarY PRINGGPAl.: Insitu£arm Technol.ogies, LLC aY: 'i�" � — _� Sfgnatur ATTEST; ( � Gi�& Gturieri, Contractin & Attes ' afficer W{tnass as to nclpaf Name and 7ille � ����� ' ctry aF FORr woRYH STI1NdAR0 CONSTRUCTION SAECIFICATIQN DaCUMEiJ73 Revised 9I3�f2o21 00 3513, 00 4i 00, 00 42 43, UO A913, au 43 37, Bid Proposel Workhouk .xlax un A31a 61A iiONU Pege 2 of 2 �� Witness as to su y, AShley Miller At#ach i'nwer of Attarney (S�ratyj for Attarney-ln-Fact Address: 17988 Edison Avenue Ch sterficlfl O 630q SUR�TY: rave ers asua an 5ure om an BY: �� ��� Signature Andrew p. Thame, Attorne -in-Fact " Narne snd 7itle ad�ress: One Tawer S uare Hartfor , CT b 183 Telephone Numher: 850-277-0111 *Note; If sfgned by an off cer of the 5urely Company, lhere must be an iile a certiflad exkract irom the by la►va showfng thaE lhls person has autharlEy to sfgn such obllgallnn. If Surety's physlcal address is different iram 1!s malling xddress, hath must 6e provfded. 7he date of tha bond shall nat be prlor fo the dale the Contrect ls awarded. • � �ND DF SSCTiON CIT1` OF FORT WORTH STAMDRRl7 GPNSTRl1CTI�N SPECIFIGATION p�CUl4iEIVTS Revised 9130l2021 OR 95 t3, 00 b1 00, 00 A2 d3, OQ 4313, 4o b3 37, Bid pro�osal Wcrk600k .x1zx �tata of 11+Iissouri Counfy o£ St, Lauis On ].1201�a�� before, me, a Notary Public in and for said County anii State, residing therein, du].y comr�issioned and swarn, persanally appeaxed Andre►v P, Tho�rte know� to me to be A.ttorney-in- Fact of 'T]��E�ERS �ASU�'�'� �I� �URET� ��1l/IP�T'4.' the cozporation described in and that executed th� within and �oregoing instrument, and ltnawn �a me ta be ihe pexsnn who execu#eti the said instiument in �aehalf of said corporation, and he duly acicnawledged to me that such corpora#io� exec��ed the same. IN WITNESS 'WHERP�OF, I have her�unto set my hand and affzxed my official seal, the day and year stated in this certifioate abave. - - �� �shley I�Viiller, otary Public � �'�IR�1Y�� • W IP� � ��A'� � Ni. ��� � �4, � IA 1 1VIy Cammissian �xpire�: ' • Tra�e�ers Cas��lty and Surety Cornpany oF AmeriGa �., Trarrelers Cas�aNty ar�d Surety Campany ���"������ � St. Paul F3re and Marine Insurance Carnpany - pbW�R O� A770RN6Y KNOW Al.L H1EN �Y TNE3� p[��9ENTS, That Trauelers C�s.ualty and Surety Company a[ America, 1'ravelars Casualry and Surely Company, and Sf, Paul Fire and fV�arine Insurance Cnmpany are carporatfons duly organized und�r tha taws aF t3te 5fate of Cvnnecticut (herein colteet9vely celied the "Cornpanles"}, and thaiths CvmpanEes do hereby malce, caresi[lute and a�pn[nt AHi}R�{N P 7fiOh�� a( CHESi�RFIELD , Missouri , thelr true and iawful Altnrney{sj-In-Fact fa sign, oxecute, seai and aekrsawfadge any end a!I 6onds, reeagnfzances, condltlnna[ undertakings and other wrilings a�ligatory. in the nature lhnrenf nn behaf# vi th C 1 ihelr busirress af uaranfeeing tE�e fdetliy nf parsans guaranEeeing Ihe performance of conEracts and execuling or e ompan as in g guaranteeing honds and underiak[nys requEred or permlttad In any actions or proceedings allowad hy Eaw. IN.INITNESS INH�RBdF, iiie Companias have ceused this Instruma�E ka pe slgned, and their cnrporate sea{s tn be hsralo aff#xed, khis 21st day af April, �o��, �p1a�4h}� y�,�iYAkpa �� ��n�a� � �'tu�F�,4�� ��r�n � � �.� ��� � � , � � � _� +.��` � State afi CannBCtECui By: City nf FEarifiord ss. Rnberi l.. Rane , enlor 1fEce Rresident c]n this fhe 21st day af Apr11, 2p21, befora me persnnally appeared Rohert L. Etaney, who acknowledgad hlmseff io be the Senlor V[ca PraSident of eaoh af the Gompanles, and that he, as such, being author{zed so to do, axecuted ihe #are�n[ng tnstrumant (nr ihe purpnses there�n contalnad by signing on heMaif of said CampanEes hy himself as a duiy authorized afficer. IN W1TNE55 WFEEREO�, t harauntti sei my hand and of{Iclal sepi. iufy Commtssian enplres the 30th day oF Jutt�, 2U26 �3:�Y�3;� � ��Z�G NflTA}1V � t � �Q °' PU$�F1� Anna P, l+lpwik, Noiary P�blie Y This Power af Aftorney is granted und�r and by �the authnrHy af ihe faliawing resalutlans adoptad by the �aards of �ire�tnrs oF each ai !he Campsnies, whl�h resaluEions are nnw in full iaree and sf#ar�, reading as foVlawe: }i�SOLVE[}, lhal tha Chairman, the Presidenl, any V€ce Chairma�, eny �xecuiive Vice President, any Senlar V3ce Presit[ent, eny Vice President, any Seaond Vice Presidenf, the Trea�surer, any Ass�stant Treasur�r, iMe Garparate $CCI'8�81'�/ Of any Assisiant Sectefary mag appolnt Altnrneys�tn-�act and Agents lo act tor and nn hehalf af lhe Cnmpany and rxEay gi�e such appainiee such �uihwity as his ar her e:artfticate of aulhori�y may presnrlbc to ssgn wilh the Cornpany's name and aeal v�rfth Ehe Company's sea! bnnds, racagnixances, nnntraats a( indamnliy, attd other writfngs obllgalory In the na[ure af a 6ond, recognlaance, or cnndHEonal underlaking, and any af sald o�icers or the goard nF [7lrecfors al any t�m� may remove any such appalntee and revake !he po�ver given him ar her; and it is FiJ�2'�H�R RES01.11�0, that Ehe Cha�rman, Ihe Presldent, any Vice Ch�irman, any �xecut€ve Vlce presldent, a�y 5eniar Vice Pres�dank nr any Vice President may delagate all or any part of ihe foragaing authorify la on� ar more offcers or ernplayees of Ihis Gompany, provicfad ii�at eac4 sueF3 delegation Is in wrlting and a capy therenf is I'Eled in the ofiee o� Eha Secretary; and it is �UFtTF1�R R�SOLVE�], thai eny bond, reeognlzance, coniraot of fndemniiy, ar wridng abligatary ht ihe nature nf a b�nd, recagnizance, or car�dliinnal undertafiing shaki �p Valtd and binding upnn fhe Company wh�n (g} stgned by the Presldant, any Viaa Chalrman, any �lceculiva Vlee President, any Senivr Vlce President or ar�y Vice President, any 5ecand Vice Presldent, the Tteasurer, any Assistanl Tre�surer, the Corporale 5ecretary or any Asais�ant Senretary and duly aEtested and sealed with lhe Compan�s seal by a Secretary or Assislan! secretary� nr (b) duly ex�euted (under saa[, ii requfred.j by one or mare Aktomeys-9n-Eaot and Agenfs pursuant to Ihe powet prescdhed in his or her certitleate ar Iheir cerll�ical�s af aulhority or 6y nne or more Gompasy o�lcers pursuar�t io a evrilten delegstlon of auiharity; and it fs �UitTH�R R�50LVE1l, ihat the s€gnaiura ot each af Ihs Fatlawing afficers: Presidenl, any Exe�utiue Vlaa Presldent, any Senior Vlca Presider�Y, eny Vlee Pres€dent, any Aaslskant Vlce Presidant, any Seerelary, any Ass4stant Secrelary, and ii�e seal of lhe Company msy be a{fixed by Fa�slmlle to any I'awer nf Alkamey ar Fo any cerilfic�te rei�dng thereta appoint[n� Resldenl V[ce President&, I�esidant Assislant Secfetar�es ar Attorneys�in- Fact far purposes a�sly ot execu�ing and attesEing bnnda and undertakings and other writings n6flgatory In the nature theieof, an� any such Power af AEtarr�ey or ceriificate 6earing such facsirr�ils signature or facslmila seal shaf[ ba vatld and hindfng upor� tha Company and any such po.Wer sa executed and carE�ied hy such facsimlle slgnaiure and facs)miie seal sha11 be vaild and binding an Ehe Gorrspany in the [ulure with respeci to any t�pnd or understandirtg ta vthich iE is aEtach�d. I, Kevin 6� Hughes, tha undersignad, AsslslanE Secrelary of ea�h of lhe Companies, c{n hareby certify that the ahove and foregoing is e t{ua and cnrraal cony of tkae Pawer of pttarney exacutad by said Campanles, vvhich �entains In ftilE in[ce and et�eei. ❑ated fhis 2n day ot lanuaty , 20x$ ��� �*��r.�„ �r pte I�9a �� (� �� � 1WtiTFdfl6, � .� �h �[�'pE�f��B '� CUHI[ � � � S � yL l� ��a rr , FN� y� , G�r r . Kevin E. Hughes, Assi lanl Sacratary To Y�rify the ��u[{re�rlhiity qflhls Pawer ofAttamey, pf�se cal! us at I Bl7Ot4Z.t 3BB�. Please r�t'er ta !he abvvs-n�med Attanray€sj-in-h�ct artd the defails nf th� �iond ta wh1'ch this F'owerofAttotaey is a�ached. lMPO�t'�A�11" NOT�C� Ta oblaln lrtfarmation or mak� a carr7plaini: You rnay call Travelers Casualty and 5urery Garrrpany of Am�rica ar�d its aCi(fiates' foli-frae telophone num�er for i�farmation ar ta malce � complaint at: ���fl0-32�-2189 You may cantact #h� Texas f��partment af Insurance to n�tair� information on campanies, nnverages, rights ar aomplaints at: 9-800,2s2-3�39 You may wrEte fh� Texas l���artrnent of It�aurance: P. Q. Bax 1 G9104 Aust�r�, �"X 7879 4-91 Q4 Fax: (�92)475-9771 Web: http,l/www,tdi.state,tx.us ��mail: ConsumerProtectio � tdi.sta e.tx.us PR�M�UM OR CLAIE� DISPIJY�S: ShoUEd you hav� a d�spute cancerning y�ur premium nr abou� a claim you shouEd contact your Ager�t or Trave�ars fir�t. If t�� dispute is r�ot r�solved, yau may �nnt�ct the Texas Depar�mer�t af Ensuranoe. ATTACH TM�S NDT�C� TQ YC1UR B�I�p: This notice is for infnrma#io� artly and c[oes not beear�e a part or co�ci€iion of Ei�e � attached doct�mer�t and i� �iv�n to co��ly wii� T�x�s legal and regul�tory requ�remen#s. {�N-n4z-�� �d. �to.�a,a7 00 A3 37 VEN�OR COMPLEANC� i0 STATE LAW Paga 1 b[ 4 S�CTiON OQ A3 37 VENDOR COMF'LIANCE� TO STATE LAW NaN R�SID�NT BIDD�R Taxas Governmenf Cpde Chapier 2252 waa adopted for the award of contracis to nonresldent bidders. Thls law pravides that, in order tn �e awarded a oontract as law bldder, nonresldent bldders (out-of-state aa�kractors whose carporake offices or princlpal place of business are outslde ths 5tafa of Texas) bld projeois for constructlon, improvements, supplfes nr services in Texas at an amount lower than the louvest Texas reslcEent bidder by the same amount ihat a Texas rasident b9dder would be required to underbfid a nonresldsnk bidder in order ta obtain a ac�mparable contract fn ihe 5fate which the nonresldenk's prEnelpal place of business is �ocated. 1'he apprvpriate blanks in Baaiian A tnust be fllled ouk by al[ nonresldent hldders in order for your b(d io meet speciflcatlons. The faflure of nnnresldent bidders to d� so will a�lamatically disq�talify ihat bldder. Resldettt bidtiars must cheak the box ir� Seetlon B. A• Nonresident 6idders in the Staie af Missouri , our principa[ pface of busfness, are requlred to be � perceni lower than resldent bidders py State Law. A co�y of the siatute fs attached. Nanres�dent biddars in the 8faie of Missouri , nur prinalpal piacs of business, are not required ta underhid resident bidders. B> ihe princfpal plaee of business of o�r company nr our parent company or majority awner [s ln the State aF Texas. � BIDpER: Insituform Techno.lagies, LLC a D 0 By: Printed Name Nere Gina Gurrieri, Contracfing and � Attesiipg Officer ���/i�'� ` ���.��� - . (signature} T(t[e: 0 Cantracfing & Attesting Officer Daie: ,]anuary 2D, 2�22 �ND OI� S�CTION cmr oF �'o�r wo�rH �• � , S7ANOAR[} CaNSiRUC7iON SPECIFiCAT�QN �bCi1MENT3 Ravlsad 9199f2021 OD 3Cx 13, 0041 00, 00 42 43, 00 43 'E3, bQ 43 37, Bld Prtiposak Wotkbaok.xEsX •;v , ]NSYTUlr`piZM T�CHNOLUG�S, LLC kIZ�SID�NTA��'OIl11TNl�NT OI{' CONTRA.CTING AND A�T��TING O�TxC�RS T�e undet'gI�118(�, beingth�.Pz�esiderato£Xstsffii�nt�.m T'8olt11alogiessi X�LC, � De�a�uva��e Limited �,iabi��ry eofnnany �the �°c�,npn��y"), aud pu�•sue�tt ta tlte autl�o��lty set £n�th i�x tl�e Li�n�ted Liabiiity Cvmpar�+ Opecating Ag��eame�it of the Canpanyy �l6Yeby deter�ni�ies thpt: 1. Christlanda Adlcins, C�i�a Gurrieai, danei Hass, rana Lausa, Uiana Partridge, W1�ittnay Schulte, and Ursula Yanngblood are ap�ointed as Goni��aatizig a�id A.f�esting OfFicers of the Company, eacli with the Qt�tliorifiy, individua[ly and inthe absence oi�I�e ot�iers, subject to tlae cvnt�'ol o�tl�e $oat•d o�1VMaiia�e��s ofr tha Coinpany, to; (i) certify snd attest to tite sigriatua�e of any aff'icex� ofthe Cauapany; �ii} entez� inta e�nd �ind ti�a Company #o perfoim pipelu�e rahabilitafian act�vities nffhe Cc��npat�y and all tnatters tclat�dtlaereto, �noluding the maintennnce of Qxia or anoi�e of�ices ai�d faaiiitiss of fhs Company; (iii) exacute and to deliver docuinents on behalf of the Comgany; and (iv) talce suah vthe�• aciian as is or may �e ite�essaiy and eppropriate to aa��iy out tlia pro,�ect, activifies aiid woalc oPtl�e Coinpany. 2. Any person prevlously appoiiitBd or se�viug as a Con#cacting and ,A.ttestis►g �f£icer of the Compa��y prior #o the date Iiereofai�d wlta is txot ��atned abova is hea�eby aeinoved fi�om any sucl� appointtnenY. Dated: Maech 6, 2Q20 x.-� �` � ,' .r ��t� , - ' � . � � �����; Relph E. Westexxi - ' ' �xesidant � � �� � �������� ;��� . , .,,��;�,. , . . r��,#.t � t . �� ir � � � 004511-1 BIDDBRS PREQUALIFICATIONS Page I of3 � �ECTION 00 4� l i 2 BIDDERS PREQUALIFICATIONS 3 � 1. Summary. All contractors are required to be prequalified by the City prior to submitting 5 bids. To be eligible to bid the contractar must submit SecYian OD 45 12, Frequali�cation 6 Stat�ment for the vvork type(s) listed wzth their Bid. Any cantractor or suhcontractor who is 7 nat pregualiiied for the wnrk type(s)1'tsted must subzx�it Section 00 45 13, Bxdder 8 Prequalification Application in aceordance wit� the requirem�nts belaw. 9 10 The prequali�cation pracess will establish a hid iirrmit basad an a technical eva�uation and 11 financial analysis of the contraator. The in�orn�:ation must be submitted seven (7} days priar 12 to the date of the opening of bids. Far exatt�ple, a �ontractor vvishzng ta submit bids on I3 projects to be apened on the 7th of April must file fhe in.formation by the 31st day of March 14 �n arder to bid an these pro�ects. In order to expedite an.d �acili�ate the approval of a Bidder's 15 Prequalificatian Application., the following n�ust accampany tke subznissian. 16 a. A comp�ete set of audited or revi�wed financial statennents. I7 (1} Classified Bal.ance Sheat 18 (2) Incorr�e Statement 19 (3) Statement of Cash F�ows 2D (4) Statemeni of Retained Earnings 21 (5) Notes to tt�e Financial Statements, if any 22 b. A certified copy of the firm's organizational documants (Corporate Ch�rter, Articles 23 of Incoxporation, Articles a� Organization, Certificate of Formation, LLC 24 Regufatians, Cer��eate af Limited Partnership Agreem�nt}. 25 c. A completed Bidder Prequalificatian Applica�ion. 26 (1) . The firm's Te�as Taxpayer ldentificafion Number as xssued by tiie Texas Z� Comptrollerr of Public Accounts. To obtain a Texas T�payer ldentification 2g number visit the Texas Comptroller of Public Accounts online at the �9 following t�eb address www.rvindo�tu.state.�.uslt� ertnitl and fill out ih� 3p application to apply for your Te�as #� ZD. 31 (2) The firm's e-mail address and fax numY�er. 32 (3) The firm's DUNS uumber as issued by Dun & Bradstreet. This number 33 is used hy the City for required reporting on F�deral Aid projec�s. The DLINS 34 number z�ay be obtained at www.dnb.com. 35 d. Resumes reflecting fihe canstruc#ion experience ofthe principles ofihe firm for iums 36 suf�m.itking their ini�ial prequalificatiott. These resumes s�ould include the size auc3 37 scope of the �woxk performed. 38 e. Other infoz�mat�on as requested by the City. 39 40 2. Preqnalificatian Reqnirements 41 a. Financial Statements. �'inancial sta#errient subrni.ssion �must be provided in 42 aceordance with the �ollowing: 43 (1} The City requires that tha ariginal Financial St�.tement or a certi�ieci copy 44 be submitted for consideration. CITY OF �'QRT WpRTH SYCAMORE CREEK T�V7'�TZC�P`I`QR REI IABILITATIOI�[ STANIaARC1 COIriSTRUCT�pN SPECLFICATIaN DOC�UMENTS CITY PROJECT 3V0. - 02200 Revised luly 1, 2011 ooas �1-z BIbD�RS PREQUALIFICATIONS Page 2 of 3 l (2) To be satisfactory, the financial stateanents musfi be audited or reviewed 2 by an independent, certified pnblic accaunting �rm registered and in 3 good standing in any state, Cu�an� T�xas statues alsa requir� Yhat 4 accounting firm.s performing audits or reviews an business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3} The accounting firm should state in the audit report or review wheihar g the contractor is an indi�idual, corporat�on, or Iim�ted liability company. 9 {4} �inanciai Statements must be presented in U.S, dol3ars at the current rate IO ai axchange of the.Balance Sheet date. 11 {S) Tha City �vill ndt recognize any ce3rtified public accountax►t as 12 independent who is not, in fact, independeni. 13 (6) The accauntant's apinian on the �nancial statem.ents of Y1ie contracting 1� carapazzy should state that the audit or review has been conduct�d in 1S accordance with auditing standards generally aceepted in the United lb States of America. This must be stated in the accountzng �rm's opinion. 17 It shovld: (1) express an unqualified opinion, or (2) express a quaii�ed 1 S opininn on the statements taka:� as a whole. 19 (7) The City resez�ves the right to require a ne�n+ statement at any fitz�e. 2fl (8) The financial statement znust 6e prepared as of tb,e last day of any month, 21 not mare than one year old and rr�ust be on file with the City 16 rnonths 22 thereafier, in accordance �ith P�ragraph l. 23 (9) The Czty r�vill determine a contractar's bidding capacity �or the purposes 24 af awarding cazttracts, Bidding capacity is deiermined by multiplying the 25 positive n�t working capital (warking capital � current assets -� current 26 �iabilities) by a factor of I0. OnIy those state:tnents reflecting a pas#ti�ve �7 nat working capital �ositian will be considered satisfactory for 28 prequalification purposes. 29 {1Q} In �he case that a biddiz�g date falls within the time a nev�r fnanciat 3Q statement is be:ing prepared, the previaus statement shall be updated with �1 proper veriiication, 32 b. Bidder Prequalificatton Application. A Bidder �'requalification Applieation must be 33 submitted along with audited or review�d financial s�atements by ftrms wishing to be 34 eligible to bid an all class�s of constraction and maintenance projects. Incompiete 3S Applications will be rejected. 36 (I ) In t$ose schedules where there is nothing to repart, the naiation Qf 37 "None" or "N/A" should be inserted. 38 (2) �4. minirntun of five (5) refer�nces of related woxk must be provided. 39 (3) 5ubn�ission of an equipment schadule r�rhich indicates equiprnent under 40 the control of the Cantractor and which is relafec� to the type of work fo�' 4I which the Contactor is seeking prequalification. The schedule must 4� include the manufacturer, mor�el and g;eneral comman descripti�on of 43 eaeh piece of equipment. Abbrer+iations or means of descri6ing 44 equipz�n.ant ofher than provided above t�vi11 not be accepted, 4S 46 3. Eligibility to Bid 47 a. The City shall be the solc judge as to a eontractor's prequalification. 48 b. The City zanay reject, suspend, or modify any prequaliiication for failure by the 49 contractor to deznonstra�a acce�table �nanc�al abiIity or perfar�mat�ce. 50 a T�►e City will issue a letter as to the status of the prequalification approval. CI'�Y �F FORT W012T1-I SYCAMQR� CR.EEK TNTEEtCEPTpR REHABII,TTATION STANDARD COI�ISTRUCTIOI�I SPECIFICA'ITON DOCUIvIENTS C1TY PROdECT NO. - 0220� Revised ]uly I, 2D[1 OD4511-3 BIDDER� PR�QUAF.IFICATIONS Page 3 of 3 1 d. If a contractor has a valid prequaliiication Ietter, the contractor will be eligsble to bid 2 the �zequalified vvork types until the e�piratian c�ate stated in the letter. 3 4 END QF SECTION CiTY OF FO1ZT'Vi�DRTfi SYCAMORE CREEK TNTERCEPTOR REHASjZ.ITA'1'I03V STANDARD CONSTRUCTiON SP�CIFICATION BOCUMENTS CITY PROJECT N4. - 02200 Revised 7uly 1, 201 I ��r� �� �� ��r�r��r�►�� t t � ��� �� �r� p0 4512 pFtEQiIALIFICATION S7ATEMENT Page 1 of 1 SECTfON d0 45 12 PR�QUALIFICATION STATEMENT Each Bidder for a City pracurement is required to camplete the information be[ow by identifying the preq�alified contractbrs andlor subcontractors wham they intend to utilize far the major work type(s) listed. ContractorlSubaantractar Gom an Name Prequaiifica#ion Major Wnrk Typ� 1' y �,xpiratian Qate Site work, exca�afion, i �r1 � ��Y I embedment, & backflll far SS � � 6�� V =�' '� ��'� �►� � �! �� pi�e 54" and srriallerfor CIPP. SS intercepiors & manhole � `� � �� construction, sizes 54" and �� ���p ���p�I��sq, t Y. �1 � smaller, withirr urban areas. V man ae s ru ure ��j.�.�� Interior Ilning, utilizing Wa�r�n ��,dQ,�'A ����'��:'.r3' i� '` �1�%� EpoxyandlarChesterton � /1_����� �� � coati ��'� Bypasspumping ���`�� � Twei�o�i`�� � t►�� �l��� �d P.! ure in p ace p�pe . saniiary sawer rehabilikakion , ���� i�� �� �/��� anci point repairs, 5h" and � n��e7t tld4 � ► i smalle 0 0 0 7he undersigned hereby cer�ifies that the contractors andlor subcor�fractors described in the ta(�le a6ove are currentiy prequallfied for the wark types listed. B[aDER:[nsituform Technologies, L�.0 0 0 0 �Y, • . {Signa ure) Tltle: 0 T]ate: 01/20/2022 END OF SEC7IDN CITY OF FORT WOFtTH S7AHDAFt� CON5TRl1C710N SPECIFICATION dOCIJMENTS Addendum No. i Reviseci a913012021 00 35 i3, 40 A1 (10, Od a2 43, 00 4313, 00 G3 37, Bld Prapusal Workbook (rev 2} ���� ����i l, SECTION a0 45 13 Bidders Prequalification Appli�ation B�DDER PREQUALI�'ICATION APPLICATION Date of Balance Sheet Name under which you wish to qualify Post Office Box City Mark only ane: Individual Limited Partnership General Par�nership Corpora�ion L�ited Liability Cornnpany State Zip Cocie Sireet Address (required) City State Zip Code ( } ( ) Telephone Fax Enaail Te�as Taxpayer Ydentifioation No. Fedaral Employers Idenii�cation No. DUNS No. (if applicable) MAII. THIS QUEST'IONAIRE ALONG WITH Fm1ANCIAL STATEIVIENTS TO: CITY OF FORT WORTH TEXAS 1000 THROCKMORTON STREET FQRT WORTH, TEXAS 76102-6311 AND MARK THE ENVELOPE: "BIDDER PREQUALIFICATION APPLICATION" 00 45 13 - 2 BIBDER PREQUALIFICA.T[ON APPLICATION Page2of8 I3USINESS CLASSIFICATION The fallowing should be completed in ord�r that we may properly classiiy your firm; (Cheek the block(s) which are applicable — Black 3 is to be left bIank if B1oclt 1 and/or Block 2 is checked) � Has fer�ver �han 100 emplayees and/or � Has less than $S,OOO,flQ0.00 in annual gross receipts OR � Does not rneei the criteria for bein.g designated a small busit�.ess as provided in 5ection 2QQ6.001 of the Te�cas Gavernment Code. The ciassifcation. of your iu-m as a small or large business is not a�actor in determining elzgibiIity tfl become prequalified. MAJOR WORK CATEGORI�S Water Department Augur Boring - 24-inc}� diameter casing and less Augur Boring - Greater t�an 24-inch diameter casing and greater Tvnneling -- 36-Inch�es — 60 —inchas, and 350 LF ar less Tunneling - 36-Inches — 60 —in.ch�s, and greater ttaan 3S� LF Tui�eling -- 66" and greater, 35Q LF arid greater Tunneling — 6b" and gxeater, 350 LF nr Less Cathodic Pxotection Water Distribution, Development, 8�inch diamater and smal�er Water Distribution, Urban and Renewal, S-inch diameter and szx�aIl�r Water Distribution, Development, 12-inch diameter and smaller Water Distribution, Urban and RenewaI, 12-anch diameter and smaller Water Transmission, Developrnent, 24-incl��s and smaller Water Transinission, UrbaniRenewal, 24-inches and smaller Water Transmzssion, I?evelopment, �2-in,cl�es and smaller Water Transmissian, UrbanlRenewal, �2-inches and srnaller Water Transmission, D�velopment, Al� Sizes Water Transmission, Ur6an/Renewal, All Sizes Sewer Bypass P�azx�.ping, 18-inches and smaller Savver Bypass Pumping, 18-inches — 36-inches Sewer Bypass Pumping 42-inehes and larger CCT'V, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches az�.d smaller CCTV, 24-inches and smaller CCTV, 42-inches and sfnaller CCTV, 48-inches and sznaller CITY OF FOR'I' WORTH SYCAM�RE CftEEK INTERCEPTORREHASILETATIO�1 STANDARD CONSTRUCT[ON SPECIFICATION bOCUNLENTS CITX PlZ(JdEC7' NO, - 02200 Revised Decernher 2Q, 2012 004513-3 BIl]DEIi PREQUALIFICATION APPLTCATIQN Page 3 af $ MAJOR WURK CATEGORIE�, CONTINUED Sewer CIl'P, 12-inches and smaller Sewer CIP�, 24-snches and smaller 5ewer CLPP, �2-inches and srkaaller Sewer CIPP, All �izes Sewer Collection System, De�+elopzz�ent, 8-inches and smaller Sewer ColIectioza System, Urban/Renewal, S-inches and smaller Sewer Collection Systana, Development, 12-inches and smaller Sewer Collect�on System, LTrbanlRenevval, 12-inehes and smaller Sewer Interceptors, Dev�lopment, 24-inches and smaller Sewer Interceptors, UrbanfRenewal, 24�inches and smaller �ewer Intexcaptors, Davelopm.e�t, 42-inches an.ci smaller Sewer Interceptors, UrbanlRenewal, 42-inches and smaller �ewer Interceptors,. Davelopment, 4$-inches and smaller Sewer Interceptors, LTr1�anlRenevval, 48-inches and szn.aller Sewer Pipe Enlargeznent 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement, All Sizes Sewer Cleaning , 24-inches and smalIer Sewer Cleaning , 42-inches and smaller Sevvar Cleaning , All Sizes Sewer Cleaning, 8-inches au�d smaller Sewer CIeaning, 12-inches at�d smaller 5ewer Siphons 12-inches or less Sewer Siphaz�s 24-inches or less Sewer Siphons 42-snches ar less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Cansiruction/Reconstruction (LESS THAN 15,�00 square yards} AsphalY Paving Construction/Reconstructifln (15,a00 square yards and GREATER) Asphalt Paving Heavy Maintenane� {UNDER $1,OOQ,004) Asphalt Paving Heavy Maintenance ($1,OOQ,�00 and OVER) Canerete Paving Canstniction/Reconstru.ctian (LESS THAN 15,000 square yards) Concret� Paving ConstructionlReconstruction (I5,000 square yards and GREATER) Roadway and Pedes#rian Lig�ating CTTY OF FaIiT WORTH SYCE1IvIORE CREEK INTERCEPTOR RE�I�SILITATION STANDAI2D CONS'j"RUCTION SPECZFTCATIOiV DOCUMEIVTS CITY PK07ECT 3+10. - 022pD Itevised Decemher 20, 2� 12 04 �}5 13 - 4 BIDDER PREQCJALIFICATION APPLICATTON Page 4 of 8 List equipment you do not own but which is available b� renting DESCRIPTION OF EQLTIPIVIENT N.AME AND DETAILED ADDRE�S OF OWNER 2. How many years has your organization been in busin:�ss as a general contractar under your present name? List prevzous business nan:xes: 3. How maray years af experience in had: (a) As a General Cantractor: construation -wnrk has your arganiza�ion (b) As a Sub-Contractor: 4. *What projects has your organiz�tion completed in Texas and elsevvhere7 CLASS LOCATION NAME AND DETAII,ED Cd1VTRACT O� DATE GITY-COLINTY- ADDRESS OF OFFICrAL TO AMOUNT WORK COMI'LETED STATE WHOM YOU REFER *If requalzfying nnly show work p�rformed since last siatement. S.Have you ever failed to complete any work awaraed to you?� If so, where and why?, 6.Has any oificer or owner oi your organization ever beeri an of�cer df another organization that failed to cornplete a contract? Zf so, state the nama of the individual, othar oeganization and r�ason. 7.IIas any officer or owner of your organization ever failed to complete a conttact execuied in his/her nanr�.e? If so, state the name of the indi�idual, nazne nf owner and CITY OF FORT WORTH SYCAMORE CREEK II�I'I'ERCEPTOR REHABILITATION STAIVDATib GpI•ISTRUCTION SPECIFICATION �OCi7MENTS CTTI' PRO.FECT NO, - 02200 Revised De�ember 20, 2012 004513-5 BIDbER PREQUALIFICATIOIwI APPLICAITON Page 5 of 8 8. In what other lines of business are you fnancially interestied 9. Have you ever per�ormed a�y work for the City? If so, when and to w�otx� do you refer7 10. State names and detailed addresses of a11 praducers fram whom you have purahased principal materials durin� the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRES� 11. Give the names �f any af£'iliates or relatives currently debarred hy the City. Indicate your r�lationsh.ip to this person ox frzn. 12. Wlaat as the conshuction experienae of the principal individuals in yaur organization`? PRESENT MAGNT.TUDE POSITION OR YEARS OF AND TYPE OF IN WHAT NAME OFFICE EXPERIENCE WORK CAPACITY 13 . If any owner, officer, director, or stackholder of your firan is an empiny�e vf'the City, or shares the sa�a�e househo�d with a City employee, plEase list �e name of the City employee and the relationship. In addition, list any City employee who is the spause, child, or parent af an owner, officer, stockholder, or director wha does noi live in the same household but who rece.ives eare and assistat�ce from that person as a direct result of a dacumented medical condition. Th.is includes foster ch.ildren or those related by adoptian or marriaga. CITY OF FORT WORTH SYCAMORE CREEK INTERCEPTOR RE�I:ABILITATION STAIVDARD CONSTRUCTION 5PECIFICA'FION T]QCUME[�fTS CITY PRpJECT NO. - 022U0 Revised flecemher 20, 2012 OD4513-6 BIDD�R Pi2�QUAI,IFTCATION APPLICATIOTi Paga b of 8 CORPORATION $LOCK PARTN�RSHIP BLOCK If a corporation: Ii a partnership: Date af Incarparation State nf Organization Charter/F'ile No. Date of organizatian President Is parrxicrship general, limited, ar registered lizx�.ited liability partnership? Vice Presidents File No. (if Limit�d Partnership) General Parhiers/Officers Secretary Limited Partners (xf appli.cable) Treasurer LIlVIITED LIAB�LITY GOMPANY BLOCK If a corporatxon: State af Incorp�rati�n Date of organization File No. Individuals authorized to sign for Partnership O�fic�rs or Managers (with titles, if any) l;xcept xor li�tnited partners, the individuals liat�d in the bloc�s above are presumed to have full signature authorety for your firm unless otherwise advised. Should you wish to grant signature avthoriiy �or additianal individuals, please attach a certified copy of the corporate resolution, carpora�e minutes, partnership agreement, power of attorney or other legal documenta�ion which grants this authority. CITY OF FORT WQRTE3 SYCAMORE CRE�K IIJTERCEPTOR REHABILITATION STANDARD CONSTRUCTION SPECII'dCATTQN I]pCUMENTS CTTX PROJECT NO. - 0220.0 Revised December 20, 2012 00 45 l3 - 7 BIDDER PREQUALIFICATION APPLICATIOt+! Page7of8 J.4. Equipment � TOTAL BALANCESHEET ITEM QUANTiTY YTEM DESC1tIPTION VALUE 1 2 3 4 5 6 7 8 � 10 IS 12 13 lA� 15 16 17 18 19 2fl 2I 22 23 24 2S 26 27 28 29 30 Various- TOTAL Similar types of equipment may be lumped �ogether. li your rirm nas more trian .s u types ox equ�ptaaent, you may show these 30 types anci show the re�na.inder as "various". Th� City, by allowing you to show only 30 types oi equiprnent, reserves the right to rec}uest a coxnplete, det�iled Iist of aIl your equipment. The equi�ment list is a representation of equipment under the contral of the frm and which is related to the type af work for which ihe firm is seeking qualification. In the descriptinn include, �ze manufacturer, nnadel, �d general cornmon description of each. CITY OF FOI2T WORTH SYCAMQR6 CREEK I�ITERCEPTOR REHABILITATION STANDARD CQNSTRUC'FION 5PECIF[CATNt]N I�QCi7MENT5 CITX PROJECT NO. - 62200 Revised December 20, 2012 �'i�l� ���� l�d�LAI�l�f��L�. Y �.��T �[�J�i� 004513-8 BIDDBR PREQOAL1TrICATION APPI.ICATIOIV Page 8 af 8 BIDDER pR�QUALIFICATION AF'�IDAVIT STATB O� COUNTY O� f1dIISSOURI SAINT LOUIS The undexszg�ned bereby declares ihat the foxegoing. is a true statement o�' the fi�ancial condition of tlxe entity herein �'irst named, as of the date hez'ein �irst gi�ven; that this statemezat zs for the express pu�pose af inducing the party to whom it is submitied to ar�ard the submiiter a contract; and that the accountan.t who p�epared �e balar�.ce sheei accompanying this report as well as any deposztary, vendor or any other agency herein. n�axzaed is hereby authorized ta sxtpply each pariy with any in%r.mation, while this statement is in force, neccssary to verify said statemant. Gina Gurrieri , being duly sworn�, deposes and says that helshe is the Contracting & Attesting Officer �f lnsituform 7'echnologies, L.LC , the entity described in and whzcla executed the foregoing statezr�ent that helshe is familiar r�rztl� ihe books of t�e said ent�iy showing its �inancial cor�di�.on; that the for�going financial statement takez� from the books of the said ent�ty as af tJa.e date tk�erenf and that the a�nswers to the questions of the foregoing Bidder Pxec�ualification Applicat�on are correct and frrue as of the d.ate of this afiidavit. Fi�rmName: ]nsitt�formTechno[a,gies. LLC f � 1 � Signature: . SACI� Swn:rt� to before me this �o��►Y �'ublic -�totary 5eal S�ATE QF MISSOURi 20 da af Janua , Z�Z� 5t, cnar�es Counry _ Y • rY A�6y Corranission Expires: Aug. �8, 26�5 J,� w — _ Corr�mission # f 75QQ031 .-" ��` Notary Pu�lie Notary Public must not Iue an officer, dxrector, or stockholder or relative thereof. CITY OF FORT WOR'i`Ii SYCAMORE CREEK I[�iTERCEPTO� 12LIIABILITATIQN STANDARD CONSTRUCTION SPECIFICATIbN DOCCIMLNTS CITY PROIECT N0. - 022Q0 Revised ]7ecem6er 2Q, 2D 12 OOA526-�. CON7RAC'fp�t COMPLIANCE WiTH WORKER'S COM.PENSATION LAW Page 1 of 7. i 2 s�cria�v aa �s �s CONTfiACiOR COMPLIANCE WITH WORKER'5 COM��NSATfON LAW 3 Pursuant to'fexas Labor Code Section 406.d96(a), as amended, Contractor certifies that it 4 provides worker's camp�nsation insurance caveraga �or all aF its employees employed on C9ty S FroJecC iVa. Q22Q4. Contractor further certifles that, pursuant to Texas l.abor Code, 5ection G 406,D9fi(bj, as amended, it wlil pro�l�e to City its subcontractar's cert[ficates af com�liance with '1 warker's campensatifln coverage. 8 9 CONTRACr'DR: 10 InsEfuform Technalo�lss, Li.0 By; Gina Gurrferi ll 12 13 14 IS Ib 17 18 19 �a z� 22 23 24 25 2d 27 28 29 30 31 aa 33 34 35 35 Co�7pany (Please Prini) '17988 Edlson Avenu� 5ignat�re: L-�o �"�" - Address � ' Chesterfield, MO 63005 Title: Contractin & Attestin Officar City/5tateJzip (Please Print) ' M1S80URI TH£ STAT� OF � +� sa,i�vT �.ouis cou�Yv o� `���a� � B�FOR� ME, the undersigned authority, on this day personally appeared Gfna Gurrieri knawn ta me to �e the person whase name is subscribe� to the foregotn� lnstrument, and acknowleclged to me that heJshe executed the same as t�e act and deed of insituform Technola�fes, LLG , for the purposes and cons[deratEon therein expressed and in the capacity therein stated. GIVEN UNDER MY HAI�p AND S�AE.OF OFFIG� thls 20 day of January , 2022 r ' �L f- _ , � '��•` � � ! - ICAF�EN l.. SAGK — , - _ - -- Nata Publfa - [�ata Seaf - -- g��Y� pF M�SSD�1Ftt No�ary Public in and for the Stat� af T��C $t, Cherfas Caunly MISSQURI My Comni��ipn ExpErea, Aug. 2f�, 2025 ENLl O� SEGTION ti Ga�amissian � i r�4D0�3t� GITY OF FdRT WOil7H 5YCAMORE CRE&K IlVTEfiCEPTOR REHA91lITAT�ON STANGA(id CONSfIiUCTION SpEGIFICATION OOCUlNENTS CITY PRO]ECT NO. - 02Z00 Revlsed July 1, 2U11 00454U-I BU51N�5S EQUITY GOAL Page 1 of 3 1 z sECTrorr ao �s ao BUSINESS EQUITY GOAL 3 APPLICATION �F POLICY 4 If the tatal dollax value of the contract is $100,000 or more, then a Busine�s Equity goal is applicable. 5 A Business Equiiy Firm refers to certified NTinority-, andlar Women-, owned Business Enterprises 6 (MIWBEs}. ►J S POLICY STATEMENT 9 It is the poiicy o£the City of FQrt Worth to ensure tne full and eyuitable participation of Busin�ss Equity. 10 Finns wh�n app�icab�e, in t}�e procuremeot of all goods and services. All requirernents and regulatzons 11 stated in the City's Busin.ess Equiiy Ordinance Nfl.25165-IO-2021, (replacing Ordinar�ce No. 24534-11- 12 202Q (cadified at: h s:.',';.odelibra .amle xl.carn,';,od:,slft�orti�,�:atesrl�iv, artl� t{�f)-t1-0-�.z�93} appiy to 13 this bid. �.4 15 16 17 18 19 BUSINESS EpUITY PROJECT GUAL The City's Business Equity goa� on tliis project is uine (9%) perceat of the total bid vaiue of the cantract (Base bid applaes to Parks and Com,munity Services). METHOD� TO COMPLY WITH THE GOAL z0 On City eontracts �vhere a Business Equity Goal is applied, offerors are requ�red to comply wifi.� the City's �1 Business Equity Ordinance by tz�e�ting or exceeding �he above stated goal or otherwise comply with the 22 ordinanee tf�ro�agh nne of the following methods: 23 24 25 26 27 zs 29 3� 31 3Z 33 1. Conn�mercially usefui ser�ices performed by a B�tsiness Equiiy prime contractor, 3�. Susiness Equity subcontrac�ing par#icipation, 3. Combina�ion of Business Equity �rime services and Business Equity subcontracting participation, � �. Bnsiness Equity Joint VenturelMentor-Protege participation, 5. Goad Faith Effo� documentation, or 6. Prime contractor Waiver documentation. SUBMITTAL OF REpUIRED DOCUMENTATION CI'TY OF FORT WORTH SYCAMOCt� CREEK 1NTERCEFTOR REHABiL1TATTON STANDARD CONSTRUCTIQAI SPECIFICATION DOClJ3VfENTS CTTY PIZDJECT NO. - 02200 Re�ised Qctober 27, 2U2 ] oo4sao-z EiU5INE55 EQUITY GOAL Page 2 of 3 1 Applicable docurnents (listed belaw) tnust bc rec�ived by the Purchasing Division, OR the affarox s�all 2 EMAIL the Business Equity docu�nentation to the assi.gned City. af Fort Worth Projeet Manager or 3 Department Designee. Documeuts are to be received no later than �:00 p.�n., on the third Gity 4 business day after the bid opening. date, exclusive of the bid opening date, 5 6 The OfFeror zx�ust subrnit one or more of the following docume�its: 7 1. Utilization �orm and Letter(s) of Intent, if the goal is inet or exceeded; S 9 1� 11 12 13 14 2. Good Faith Effort For�n and Utilization Form, including supporting documentation, if participation is less than stated goal, or no Business Equiiy paz�ticipaiion is accomplished; 3. Prime Cnntractor Waiver Form, including supportit�g documentatinn, if the Offeror will perform ajl subcontracting/supplier apportunities; ar 4. .�oint Venture/Mentor-Prot�ge Form, if goal is met or exceeded with a Joint Venture or Mentor- Prat�g� participatton. 15 These forfns can be found at: �.6 Business Equity Utilizafiqn Fprzn and �.etter of Int�nt �.7 https:liapps.fortwarthtexas.�ov/ProjectResources/Resourcesf'/60%20- 18 °ib20MWBE/NEW%20Business%20Equitv%200rdinancelBusiness°1o20Equitv%20Utilization%a2QForm. 19 �df 2Q 21 Letter of Intent 2� 23 24 z5 �ittps://apps.fortwarthtexas.��v/Pro�ectResources/Resources�/5U - MWB�lN�;W _ Business Eqnitv OrdinancelLetter af [nteiit-2021.pdf BUsiness Equity Good Faith Effart Farm 2G https_//apps.fortworthtexa�.govlProjectResoarces/ResourcesP/fi4%20. z7 %20MWBE/NEW%2QSusiness%20Equity%200rdinance/Business%20Equitv%20Good%20Faitl�°/a20Ef 28 fort%20�'orm. df 29 30 Business Eguity Prime Cantz•actor Waiver Form 3� htt�s://apps.iorlworthtexas.gov�ProjectResources/ResourcesP160%20- 3Z %20MWB�/NEW°/a20Business°Jo20Equity°/a200rdi��aiicelBusiness%20Equity%20Prime%20Contractor 33 %20Waiver.pdf CITY OF' FORT WORTH SYCAMOIi� CREEK 1NTERCFiPTOR REHABILITATION STANDARD CO%TSTTiC1CTIUN SPECIFICATION DOCUMENTS � CI7'Y nRp.TECT NO. - 02240 Revised Octaher 27, 2021 OU4540-3 BUSINESS EQUITY GOAL Page 3 of 3 Business Equity Joint Venture Fotm 4 � htt s:lla . s.tom�vorthtexas. o�/PrQ'eetKesource�/Resourc�sP/60%2U- ` a2QMWB�/iv E W%20Business%20Equitv%24_Orditzance�Busin�ss%20Ec�uitw°/a20Joint%o20Venkure. pdf 7 �AILURE Ta ACHZEVE THE GOAL OR OTHERWISE COMPLY WITH THE ORIDNiNAC� 8 WILL RE�ULT IN THE BIDDERIOFFEROR �EING DECLARED NON-RESONSZVE AND 9 THE BID REJECTED. �.a 1� 12 FAILURE TO SUBMIT THE RE IIIRED BUSINESS � UTY DOCUMENTATION OR 13 OTHERWISE COMPLY WITH THE 4RDINANCE WILL RESULT IN THE BID BEING 14 DECLA1tED NON-RESPONSIVE THE BTD REJECTED AND MAY SUB,�ECT THE 15 BIDDER/OFFEROR TO SANCTION� AS DE5CR�BED IN SEC. 2U-3'i3 OF THE ORDINANCE. 16 17 18 19 20 For Questions, Plesse Contact The Business Equi.ty Divisiau of the Department of Diversiiy and Inclusion at (81'�) 39�-�6q�. END OF SECTYON CITY QP FORT WORTH Si'CAMORE CIiEEK II�iTERCEPTOR REHABILITATION 5TANDARD CONSTRUCTION SPECIFICATTOt*4 �OCUIVIENT3 GI'fY PROIECT 3�10. - 02200 [�evised Oetoher 27, 2a21 7r1�'i!�` �r��� �flf �€#��f�fi'�,�.��Y ��t�� �L�I�� oosza3-� ngrcamcnt page I of & ��cx�xor� oo �� �s , � �� '����S �1.GIt��IY��N7.', Ekllkhoii�ed oli �_ 1� �• � 15 lilA(iB.�Y 811(I IICllY�Bli �S1B C1�+' OP�OI'i Wortli, � Ttsxns hamo x�ula miiiaiof}�ality, actiiig by ancl tl�carrgl� iis c�uly ntitiioe�ZBC� Cli}I MRI1RgBi•, ("City"), �nd Insihifori�� Teclinologies, LLC , ai�tlyarized to do Upsitiass s`n Texas, �oting S�y �i�cl through its cluly a��thorizeci j�prosoilt�tiv�, ("Co�rtr�etor"). City a�id Contraotor may jointly be refej�recl ta as Pflt•tias. City as�d Contr�atar, in co�isideration of il�e mutu�l covent�uts hereinafter set forth, agrea as follows: A��ticle 1, WORT� Co��tt�acto�� sh�ll oanplete �11 Work as specif�ed or indicated i�i tl�e Conti'AC� DOCLIIil(311t3 fOl' tllB Pa•oject iclenti�ed Itea•ein. Article �, PROJ�CT The 4�raject for �vl�ioh the Wock untie�� t��e Co��k�•acf Doct�uienis may be the ivltiola o�� only a����[ fs ge��erally described ss follorvs: S�'CRIklbl�cs C�•eelc �Yitercepto�' ItC�kAU1lltRi�011 Cltv Pa�oject No. �U220p - _ -- ArticlB 3. CONTRACT PR.IC� City �grees to pfty Contr�cto�� for ��arForina�e 4„f+lte W��k�a t��ai��i'�i��sa�il�e Cnxit��nct DOClllliellfS Rll &Il1011llis lll Clll��'Bilf �UI1CI5� 0���.. ,.,,"yr�aa�a.�4e�� .-- - - - -- Doll�rs ($ � -- �' ). Coi�tract price may be tsdjusied by al�ang� orders dtily �utliorized �y the n�cties. Ar�icle 4. GONTRACT TrNrr 4.1 l�inel Acoeptauce, Tlia Work shxil Ue coxnp�ete for Fii��l Acoep#�nce �vithi�ti 2a4 cl�ys after tl�e date wl�en tlie CoFth'ACt TklllB C411U11B11CB5 t0 l'llla� SS }]I'�Y1CI�CI 1l] PAl'Rgl'apll �.U2 0�` II�n �eif��•�I �anditioirs, pitis t�t�y exke��sion fl�ereaf �llawed in accordance wikla Article 12 of f{�e Gener�l Conditions. �4,2 Liqtiidated Dan�Rges C�Ilil'RCtOI' 1'CC4�LiIz05 tllftt �11118 IS Of flre esser�ce for completioiz of Milestoiics, if auy, a��d to achiave Fina� Aacapia��ce af tlse Work and City aud tlle public will suffer frorn loss af 11SC If (Il� WQl'k IS I1Dt COII��liOtC(� 1YI�I1111 ��1� �1�118�8� Sp0C1�0t� Ili PAl•agrapli 4.1 abovo. Tlie Co.��trActor also recagnizas the deiays, expe��se �nd dif�oulties involved i�a �sinviug iu n leg�l pi'OCB�fllllp� tI1B ACIIIHI IOSS SIIE��Ced by t�ta Csty if thts Work is uot cam�leted on timQ. Accorctiiigly, iizste�td of �•enuiri�lg nny stich }�roof, Coi�trnotor ngrees fiiat as liqnicEated dnivages foi� clelny (b�it :rot as n penalty), Coii#racto�• sliall E�ay City Oire �7�otrs�rl�il Dalla�•s {$1.000.00 ) for caclti cl�y #l�at ex�aires afi�e�• tl�e tinae speciiied in Pai•a���a;}Ii �.1 for Final Acce�ta��ce u�itil lhe City issuas fl�v r.ival Let#er oFAccept�i�co. C1TY O� r�R7' 1VOR'�I-1 SYCAMOR� CRL+�IC [NT�ItCL�P7'OR RI3HAl3[L!'l'A I'ION S'1'ANDAI;U C(3NS'I'Itl1CT[ON 5P�CIF�CAl70i�f uOCUM�N't'S CITY AROICCT i�lO, 02200 t�cviscd 111Z]IZOZt 06 52 43 - 2 Agrecmcnt Pege 2 of fi Article 5. CONTRACT DOCUM�i�ITS 5.l CONTENTS: A. Tl�e Contract Documents r�vhicl� cotnprise the entire �greeme��i between City and Co1�t�•actor concernii�g tlte Work cansist oi tiie followii�g: l . Tliis Agt�eeine�ff. 2. Attacliu�e��ts to tEiis Agreentent: a. �id �artn 1) Pcoposal Torin 2} Ve�7dar Compliance #o Sta#e �,�w Noii-Resic{e�zt Bidcler 3) �'�•eqt3alification ,�tateinenk 4) State aud FederaI dacumeitts (projec� spec f c) b. Cc�rj�e«f P�•ev�iling Wage Rxte Table c, Ixist�raiace ACORD Faran(s) d, Payrnent Boi�d e. k�arforma�lce Bond f 1Vlaiutena��ce Boazd g. Pov�+e�• of Atto�•ney fa�� tl�� Bortc�s ii. Worke��'s Compensation Affidavit i. N�E aaidfox• SBEUtilizatioa� Farm 3. Gene�•fl� Conditions. 4. Snp�ieanenta�y Conditio��s. S, Speai�catio�is speci�cally made a p��•t of tlie Cont�•act Doc��mearts by att�chment ar, if uot attaciied, 1s incorporated by refecence and described in t�ie T��le of Caxitents ofthe F�•oject's Contx•act Doci�m�nts. 6. Drawiitgs. 7. ACI(��I1�A. 8. Document�tion subinitted by Contractor prior ta Notice of Award. Tl�e folIoti�i�ig wliich may 6e delive��ed o�• issued after tl�e Effectit�e Date of tl�e Agreeinent and, if iss�ied, beco�ne a�i incor��arated part of the Contract Dacuments: a. Notice to Praceed. b. Field Orders. c. Clia��ge O�•ders. d. Letter af �itsal Accepta��ce. Arficle 6. INDEMNIFICATION 6.1. Cantt�actox• eo�e�iants a�tcl agrees to iudemnify, holcl ha�•mless and tlefencl, ai its o�n expen�se, tlte cify, its o�ficers, se�•va�ts aud employ�es, froni R�ul stgainst auy and all cIaims xt�ising oEit of, ar alleget� to aris� o�tt of, tl�e �vorlc and services to Ue perfnr�netl by the ca�itractor, its ofCicers, agents, employees, subcontrsctors, licenses or invitees u��dei• tliis cau#ract. Tliis indemi�ification n��Uvi5io11 is speCifics�llY ia�te��(�ed to o�eCate R�td �e effcttive evet� if it is �tlIeged nw• pt•ove�u ilaat s�ll ox• same of tlae clamaecs bcin� sa�c�k�t r�vere caused, i�a rvl�ole ox• i�i pax�t, bp anv act, onixssio� or� rieg�li�e��ce o� t�c citv. Tl►is iatden�nity X��•ovisiat� is intended ta iRxclrxde, �vithout limitation, i�iclem�iify fo►• eosts, ex�exises anci legal fces iucu�•e�ecl by tlee c�ty i�i defe��di�a� �gRir�st sY�cii cl�i�ns and C�iIISQS 0� AC�1011B. CITY OF FORT WDRTH SYCAivIORE CREEK li�lTERCEPTOR REMAf3.lE,1TA'I'lOA! STANDARD COAlSTRUCT[�t�E 3P�CIfICA1'iON �aCUMENTS CITY PRDdECTNO. Q2200 Iteviscd I�/23/2021 QU 52 43 - 3 Agreemcnl Pnge 3 pf G 6.� Conh•actor cnvena��ts and agi•ces ta inclem�iify ancl liolcl l�artnless, at its own expeuse, tlie city, its officei's, serv�uts aittl em�slayees, fe'OItl S�l(� AgAl11St €llky �11EI SI1 YOSSi iIAYi]�gC or dest��ucfio�� of pa�npex�ty of ti�e cRty, aN•ising out of, oi� allegeti to �risa otit of, tlie rvo�l� ancl sei�ices to 1oc €�erfo�•meti Uy the contractor, ifs ofi"icers, xgcnts, employees, s��bcont�•�cto��s, licex�sees o;• i��,viitees r�ncier ihis co�atR'AC�. TN�is inrlcnnni�catian nrovision �s specif�caaly i�tfentlecl to o�ex�ate_and be effective even if it is aalegetl or yx�ave�� tlzat �11 ox� so���e of tlae cia��a es ueiax sotx lai �vex�e cAt�sed in �vi�ole ox• irx a��t Ea� auy act, n�a�issinu a�• ue�li�ence aT tl�e ci�y. Artrcle 7. MISCP+�LLANE�U� 7.1 Tersys. 7.2 7.3 Tei•ms us�d iu this Agi'eeuienk w�ilcli a�•e deftned in Article ] of fhe General Coaiditio�xs will have tl�e yneanings i��die�ted in tl�a Ge�ieral Conditiosis. Assigmne��t oiCoiitract. Tl�is Agreement, including �il of tl�e Contraet Dacu��ieaxts may not be assigiaed Uy the Cantractor tivithout tlie ad�nnced expiess wrikte�f co��sent of f1�e Cily. Successo�•s a�id Assi��s. City aitid Canti�actor each binds itself, its p���tn�rs, successors, assigns aud legal f•epresentatives to tiie otl�er party iieretio, in respect ta ail covei�a��ts, agreetn.e��ts and abl�gativns contai��ed ia tl�e Cox�kcact Docnrnents. 7.4 Se�erRbiliiy/Noai-Waive� of Claiins. Any }��°o�ision or part of tlie Contraot Documenis lield to be 1I11Cfl115Y1$1i1011AI, void or une��fo�•ceable by a cvu�•t of competent jurisdictiou slxall be deeaned str•icken, and all �•emai�vng provisions shall continue to be valid and binding upon City and Cojitt•actor, The failure of City as• Contracto�• to insist upon the perfo�•tnai�ce of any term or pi�ovision of tl�is Agreeinen# or to exercise any rigi�t granted hei'ein sliall not coi�stit�ite a�vaiver of City's oc Co�it�•actor's rasp�ctive riglrt to insist upon appi•opriate pe�•%�•�nance ar to assert auy such rlg�lf OIl Blij� �[l�llYe occasioii. 7.5 Governing Law ai�d Ve��ue. This Agceemer�t, i:icluding all of the Contract Docuine�its is performahle in tl�e State of Texas. Venue sl�all be Tarrant Couniy, Texas, or the Utiited States Distcict Caui•t for ihe Northei'11 DI'StT1Ct of TeX85r Fort Worth Division. 7.6 At�tl�oriiy to Sign. Coiitractor siiall attach evidence of atrtliority to sign Agreeinent if sigiied by someone otl�er tlian the dtily aiitltorized sigr�atoiy of tl�e Contractor. 7.7 Non-appropriation of Funds. In t�e svent �to fiinds ar insuf�icieut fitnds ace Appro�t•iateel by City in auy fiscal period for auy pay�ne��ts due I�ez�eu«de��, Ciiy will »otify Ve�idak• of siYch occiyr��eisce ��Yd this Agreement sh�lf kermin�te oit the lasfi day of tlie fiscal pe�•iod for wltich appi•opriatio��s were �•eceived witUaut �enaliy ar oxpeuse to City af a�xy �Cind r�rliatsoever, exc�pt as to the pa�'tia��s of fhe pay�iietits llerei�i agceed upan foc wI�icli fiiifds l�ave beaz� ap}��•op�•iatad. C[TY QF i'ORT WORTFi SYCAMOR� CRBEiG INTERC�P�OR REI•lABI1.ITATIpi+� 3TATlDARD CONSTRUCTIO%I SPEC[rECATION DOCUMENTS CETY PROJTsC'i' iVO. 02200 ltcviscd IL/2312Q21 0o sa �is - a Agreemeni Pagc 4 of G 7.$ 1'rohibitio�i O�1 Cantracts Witl� Coin��uies Soycotti��g Israel. Contractor, uuless a sole proprietor, acknowledges that in accordance with Cltaptes� 2271 oF the Texas Govern�nent Code, if Contractoc l�as f 0 or more fiill time-employees aud ilie contrxCt value is $100,000 or n�ore, fhe City is grol�ibited frons enterittg i�tto a contract wifl� A CQil]}]allY f01' �OOC�S Oi• services ui�less tlie cont�•act contaitis a written �erific�tioii fi�oln tlie corrt�airy tl��t it: {1) does not boycoti Isi•ael; and {2) will not �oycoit Israel dt�ring tl�e term of tl�e contract, The terms "boycott �sraei" anci "cainpa�ly" s�iall l�ave tiie meanings ascribed to tl�o�e tertns itt Seation 808.UU1 of the Tex�s Gove��nment Code. Sy sig�iing tliis confract, Contractor eertif�es tiiat Cont�•actar's signature pravides �vr➢tten verification to fl�c City tfiat if Cliapter �271, Texas Government Code Rpplies, Confi•actor: (I) cloes uot boycott Tsrael; and (2) will not boycott Israel dm•ii�� flte term of tlie coniract. 7.9 Proliibition on Boycotting Energy Compauies. Coritractar acknawledges tl�at in accoi•dauce witlt Chapter 2274 of the Texas Goveiiuneni Cod�(as added by Acts 2021, $7'tli Leg., R.�., S.B. i3, § 2), t�ze City is pz'ohibited %•oin entei'i11� ILlfO � COliil'1Ci F01� goods or se�'VLCCS i�lai I1S5 R VRIllB O� �I 00,000 or more, whici� will be paid wholly oi• pa�#ly fi•a�n �ubIic fu��ds of the City, witli a co�npaiiy (with 10 or inore f[jll-tin�e e�nployees) 11I11�55 tLl� COL1�I�act caFitains a w�•itten ve;•ifcatian fi•ofn Hi� com�ai�y tl�at it: (1) does not boycait ene�•gy coinpauies; and {2} rvill t�ot boycott e��ergy companies ciuriifg i�ie term oi fhe coi�tract. The ter►ns "boycott energy cotnpat�y" aiid "COlTipflIl�l" I1�V0 f�i8 1110fl1111] .�, ft3CCiI36(� �O tliase terms by Cliapte�• 2274 0� tl�e Texas Gavernrr�eiyt Code (as adtied by Acts 202i, 87th Leg., R.S., S.}3. I3, § 2}, To the extenf tLat Cf�apter ��'��4 af tlte Govey�my�er�t Cnde is applic�t�le to tl�is Ag��eeiatent, f�y signieig t�iis Agreesnent, Can#ractor ce��tifies that Co��tractoi's SI�IiRflll�a pe•ovides written� vex�i�"xca#io�a to tLe Ci�y th€�t Cn�iti•aciar: {I) cloes not l�aycatt ex�eY•gy compar�ies; a►�ci (2} �vill not E�oycott enex•gY co�r►pa��ies du�•i��g tl�e te�•Rn of tiiis Agreerne�t. 7.I0 Pt'ohibitian on Discriminatiol� Agautst Fu�earm a�id Atn3nt�pifio�a Ii�tdusfries, Cont�'acYar ac�uaowIedges that exce�st as otlierwise pro�vided by Chapte�• 227�1 af #lie Texas Governineut Code (as added by Acts 2021, 87t1� Leg., R.S., S.B, l9, § l), t�ie City is proliibited from antering inta a contraat for gooc�s or services that has a value of $I OO,Q00 or mot�e which will be paid w�ially or partly from public fiinds of tlie City, rvith a company (with 10 0�• snore fiill-time einployees) unless tlte couti•act coistains a written vari�cation ft•oin tl�e co�npany tl}at it: (1) does no# hat+e a practice, �olicy, g��idance, or directi�e #iiat disct7I111S1Si£5 against a firearfn enfity oi• firoarm trade aSSflCifttI011� and {2) will not discriminate during the term of the contract ag�inst a�i�earm entity oa• firearnt trade associatio��. 'Tlie terius "{�15C172I11llRtC��y ���11'eAl'lll 01]tlij+f° and ���1Pearin trade 8S5aClfl�1011" �iave the meaEiing ascribed ta tliose tertns by Cliapter 2274 of the Texas Gaveri�ment Cade (es added by Acts 2021, 87t1� Leg., R.�., S.B. 19, � I). To tLe extent thaf Chapter ��i4 of tl�e Governnient Code is a�plicable to tliis A�reement, by signing tl�is Agree�neni, Contractor cei�iifies t1�at Con#r�ctor's signature gravides writtev �ei'I�ICRfE011 i0 fI1C City t��t Ca��tractot': {�� i�pCS llpt �fi'Y� ii �fl'iiCt1C0= �IQYtC�+i �Al(�i11lCC� UY' [�tE'eCt1V@ ��lAf ciisei3minates agaia�st a�x•ea�•m eiifity or £'crea�•m tx•�de �ssaciation; anc� {2) rvili ��nY [115C1•i��inate s�gs�inst a�'irei���m elltity Ol� �1�BR�'k�i ta�A(le �55UCiat10�1 dul�itlg t�1C t�t�1n U� tl�is Ag�•eenxent. CITY OF I�ORT WOR'fi3 SYCAMORG CR£GK INTERCEPi`OR REHABi41TAT[qi+i STAI+lDARD COIVSTR[1CTION SPL�CII�lCA7'101V DOCUMENTS CLTY PROJL�C'F i�lO. 022D0 Reyiscd [ l/23/20Z 1 005243-5 Agracment P�ga S af G 7.I L Iminigration Nat�onality Act. Cantracto�• sl�all vecify tl�e ide��tity and e�n�loyrne��t e3igibitity oi its empfoyees wlio pe�•farm work under this Agreeinent, i�acludi�lg completing �I�e Employment Eligibiliry Verifcation �ortn (I-9}. Upoi3 reqi�est by City, Co�rt�•actor slzall p�`ovide City with copies of aIl I-9 forins and si��pbrting eligibility doeijiiientatsan �pl' BACU 0i'11.�1�Q}��8 WIlO ��l'�Oi•n�s work uttder this Agreemeiat. Cantractor slzall adhere to aIl rederal attd State l�ws as ��vell as establisl� appropriate procedures and co�itrols so tl�at �ao services will he pes-�orjned �y a�iy COI]'�i'AGt01' BLT1�lO�B� wl�o is not legally �ligil�le to pe�•forul sticl� se�wices. CONTRACTOR SHALL INDEMNII4'Y CZTY .AND HOLD CYTY �.Mi,�SS rROM ANY P�NALTITS, L�ABILI.T��S, OR L�SS�S l]U� TO VIOLATTONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S �MPLOI'�ES, SCTBC�NTRA.CTORS, AG�NTS, OR LIC�NS��S. City, upoi� wi•iYien �iotic� ta Canti�ac#oz•, shall have the right to i�ninediately termuia�e khis Agree�ne��t for violatioiis of• tl�.is provision Uy Contcactor. 7.12 No Thi��d-Party Beneficiaries. T'i�is Agreement gives �to �•iglrts or 6enefts to anyone otlter flian flie City and the Catthactol• attd t��ere are no fiiird-pflr[y heneficiaries. 7.13 No Cause of Action Against Enginea�•. ContractoY� lYS SUbC011h•actoz's aifd ec�tzipinetkt a�xd tnatet�ials suppliers on kl�e PROJEGT or tiisi�• snt•aties, shall mauitaui iio direct action against tlie Engineet, ifs ofFiccz•s, �ttployees, and suhcoirtcactors, for aiYy clttim a�ising out of, in co�zuection witl�, or resnjting fro�fi tlie e��giuee�•uig seivices pei•fo�7ned, Only tl�e City wili be the bexieficiacy of a�ay und�ataking by Y�1$ EI1gIilE�1�. TE�e pcesence ar duties of t13e Ei�gineer's perso�iqel at a canstz•i�ctioa� site, w1�eYl�e�' as nn-site eepresentatives or otherwi.se, da not inake tl�e Engi�zeer or i#s personnel i�� atry way responsible fbr those dnties that belong to the City and/or the City's canstructiou contracto�•s o�• otliea• �ntities, and da �iot relieve tlie constrt�ction conk��actors ar any otl�ez• entiYy of their abligatir���s, duties, ai�d responsi6ilities, including, but not limiteci to, all cotistt�uotion �netltods, �neans, teehniq«es, sequences, and procedures necessacy for caoi�diE�ati��g and completing atl po��ions nf tlie construction work iu accordance witE� the Contr�tot Documants a�1d ai�y lzealt� or safefy precaittions required hy sucli canstructioti wo�•k, The Ez�giiaee�� Rnd its �ec5onal�l have no aut[totity tp exei�cise any co��f��al over a�ay COIlSfI'L1E#1011 CO1l�C3Cf01' Ol' Otli�i' Blltl� 01' ��181P amployees it; co�mectio�i witl� tlyeir worlc or suy health or safety preca��tions. CiTY 0� FO[tT WOR'1'i�I SYCAbi(il2E CRESK fitl7'ERCEPTOIt R�L3ABILITATION 5'iANDkltll CONSTEiUCTION Sl'ECIi�ICATI03�1 �OCiIIVIEtd7'$ CiTY PROJi�C1' i�f0. Q2200 Revised 11/23/2021 aasaa�-G Agrcaietenl Paga G oC G , 1N WITN�SS WHLREOI�, City 8tl(� C011tf'€1Ck01• I�ave eAc1i exect�ied th€s Agreeinent tn l�e effeclive as flf il�e d�ta su�scribed by ilfa City's dasig�faied C�sxistant City Maiz�ger {"EfFective Dnte"). Co�tiractor; ��'f,l�i4.�i1`11`� r�-n�ic?�."��=5, CityofFor•tWor#li � , . �.� ,l � f�v; _ By: ,St n�l�� � , }-��— -���—� Dana Bui� hdo� � � ' ' � Assist�ut Cit�r MRnage�• �„ "�I , - (Nr�nte'ti �Nai�ie) Apr 26, 2oa2 ... ��' r cil�� & li;t$�l:r�� ���:�:r - Tfile — Date At#esi: �.n y_.. _. a .�� :��'�`..�`a�Hro qy�".:.,Y d�'°��` �16 � x. Addi•ess .1 eite Goodail, City Secretaiy :���� �'� �`� CF1 ..iet .rlc� U.14; t �[' 1�S • �, °��' � : ��' ,g: �i CitylSt�tel�ip (Senlj �� �' ' ��jjt � r �•�w�, i" . ��{I����.b �+� M&C: _.�� � i� �"�'i ` `�J �N �;;•..� � i}ate Date: .- — ' � � 4 �,�r�; ' ;. -� ��°�t�,�.. .• '���` ., ��.� ,.:�' D E _ $,���'�'�~ �������."��-: ��-- Fot�m 1295 No,; : #-� � Coijt��aat Compli���ce Ma��ager: By siguin�, I�aki�otivledge that I am the persan res}�onsible far tl�e monitoring �itid �clmsnistrntiou of fi�is contcact, iuclt�din� ensuring a1l pe�•fnrmaitce and reporting reqt�irameiLts. � h �� � � � ! Ll$IZl CO11�011 Project Matrager Appanved as ta Foxin nud Legaltty: � Douglas W. Black Si•. Assistaut Cify Alto�•c�ey Al'rROVAL RBCOMMBNDED; rG�..e.,..ld.. a.,,7 Cl�risia��her Harder, P. E. Directot� Wate�� Dsp�rtme�it I CITY Dn rD��T WORTH SYCAMOItC CRi3L�K �iV'�Ff#�:'RPTR!!+'ip�r�. ;�.�r?�i' iV S'!`ANUAiZU COAlS'CRUC1'LON Sl'I',CiF1Cr11701+! I�4CUi4riCN7'S ��' CF�'Y PI�r3J1?CT�O. a2�0U Rcvlsetl I 1/.2312U21 I � a061i3-i PERFORMANCE llONp Page i af 4 � 2 3 4 S fi 7 8 9 10 11 12 13 I4 15 16 s�c�ion� on s�.1� p�RFORMANCE BOND Bond No.1fl7605i�0 TFi� STATE OF TEIfAS � § CQl11VTY Q� YARRAhIT § KNOW A�� BY ��iESE PR�S�NiS. That we, Insl �,�}rm Te�hno�qg��� ��.� , known as "PrincipaP` h8relri eEld Trayslers Casualty anck 5urety Company _ , a corporate.. surety(sureties, if more than oneJ duEy authorized to do busines5 in the 5tate of Texas, known as "Surety" herein (whether one flr morej, ar'e held and firmly baund unto the City of Fori Wnrth, a municipal earporation created pursuant ta the laws of 7exas, known as "City" herein, in the Two Million Six FEundred Ninety Five 7fi�ousand Two penal sum of, Hundred Thirtv Ftve & 50/100 ___ _ Dallar5 (� 2,ss5,235.50 j,lawful money nf the United 5tates, to be paid in Fort Worth, 7arrant County, Texas for the payment of which �um weU a�d truly to be made, we �ind oursefves, our heirs, executors, administrators, successars and assigns, jointiy and severally, firmly by these presents. I7 IAINEREAS, the Principal has entered into a certain written contract with the City 18 awarded t}�e ���►� day of I�i�C }� , 2D�which Contract is h�reby r�ferred tv and 19 made a part hereof for all purpc�ses as if fu�ly set farth herein, ta furnish all mater9als, 20 2t 22 equiprnent labor and other accessaries defined by law, in the prosecution of the Work, including any Change �rders, as provided for ir� said Contract designated as Sycamore Creek Interceptor fiehabilitation,.City Proj�cf t�a. — 02��p. 23 NDW, �i��RE��R�, the conditio� af ti�is obligatian is such that 9f the said PrEr�cipal shal! 2� #aithfully perform it obligations under the Contract and 5hal� in all re5pects duly and faithfully 25 perform #he Work, including Change Orders, under the Contract, accarding to the plans, 2� specifications, and contract documents therein re#erred to, and as well during any perfad of 27 extension of the Contract that may be granted an the part af the CEty, then this abligatEon shalf 28 be and b�came null and void, atherwise to remain in fu[f force and effect. c�rr a� �o�r wonr� SYCAMORE CREEK IEVTERG�PT4R REHABILITi4T10N STANpARp CONSTIiUCTfON SPEGIFICATiQN �QGUMENTS CITY PROI�CT NO. - 02200 Revlsecf July 1, 2011 D05a}.9-2 PER�ORMANCE RflND Pags 2 of 4 1 RROVI[]�D �URTHER, that if any legal actian be filed on this Bond, venue sha�l lie in 2 7arrant CQunty, Texas or the United States District Court for the I�orthern pisCrict af Texas, Fort 3 Worth bivision. 4 This hond is made and �xecuted in campliance with the pro�isions o� Chapter 2253 of S the Sexas Government Code, as amended, and a�! liabilities or� this bond shaU be determined in G accordance with the provisions af safd statue. 7� W WIT�fESS WHE�tEO�, the Principal and the 5urety have 51GNED and SEALED this �� . � . 8 instrum�nt by duly authnrized agents and afficers an this the _ 1�` day of �,u'�.: ���. _ 9 , 20,�`ra'�► � . .' � ' 10 ll 12 T3 14 15 �6 17 18 19 20 21 22 23 24 25 26 27 28 AA�ST: d + ! I� � Chri daAdkfns �ontraciing B�AttestiRg Oi�cer (Principal} Secretary PRINCIPAL: � CiTY QF FORT WdR7H STANDARD COIVSTRUCTiQN SPECfFICR'E'ION pOCUMENTS Poevised July 1, 20J.7. Insitufonn 1"eehnolo fes LLC � ' . � � � ... ' � - — �--- �--' � _ ' �:��� Signa#ure Ursula Youngblood, Cantracting & Attesting Oificer Name and Title Address; 5�0 Goddard Avenue, Chesterf[eld, MO 63U05 SYCAMOR�_CREEK IIVTERCfPTOR REHA81LI7A'FEON CITY RRaIECT N0. - 02200 1 2 � � 3 �r� _ 4 Witness as to Prineipa) ��' A�� ��r 5 6 7 8 9 10 11 12 13 14 1S !6 17 18 19 20 • 23 22 23 � � - 25 � '' IC� � 1 +� ���,�. 9 26 Witnes5 as to 5urety 2� Amanda L. Wllllams, Witness 28 29 GITY QF FOR7 WOtt7H 57ANDARD CO�fSTRUCTiON SPECiFICATiON �pCUMENTS Revised Juiy 1, 2411 00 6213 - 3 PERFORMRNCE BO�lC� Page 3 of 4 SURETY: 7ra�elers Casualty and 5urety Company ) � �1 A � . � r �'. _. - _. 81': Signature Andrew P. Thome, At#omey-in-Fact � ' Name and 7itle � , � . AddreSs: � One Tower Square, Hartford, CT 06183 Telephone Number: ($60) 277-0111 SYCRMOiiE CREEK INTERCEPTOR REHABiLliATION CI7Y PROIECT N0. - D22U0 QQ6113-4 PERFORMANCE BoND Page 4 of 4 2 *Note: If signed by an afficer nf the Surety Company, there must be on file a eertified extract 3 #rom tY�e by-laws showing that this person nas a�thority to sign such obl��ation. If 4 Surety's physical address is different from its maifing address, both must be pravided. 5 7he date of the band shakl not be prior ta the date the Contract is awarded. CITY OF FQRi WORTH SYCAfVIORE CREEK IlVTERCEPTOR REHABfLl7'ATION STANDARD CON5TRUCTiON SPECIfICATION DOC1lMENTS Ck7Y PROlECT ND. - 0220P ftevlsad July 1, 2d11 006114-1 PAYiVkENi BOND Page f. of 4 i 2 3 4 5 6 7 8 9 10 II iz 13 I �4 LS 1G 17 18 19 2p 23 22 23 I�OW, �'F{�RE�DRE, THE COI�DI710N �� THIS OBI.IGATIOfV is such that if Princi�af shaf! 24 pay all monies owing #a any (a�d ali) payrnent bond beneficiary (as defined ir� Chapter 2z53 af 25 the Texas Government Cade, as amendedj in the prasecutiar� of the Work under the Contract, 26 then this obligation shall be and �ecome null and vaid; atherwise to rema(n in fulf farce and 27 effecC. �HE S�A�'� �F iE}CAS CBUNTY OF i'ARRANY § § s�crioN na s� sa PAYMEN`f SOND Bond No.1076057�0 § KN�W AL� BY Tii�5� PRE,SE�liS: That we, Insitufarm Technalogies. LLe _, lcnown as "P�'IT1cip��" hel'efCl, aRC� Travelers Casualty and Sureiv Comnanq , a corporate surety (sureties], duly authorize� to do b�siness in the 5tate of 7exas, knawn as rr5urety" herein (wt�ether on� ar morej, are held and firmly bound unto the City of �ort Worth, a municipai eorparation created pursuant ta the laws of the State af Texas, [cnow� as "City" Two Million Six Hundred Ninety Five �Mousand Two herein, ir► the penal sum of �undrQsi thirtu F���4fl Dollars ($ 2,s95,235.50 ), lawful mon�y of the United 5tates, to be paid in �ort Worth, Tarrant County, 7exas, for t�e payment of ruhich sum well and truly be rnade, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severaliy, firmly by these presents: WHEitEAS, Prineipal has er�tered into a certain writter� Contract with City, awarde� the �_day of ���t�, � , 2D �,�r which Contract is her�by referred to and r�ade a part hereof for all purposes as if fully set forth herein, to �urnish all material5, equipment, kabor and other accessaries as defined by law, in the prosecu�lon of the Work as provided for in said Contract and designated as &yeamare Creek InEerceptor Rehabiiitatian, City Project f�o, - O��UO. C4TY bF FORT WdRTH S7AIVDARD COH57RUC710N SPECfFtCATION OOCUMENTS Eievised Jufy 1, 2D11 SYCAMQR� CREEK INTERCEPTbR R�HA[31LiTA7[ON CI7Y Pfi01EC1' NO. - 0220D oo6a�a-z PAYi1AENT 6QND Page 2 of �L This bond is made and executed in compliance with the provisions af Chapfier 2253 af 2 the Fexas Gov�rnment Code, as amended, and all liahilities on thi5 bond shall be determined in accordance with the provisions of said statute. ClTY OF FOCt7 WORTN SiANDARD CONSTRUCTION SPECIFlCA710M1f dOCUMEMTS fievised luly 1, 2011 SYCAMQRE CREEK INT�RCERTOR R�HAB1l.ITATEON CITY PROJEGT N0. - 0220D aa 6� ia - s PAYMENT BQND Page 3 nf �4 1 If� WITNE55 WH�R�OF, the Principal and Surety �a�� each SIG�fEt3 and S�AI.�D this 2 instrument loy duly authorized agen�s and officers an this th� ��; day of 3 �'�� �i i �� . 2D�� 4 � PRIIVCEPAL: Insituform Technologies* LI.0 ATTEST: � �r '7r a � � i . � �t ' `CflrisilandaAdklns �Enei�at) 5ecretary ���f���n� �Atteating OHIaCr � 1 �.. .r �g�-'. �CanEractinp 8, AP�Sti� �p Witness as to Principal , BY: ' � — �____.`.�.` , . — — 5ignature UrsuNa Young�lood, Contracting & Attesting OfFicer Name and Title q�{�{�g�g; 5�d Gaddard Rvenue, Cheste.rfield, Md 63005 SUR�7Y: Travelers Gasualty and Surety Company ATTE5T: C1TY DF FOR� WORTH S7AlVDARD COMS712UC"fION SPECIFfCATION �OGUMENT5 lievtsad luly 1, 201i _ _ �-` � BY: � ���� af . � }'' � , - -. 5ignature SYCAMDRE CRE£K IfVTERCERTOR fiEHAB1LI7ATION CITY PROiEC"C Nii. - �22D0 q0611q-4 PAYMENT BDND Page 4 of � _ � , ` Ashley Millsr, Witness (Suretyj Se�e�a��- 1 � �1 i� ►. , � - - I � 1 I � 1 �i � _ __.ti Amanda . Wllliams, Witness Witness as to Sure�y 7 Andrew p. Thome, Attorney-in-Fact Narne and 7it�e Address: One Tower Square, Hartford, CT 06185 Telephone Number: (��U) 277-0�1 Z �Vate: If signed by an officer af the S�r�ty, t#�ere rnust be an file a certified extract from the 3 bylaws showing �hat this person has authority to sign such obligation. If 5urety's physical 4 address is different frnm its mailing address, both must be pra�ided, 5 G 7 8 Ti�e date of the bond shali not be prior to the date the Contract is awarded. �► �� ! ���+�IiL�1�! CITY QE FORT WORTH SYCAMQftE CREEK INTERCEPTt]R REHABILITATEON 5TANbARO CON5TRUCTlON SPECIFICATiO{V oDCUMEN7S ClT1` PROJECt N0. - 022fl0 Revtsed July i., z07.1 006119-1 MAIiVTENANC@ BON� Page 1 of q 1 2 3 � 5 6 7 8 9 10 11 12 13 14 15 16 i 7' 18 19 20 21 22 23 24 2S 2G 27 YR1� SYA►E 0� ��HAS § SEC�I�N 00 6� 29 ' Bond Na. 1076U57�0 MAINT�NANCE BQfVD § (CN�W A�� BY ih1E5� PR�SEI�'CS: C�UN�lf OF YARRANT § T}��� W� Insituform Technologies, LLC , kr�nwn as "Principaf" herein �I�d �ravelers Casualty and Sur�ty Company a corpo�ate surety (sureties, if more than onej duly authar9zed ta dn husiness in the 5tate of �exas, known as "Sur�ty" herein (whether one or morej, are held and firmly hound unta the City of Fort Worth, a rr►unicipal c�rporation created pursuant to the laws of fihe 5tate of �'exas, known as "City" Two Million Six Hundred Ninety Five Thousand Two herein, 1n the sum af Hundred Thirty Five & 5U/i00 Dallar5 (� 2,ss5,235.50 J, lawful money of the United 5tates, t� be paid in �ort Worth, Tarran� County, Texas� for payment of which sum weff and truly be made unto the City and its successors, w� bind ourselv�s, our heirs, executors, administrators, successors and assigns, jaintly and severally, ffrmly by t�ese presents. WH�R�AS, the Principal has entered into a certain wr�tten contract with the City ewarded the�� day af �i�;�C �� � 20 �which Cantract is hereby referre� to and a made part hereof for all purposes as if fully set for�h herein, to furnish ali mater�als, equipment labar and other accessories as defir�ed by law, in the prosecution of the Work, including any Work resufting from a duly autharized Change (3rder (collectively herein, the "Work") as provided for in safd contract and designated as 5ycamore Greek Interceptor Rehabilitation, City Project No. — Q��OD. WHEREAS, Principal hinds itself to use such materials and �n so construct the Work in accordance with the plans, specifications and Cor�tract qocuments that the Work is and will CITY OF FART WORTH STANpARDCOfVS7RUczIoN 5P�ClFICAT1oN oOCUMfNTs Revised July 1, 2Q11 SYCAM�RE CitEEK INTERCEPTDR RENAE3iLITA710N CI7Y PRbJEC7 NO. - D2Z00 aofi�zs-z MAINTfNANCE BOND Page 2 of �3 1 remain free from defects in materials or workmanship for and during the per�od �f two (2} years 2 after the date of Final Acceptance af the Work by t�e City ("Maintenance Period"j; and 3 A WFiER�AS, Principaf binds �tself to repair or reconstruct the Wark in whale ar in p�rt upon � 5 recei�ing notice from the City Qf the need therefor at �ny time within the Maintenance Period. 5 7 S 9 10 � NaW iHERE��R�, the eondition of this abEigation is such that if Principal shall remedy any defective Work, for whlch timely notice was provided by City, to a campletion satisfactory to the City, then this obligation shall became null and �oid; otherv�►ise to remain in full farce and effeet. 12 PROVIDED, WOWEVER, if Principal shall faif so ta re�air ar reconstruct any tirneiy 13 noticed defective Work, it is agreed that the City rriay cause any and all such defecti�e Work to 14 be repaired and/ar �eeonstructed with all associated costs thereaf being borne by the Principal 15 artd the Surety under this Maintena�ce bond; and 3G li PRBVID�q FURTHER, t�at if any legal actifln be filed an this Bond, venue shall lie in I8 Tarrant County, Texas or the United States District Co�rt for the Northern District �f T�xas, Fart 19 Warth Division; and 20 2I 22 23 24 PROVID�D FURYH�R, that this obligaiian shall be cont�nuous in nat�are and successEve recoveries may be had hereon for successive breaches. CI7Y OF FO�t7 WORTF{ STANDAR�CQNSTftl1CTIONSPECEFICATiblV I}OCUNkENTS #�evised 1Uly 1, 2D21 SYCAMORE CREEK IiVTERCEPTOR RE�IABILITATIAN C1TY PROJ ECi N0. - 0220Q OQ5113-3 MAINTENANCE f3DND Paga 3 of 4 I !IV WITNESS WHEREO�, the Prineipal and the Surety have each 5lGNEQ and SEAL�D this 2 instrument by duly authcarized agents and officers on thi5 the ,�, � day of '► s _ , zo.,�� 4 S 6 7 $ 9 10 li l2 13 14 AT1"EST: , i5 � �� 36 , � . _���_ ��" 17 � Chr�stlanda Adkirta 18 �Principalj 5ecretary �°"tr�ctinaa�attesun9�rr�c�r 19 20 21 22 23 24 25 _` , 26 t��T� - 27 Witness as to Pr3nci a �`A�� 28 PRINCIPAL: fnsituform Technoiogles, LL.0 � : , I , . 6Y: '�!Q .� t f _ ', . . � _ . �ignature ' . Ursula Youn�blQq�l. Contracting & Attestin� afficer Name and Title Address: 580 Goddard A�enue, ChesterField, MO 63005 SU R�iY: CITY OF FQRT W4RTN STANDAR� CONSTRUCTIDN 5PEC1FiCAT{ON OOCUMEiVTS Revised July 1, 2011 SYCAMQRE CREEK IiVT�RCEP7QR REklABILITATIaN CITY 1'ROJEC�F N0. -0220D D4fi119-A MAINTEiVANC� BON[7 PageAof4 � 2 3 � S 6 7 8 9 1Q 11 I2 ATT�ST: 13 , — � - . 1- i - r � � � I4 ' -` � ' 15 hl il er i 16 (Surety) �ry 17 18 !9 � � . _ � �� 1 �� � ��� .� � za . _ � Amanda t. WfEtiams, Witness 21 Wltness as t� Surety 22 23 iravelers Casualtv and Suretv Comqanv �' , � �, �_�_ r - ' . - BY; Signature Ancfrew �. Thome, Attvrney-in-Fact Name and Title Ad�ress: ti One Tower 5quare, Hartford, CT 08�.�3 Telept�one Number: (860} 277-011.1 24 *lVote: if signad by an afFicer of the Surety Company, there rrjust �e on file a certified extract 25 from the by-�aws s�owing that this p�rsan has authority to sig� such o6ligatia�n. If 26 Surety's physicai address is different from its mailing address, both rr�us� be provided. 27 The date of the bond shall nat be prfar ta �he date the Co�tract is awarded. 28 0 CITY OF FORT WORTH SYCAMaRE CREEK INTERCEP701i REHA[31L�FATION STANOARD CONSTRUC710N SPECiFICATION �OCU11rfENTS CI7Y PR03�CT N0. -(3z2�0 Revised July i, 2011 State of 11�issouri County of S� Louis On -F% 1! �.�o.�.�. , before me, a Notary Public in and £or said County and State, residing therein, duiy commissioned and sworn, personally appeared Andrew P. Thome known to me to be Attarney-in- Fact of '�I'RAVEI.Elt� �A�U�T� �l�I) SURETY �OI�PA.I�iT the corporation d�scribed in and that exacuted the within and foregoing ins�rumeni, and known to me to be the persan who executed the said instrument in behalf of said corporation, and he duly acknowledged to me that such cflrporation executed the sanae. IN WITNESS WHERE�F, I have hereunta set my hand and affixed my official seal, the day and year stated in this certificate above. ' , � � � - * � s�1 �'.� .�� � 1 � . -� Y �\ � - . i V ` Ainanda L. Williams, Notary Public AMANDA L. WILLIAEUIS t�fOTARY PUBI�IC - Nfl'!'ARY S�AL STA'f�' i)F= RCl� xfslJRl COMMISSiQi'J�:f� t�Q�; 5T. Lt�Ul5 COUN7Y MY COMMISS101V ExPi�Es JUL. 2a, 2p25 My Commission Expires: ID #135Q7257 1�R�V�°L�R� J� Tr�v�ler� ��su�l� �r�d Sur�ety Com�a�ny of Arti�Yi�a ir�rr�l�rs �asua�t� a�d ��pety �or�p�ny St. �a�f �ir�� a�tl Marirre �ns�r�n�e C��nparry F'OWER OF AiYO�NEY K�fOW ALL MEN BY TWESE RRESENTS: That Travelers Casualty and 5urety Campany of America, 7ravelets Casualty and 5urety Company, and St. Paul Fire and Marirte Insurance Company are corporations duly organized under the laws of the State of Connecticui (herein calfecti�ely called the "Corr�panies"j, and that the Companies do here5y make, constitute and appoint ANDfiEW P THOM� of CHESiERFIELO , Missouri , tfi�eir true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowaedge any and all bonds, recognizances, conditional undertakings and other writings o6ligatory in ihe naiure theteof on behalf of the Companies in their buslness af guaranteeing the fidelity af persons, guaranteeing the perFormance of contracts and execuking or guaranteeing bpnds and undertakings required or permifted in any actians or proceedings allowed by law. IN WITNESS WHER�OF, the Companies have caused this instrumenk ta be signed, and their corporaie seals fo be hereto affixed, this 21st day of April, 2021. fi�,k4$If� ��yTYA1y�@ � � `grn �� ���� � ���. � '� � � � � y6h,f � � *�yb" �� � � State af Connecticut By: City of Hartford ss. Robert L. Rane , enior Vice President On this the 21st day ofi Aprfl, 2C2'i, befare me persanally appeared Rahert L. Raney, who acknowledged himself to be tha Senior Vice Rresident of each of the Companies, and that he, as such, being authnrized so to da, executed the foregoing instrument for the purposes thereln contained hy signing on be�alf of said Campanies by himself as a duly authorized afficer. IN WITNESS WHER�OF, I E�ereunto set my hand and official seal. '�P�$�'� .'��� �NOTARY t My Cammission axpires the 30th day of June, 2026 � g�s * �u�tl Anna P. Nowik, Notary Public �..�.� This Power of Attorney is granted under and by the authoriiy af the follawing resolutians adopted hy the Boards of Directors of each of the Companies, which resolutions are now in full faroe and effect, reading as follaws: RES�tVED, that the Chairman, the President, any Uce Ghairman, any Executiv'e Vice Presideni, any Senior Vice President, any Uce President, any 5econd Vice Presidenf, the Trea&urer, any Assisfani Treasurer, the Corporate Secretary or any Assistani 5ecretary may appoint Attomeys-in-FaCt and Agents to act for and an �ehalf of the Company and rnay give suoh appointee such aulhority as his or her certificate of authority may prescribe io sign with the Campan�l's name and seai with the Gompany's seal bonds, recognizances, contracts nf indemniry, and ather writings flbligatory in the nature af a bnnd, recognizance, or conditional undertaking, and any of said officers or the Board of Direators ak any time may remove any such appointee and revoka the power given him or her, and it is FURTHER RESOLVE�, that the Chalrman, the President, any Vlce Chairman, any Executive Vlce Presldent, any Senior Vice Presiden# or any Vice President may delegate a!I or any part oi tha foregving authority to one nr mnre a�cers ar ernployees af this Gompany, provided that each such delegation is in writing and a copy thereof is filed in the office of the 5ecretary; and ik is FURTHER C2ESOLVED, that any hond, recognlzance, contract of indemnity, or writing abligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Carnp�ny �,+rhen (a) signed by the President, any Vice Chairman, any Executive Vice Presldent, any Senior Vlce Presideni or any Viae President, any Second Vice President, the Treasurer, any Asslstant Tteasurer, the Corporate Secretary or any Assisiank Secretary and duly aftested and sealed with the Company's seal by a Secretary or Assistant Secretary; oi (b} duly exeeuted (under seal, if required) by one or more Attorrteys-in-Fact and Agents pursuant fo the power prescribed in his ar her cerEificate or their certificates af authority or by one or more Cnmpany officers pursuant io a written delegation of aut�orily; and it is Fl1i3THER RESOLVE�, that the sEgnature of each of the foNowing officers: President, any Executive Vice President, any Senior Vice President, any Vlte Presldent, any Assis#ant Vice President, any Secretary, any Assistank Secrekary, and the seal af the Company may be affixed by facsimile to any Power of Attorney or to any certlficate relating thereto appoiniing Resident Vice Presidents, Residenk Asslstant 5ecretaries or Attorneys-fn- Fack for purposes only of executing and attesting 6onds and undertakings. and other writings ohligatary in the nature thereof, and any sucF� Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be +ralld and binding upon khe Garnpany and any such power so executed and certified by such facsimi{e signature and facsimile seal shall be valid and binding on the Gampany in the fufure with respect to any band or undersfanding to which it is aktached. I, �evin �. Hughes, ihe undersigned, Assistant Secretary of each of the Gompanies, do hereby certify that the aho�e and foregoing is a true and correct capy oi the Pflwer of Atkomay executed by said Companies, which remains in full force and efieot. Dated this day of , . 1��fP ��P�tY Ayo@G i � 9A ��r� �Aq� � � �, � �' CG�i�H[ � . �it�i �.� � � �*� b1 . ha+ � �� ' *� �� Kevin E. Hughes, Assi tant Secretary 1'o v�ri� ti�e aut/hsnEiciL� ofthis Powerof.�ttorney, Please ca1► us atI-�Oa 42.t 3�SD. Please refer to N+e abo� rsar►�� Ai`to�ey�sJ-in-�'act and tire details oPtfie 6ond ta ts�hfch t�is Pawe� af�8ttarnay is aftaclred. fiVIPORT'ANT N�710E Tv obtain information ar make a complaint: You may cali Travelers Casualty and Surety Company of America and its afffliates' tal�-free telephone number for information or fia make a campEaint at: '[-800a3�8�2189 Yau may contact #he Texas D�partmer�t of fnsurance to obtair� infarmatian on companies, coverages, rights or cornp[aints af: 1 Q800-252�3439 You may write the Texas Depar�ment of Insurance: P. O. Box 148104 A�tsfin, TX 78714-9104 Fax: (5�2) 475-177'i �lll�b: http:/lwww,tdi.stafe.tx.us E-mail: Cor�sum�rProtection(a�tdi.state.tx.us PREfV�lUM OR CLAINi Dt51�Ui�5: Shaufd you have a disput� concerning your premi�am or about a claim yau sf�ould contact yc��r Ager�# nr Travelers firsf. If th� dispute is not r�sol�ed, you may canfact the Texas Departmeni of Insurance. I�TTACH THES NDTICE �O YOUR �OND: This notice is for information oniy and dass not become a part ar condition af the � attached document and is giv�n to comply wiih Texas Gegai and regu�atory r�quirements. (PN-Q42-H� Ed.90.18.p7 Attachment Code: ]7592023 Mast�r 1D: 1347R96, Cei�ti�icate ID: 184110Gb ��1 t , � ��,�� ,� a � City of �ort Worth 7exas 200 7exas Street Fart Worth TX 7b102 ��������� ������', To v�rhom it may concern: In our continued effort to provide timely certificate delivery, Lockton Companies is transitioning to pap�rless delivery of Certificates of Insurance going forward. Ta ensure futtare renewals of this c�rtificate, we need your email address. Please contact us via one of the methods below, referencing Certificate ID 18411066 •Email: stl--ede[ivery@fockton.com •Phone: (866) 7'28-5657{to1L-free} If we do not recei�e your email address �ia one of the a6ove methods priar ia the clien#'s next renewal, we will assume ou no lon er need the certificate. If you received this certificate through an internet li�k where the current certificate is viewable, we have your ernail and no further action is needed. The above inbox is for collecting emai[ addresses for renewal electrantc ceri�ificate deltvery OIVL.Y. You wi!! not receive o respor�se from this fnbox. Thank you for your cooperation. Loctcfnn Companies Lockton Companies T}u•ce CityPlace Dc�, SuiCe 900 I St. L�xiis, M� 63 I� l-7Q8� 314-432-050� / locicton.c�rn Attachment Code; D54445b CertificaCe II]: i8411066 ENDDRS�MEN3# This endorsement, effective i2:01 a.m., 71112021, forms a part of Poaicy No. GGD300084906 issued to AEGION COR!'ORATIOlV By XL insuranc.e America, Inc, 1"HIS EN�ORSEMENT CFiANG�S THE POLICY. PLEASE R�A❑ IT CAREFULLY. CANCELL.ATI�N NOT[�ICATIOH TO OTH�RS ENdORSEMEIVT In the event co�erage is cancelled for any statu�orily permitted reason, other than nonpayment of prernium, ad�anced written notice will be mailed or deliuered to person{s) or enkity{ies) according to the notifieation Number af Days Name of Persan{s) or Entiry(ies} Mailing Address: Advanced Notice of Cancellation: AS PER SCH�qULE ON F1L� WITH 30 7HE COMPANY. All ather terrris and conditiflns of the Policy remain unchangeci. IXI 405 0910 O 2010 X.L. America, Inc. All Rights Reserved. Attachmeiit Code: D543'lb3 Certificate TLI: I8A l 1Q66 NOTICE TD OTWERS EN�ORSEM�NT SCt{EDUL� NOTICE �Y INSUR�D'S R�PRESENTATIVE Named insured Aegian Carporation Poliay Symbol Policy Number Polfcy Period Effective Date of Endarsement lSA ISA 71112021To 7I1l2022 1-i2�54867A lssuad By (Name of Insuranne Company) AG� American lnsurance Cor�pany Insert the policy number. The remainder of the information is to be eompleted only when ihis endorsement Is issued suhsequent to the preparatian o€ ihe policy. THIS EN�ORSEMEAfT CHAHGES TNE POLICY. FLEASE REAp IT CARE�ULLY. A. If we cancel this Poliey prior to its expiration dale by notice to you or the first Named Insured for any reason other than nonpayment of premium, we wi11 endeavor, as set ouk fn this endarsement, to send written notic.e of cancellation, tn the perso.ns or organizations listed in the schedule that you or your representative create ar maintain (the "5chedule") by allawing your representati�e to sand such notice to sunh persons or ocganizatioRs. This notice will be in addition to our notice Eo you or the first Narned Insured, and any ather party whom we are required to nofify by statute and in accordance with the eancellation pro�isians of the Policy. B. The natice referenced in this endorsement as provided by your representative is intended only to be a caurtesy no#ificai{on to the person(s) or organization(s} named in the Schedule in the euent of a pending cancellation of coverage. We f�a�e no legal abligation of any lcind to any such person(s) or organization(s). The failure to provide advance notification of cancel[ation to the �erson(s) ar organization(s) shown in the Sched�[le will irnpose no obligation or iiability of any kind upon us, our agents or representati�es, will not extend any Policy cancallatian date and will nat negate any cancellation of the Policy, C. We are not rasponsible for verifying any in#ormation in any Schedule, nor are we responsible far any incorrect infarmation that you or your repr�sentati�e may vse. b. We wi[I only be responsible far sending such not9ce to your representaki�e, and yaur representative will In turn send the notice to the persons or organizations listed in the Schedule at Eeast 30 days prior to the cancellation date applicable to ihe Palicy. Yo� will cooperate with us in providing the Schedule, or in causing your representative to provide fhe ScheduJe, E. Th9s endarsement does not apply In khe e�e.nt that you canceE the Policy, All ather terms and conditions of this Poficy remain unchanged. Authorized Representative ALL-32686 (01111) Page 1 of i Attnchment C 7S7 Certificate ID: i 8411066 i S$�r� �r����r�ity �c L�a�i���y �ornpa�y Dallas, 7X 1-866-519-2522 TH{S ENDORSEMENT CHANGES THE P�LICY.PLEASE READ 1T CAREFULLY. i�ot�ce of �ancella�ion or Nonrenewal to Designated Additional Insured Policy Number: 1fl0009�1542�1 Effective Date: 7111202� at 12:0� A.M. Named Insured: Aegion Corporation This endorsement madifies Ens�rance pro�id�d under the following: EXCESS LIA�ILITY POLICY FORM ADDITIONAL �Ni1TY RECE1VliVG NOTICE OF CANCELLATION OR NONRENEWAl� NAME: Where Ftequired By Written Contract ADDRESS: Where Required By Writfen Contract CAI�C�LLATION: Number of Days Notice: 30 WMEN WE DO NO'T RENEW (Nonrenewal): Number of Days Notice: 30 The following is added fo the Car�ceiEa#io� Condition, When We Do No# Renew Condition or as amended by a.n applical�le state cancellafinNnonrenewal endorsement: If we cancel ar do nof renew the �amed Insured's policy fflr any statutor[[y permitted reason, other fhan nonpayment flf prernium, we will rnail written natice of stach canceqation or nonrenewal to the additional person or organization designated in the Schedule abo�e. The N�mber of fJays Notice indicated in the Schedule above is the minimum number of days we will mail natice to the person or organization des9gnated abov� before the effective date of such cancellatior� or nonren�waf All other terms and cor�ditians of this Policy remain unchanged. Signed far the Company as of the �ffectiv� Date above: � ��— �',, � `, E�, - �. -.,. G�„�.. �• � W� � Steve Blakey, President � Nehemiah E. Ginsburg, G�naral��r�sel XS 106 (04119 ) Page � of 1 Capyrighl9 C. V. Starr & Company and Starr Indemnity & Llablliry Company. All dghts reserved. Includes copyrighted materlal of�150 Praperlies, Inc., used wlth its permisslon. Attnchment Code: D544740 Certificate III: 1841106b Workers' Compensafion and �mplayers' Liability Policy Named lnsured AEGlON CORPORAi'lON iT988 EDISON AVENIJE CHEST�RFIELD MO 630Q5 Endarsemeni�lumber Policy Number symbol: WLR Numt�er: WLRC67822341 (AOS) PolicyPerind 7I112021 70 7/1/2422 Issuedey (Name of InsuranceCompany) Ind�mnity lnsurance Co of Narth America lnserl the policv num6er. Tha remainder of the Information is to �ffectiue Date of Endorsement 71'� 12021 when this endorsement is NOTICE TO OTFiERS ENDORSEMEN7 — SCNE�ULE NOTICE BY INSURED'S REPRESENTATNE A. If we cancel this PoEicy pr�or to its expiratian date by notice ta yau or the first Named insured for any reason ofher than nonpayment of premium, we will endeavor, as set out in thjs endorsement, to send written notice af cancellaYion, to the persons or organizatians listed En the sch�dule thak you or your representativ� create or main#ain (the "Schedule") by allawing yaur representative to send such nofice to such persons ar organizations. This natice will be in addition to aur notice to yau or the �rst Named lnsured, and any other party whom we are required to notify by statute and in accordance wifh the cancellatian provisions of the Policy. B. Tn� nofice referenced in this endarsement as provided by your representati�e 9s intended only to be a caurtesy notification ta the person(s) or organizatior�{s) named in the Schedule in th�: event of a pending cancellation of coverage. We have no legal obligation of any kind to any such person(s} or organization(s). The failure to pravide ad�ance notification of cancellation to the person(s) or organizatian(s) shown in the 5chedule will impose no abligation or liabiliiy of any kind upon us, our agents or representatives, will not extend any Policy cancellation date and will nof negate any cancellation af the Policy. C. We are not responsi�le far verifying any informatinn in any Schedule, nor are we re.sponsible fior any incorrect informatian that you or your representative may use. p. UVe will only be responsible for sending such notice to your representative, and your r�pre�e�tative wlll in turn send the natice to the persons nr organ�zations listed in the Schedule at least 30 days prior to the canc�llation date applicable to the Palicy. Yo� will cooperate with us in providing the Schedule, or ir� causing your representati�� to pravide the Schedule. �. This endorsement does not apply in ihe event that you cancel the Policy. All oiher terms and conditions of this Policy remain unchanged. This �ndorsemen# is not applicable in the states of AZ, FL, !D, ME, NC, NJ, NM, TK and VWI. Auihorized Repr�sentative 11VC 99. D3 69 {09119 ) Page 1 of 'I Attachment Code; D544785 Cez•tificate ID: 1:8411066 POL.ICY NUMBER: CGD30��84906 COMMERCIAL GEN�RAL LIABILI7Y CG20'[092�9 YHIS ENDORSEII��NT CHAIVCES ��I� POLICY. PL�AS� �EA� lT Cp,R�F�l1LLY. ��������.i/�� ������❑ - ������, ������� �� �0���'RA�7�RS — SCH���I��D �����1V OR ��C��iV I��oTI�fV This endorsement modifies insurance �rovided under the following: COMMERCIAL GENERAL LIABIL.ITY COV�RAGE PART SCHE�LIL� Name Of Additional lnsured Person(s) Or �r ani�atfon s �oca#ion s O.f Covered O erations NY PERSON OR ORGANIZA710N THAT YOII ARE REQUIR�p [N VARYOl15 AS REQUIRED PER WR�TTEN CON7RACT WRITTEN COH7RACT OR WRITTEN AGR��MENT TO INCI.UDE S AN ADDI7IQNAL INSiJRED PROVip�D 7HE "BO�ILY ENJURY" OR "PROPERTY DAl41AGE" OCCURS SUBSEQUEN7 TO 7HE EXECUTION QF TliE WRITTEN CONTRACT OR WRITTEN GR��ARENT, INCLU�ING INDEMNI�ICATION AGREEMENT5. lnfarrr�ation re uired to compleie this Schedule, if noi shown above will be shown in the A. Section Il — Who Is An Insured is amended to include as an additional insureci the person(s) or arganization(s} shown in the Schedule, btat only with respect to liabili#y for "bodily injury", '"property damage" or "personal and advertising injury" caus�d, in whole or in part, by: 1. Your acts ar ornissions; or 2, The acts or omissions of those acting on your behalf; in �he perFormance of your ongoing operations for the additional insured�s) at the locatior�(s) dasignated above. Howev'�:r: 1. The insurance afFarded to such additionaf insured only applies to the extent permifted by law; and 2. If coverage provided to the addifianal insured is requir�cS by a contract or agreement, the insuranee afForded to such additianal insured wil! not be broader than that whicf� you are required by the contract or a�reement ta provide for such addifional ins�r�d. B. With respect to the insurance afForded to khese additional insureds, the following additional exclusions apply: This insurance does not apply ta "�odily injury" or "property damage" oecurring after: 1. All work, including materials, parts or equipment furnishc;d in connection with such work, on the praject (ather than service, maintenance or repairs) to be perFarmed by ar on behalf of th� additianal insured(s) at the locatian of the covered operatians has been completed; or 2. Thak portion of "your work" out af which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operatians for a principal as a part of th� same pro�ect. CG 20 10 1219 O lnsurance Services OfFice, Inc., 20'[S Page 'I of 2 Attachment Code: �544786 Ce�Kificlte ID: 18411066 C. With respect to the insurance afforded to these 2. Available under the ap�licable Iimits of addiiional insurecis, the fol�owing is ac�ded to insurance; Section II[ -- Limits Of Insurance: whichever is less. If co�erage provided ta the additional insured is This endarsement shall not increase the required hy a contract or agreement, the most we will �ay on laehalf of the additional insured is the a�plicable I[mits qfi insurance. amount aF insurance: 1. Required by the contract or agreernent; ar Page 2 of 2 O Insurance Services Office, lnc., 2018 CG 2D �10 92 19 Attaehment Code: D54478b Certificate ID: 18411066 POLICY NUMBER: CGD300084906 COMMEF�CIAL G�N�RAL LIABILI7Y CG 2d 37 12 19 iH1S �Pl�DRSENi�fVT' CHAMG�S T�iE POLICY. �L�AS� READ I'� CAR��ULLY. �0��������� ������� — ������y �..,������ �� �ONT1��4�i��� � ��IVI�L���� OP�R��IONS This endorsement modifies insurance provided under the fo�lowing: COMMERGIAL G�N�RAL L{ABILITY COV�RAGE PART PRODIiCTSICOMPLE,T�b OPERATIONS LIABILITY CQV�RAGE PART SCH�C}ULE Name Of Additional Insured �erson(sj �r Or ani�ation s �ocation And Descri tion �f Cam le�ted O erafiions ANY P�RSON OR ORGANIZATIOI� THAT Y4U ARE REqUIR�� IN A RITTEN CON7RAC7 OR WRITTEN AGRE�MENT 70 INCLUDE AS VARIOIlS AS REQUlR�U PER FME WRITTEN CONTRAC7. N,4��ITIDNAL INSURE� PI�OVID�.D TH� "BOtiILY INJl1RY" OR "PROPEFiTY �AMAG�" OCCURS SIiSS�QUEIVT TO THE EXECUTIQiV QF THE WRITTEN CONTRACT OR WRfTTE�f GREEMENT, iNCI,UDING INtiEMNIFICATION AGR�EMENT3. fnformation r� uq ired ia com lete this Schedule, if nak shown above, will_be shown in the A. Section II — WHo [s An insured is amended to include as an additional insured the person(s) or organizati.on(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" causad, in whole or in pari, by "your work" at the location designafed and described in the Schedule of this endarsement performed for thak additional insured and inc{uded in the "products-completed operatians hazard". Hawever: 1. The insurance afforded to such additianal insured only applies to fihe extent permitted by law; and 2. 1fi caverage provided to the additional insured is required by a confract or agreement, the irrsurance afforded to such additional ins�red will not be broader than that which you are required by the contract or agreement to pro�id� for such additional insUred. B. With respect ta the insurance afforded to fhese additiona] insureds, the following is added to Sectfon 111-- Limi#s Of lr�surance: If coverage provided t4 the additio�al insured is required by a contract or agreement, the most we will pay on bei�alf of the additional insured is the amounf of insurance: 1. Required by the contract or agreement; or 2. Availabfe under the applicabl� fimits af insurance; whichever is 1ess. This endorsem�nt shall nat increase the applicable limits of insurance. CG 2U 37 't2 19 D Insurance 5ervices Office, lnc., 20'[8 Page 1 of'� Attach►nent Code: D544796 Cartificate iD: 1841106G �NbORSEMEI�T # This endarsemenf, effective 12:0'i a.m., 71112Q2'f, forrns a part �# Palicy Na. CGD3d0084906 issued ta AEGION CORPORA710N By XL lnsurance America, Inc. THIS �NDORSEMENY CHANGES THE POLICY. PLEASE R�AD IT CAREFULLY. PRIMARY INSLIRANCE CLAUS� ENbOFtSEMENT 7his endorsement modifies insurance pro�ided under the fallowing: COMMERCIAL GENERAL LIABIL[TY C�VERAGE PART PRODI]CTSICOMPLET�D OPEF2ATlONS COV�RAGE PART It is agreed that to the extent that insurance is afforded to any Additional ]nsured under this �oiiey, this insurance shall apply as primary and not contribuking with any insurance carried by suc.h Additionai lnsured, as required by written contract. AI1 other terms and canditions of this policy remain unchanged. XI L 424 0605 O, 2045, XL Ameriea, lnc. Attachment Code: D544797 Certi�cate ID: 184110GG AUTOMATIC A��ITIONAL INSIJR�D �NDORSEMENT Named insured Aeglan Corporation Palicy 5ym6al Poficy Number F'olicy l�eripa Effeckive �ete of Endorsemen# �SA ISAH2554867A 7/1/2021 T07P112Q22 713I2�21 Issued.By (Name oF Insurance C:ompany) ACE American Insurance Company Insert the poiicy num6er. The rema�lnder TH1S ENDORSEM�NT CHANGES THE POLICY. PLEAS� lZEAD I'F CARE�Ui,LY. 7his endorsemeni modifies insurance provided unt[er the follawing: BUSINESS AUTO COVERAGE FORM MOTaR CARRIEI2 CaVERAGE F�RM SECTION II -�.IABILITY CDVERAGE, WHO IS AN INSURE� is amended to include as an msured' any persan nr ��• organiz�tion you are reguired in a wr3tten contract or agreemenf to name as an Addifional Insur�d on your policy but only for "bodily injury" or "property damage" to which this insurance applies if the "accident" is caused by: 1. You, while using a covered "auto" or 2. Any o#her person, while using a covered "auto" with yo�r perrriission. The insurance pro�icied by this endors:ement shatl be subjeetto the FollowEng addit'sonal candition: 'f . The Limit of Insurance �rovicied for the Additional insured shall not be greater than those required by contract and, In no event, s.hall the policy Limits of {nsurance f�e increased by the contract. 2, All insuring agreements, exclusions, terms and conditions of the policy shall appfy ta the coverage (s) provided ta the Additional lnsured, and such coverage shall not ba enlarged or expanded by reason af the cantract. 3. Co��raga provlded by this endorsement shall be excess over any other vafid and collectible insurance availabl� to the Addikional Insured (s) whether primary, excess, contingent ar an any o#her basis unless the contract specifically requires that this insurance be primary or you requ�st that it apply on a primary basis prior to loss. Attachment Code: D54h797 Gertifica[e ID; 184110GG IVON�CONTRI�UTORY ENDORSEMENT FOR ADDl�iOI�AL WSl1REDS Named Ensured Aegior� Gorporation F'olicy Symhal Policy Number {Sq 1SA H2554867A issued By (Nama of ansurance Com ACE P;merican Insurance Company Pa[iay Period ��v2az1 -ro 7�1 �2022 �ndarsement Numbar 57 Effeciive i]ate nf Endorsement 7111202�I Insert the palicy number. The remainder af the Information is to be wmpleled only whan this endorsement is issued su6seq�ent to the preparation of tha THIS ENDORSEM�NT CHANGES THE POLICY. PLEASE REAb IT CAI2EFULLY. BUS[NESS AUTO COVERAG� FORM MOTOR CARRIER COVERAG� FDRM ALITO R�A�ER5 COV�FtAGE FORM Sc�Edule Organization Any addiiional insurad with whom you have agreed to pro�ide s�ch non- contributory insurance, pursuant to and as required under a written cantraci executed prior to the date af loss. Additional fnsured Endorseme�t (if no rnformation rs filled in, the schedule shal! rcad: "A!! persons or entities added as addifiona! insureds fhrough ar� endarsemenf wifh the ferm "Addiiiona! lnsured" in fhe tit�eJ �or organizatEons that are listed in the Schedule abav� that a�e aEso an Additional [nsured under an endorsemenk attached to this palicy, the �ollowing is added to the Other Ir�surance Condition vnder GeneraE Conditions: If other insurance is available t� an insured we co�er under any of the endorsements listed or described above (the "Additional Insur�;d") for a loss we caver uncier khis policy, this Insurar�ce will apply to such {oss on a primary basis and we will not seek contribution from the oth�r insurance avaifable to the Additional Ensured. DA-21886b {06�14} Page 1 of 1 Attach3nent Cade; D54480"7 Certifieate ID: /8411066 i/ ��� :- � �4 � �tarr lndemni�y � �iability �omp�ny D�Ilas, TX 1-866-5'{9-2522 �.ndorsement EfFective:i1112021 Named POLICY CMANG�S �M�ORS�M��1T DESCRIPTI�N �Authorized Re It is hereby agreed that the underlying schedule has been amended. ln addit[on, the following wording fs added to the poiicy: A. Sub-paragraph 3. of item 1. Other Insurance under SECTION IV. CONDITIONS is replaced with the following: 3. Insurance held by a person (s) or or�anizations(s) qualify(ng as an additionaf insured in Underlying Insurance, but only when the written contract or agreement bakween you �nd #he additional insured: a. Requires that your insurance be primary and not contribute with that of the additional insured and b. Executecf prior to the loss. In such case as described ln sub-paragraph 3. above, we shall not seek contribution from the additional insureds primary or excess insurance for which they are a named insured far amounts payable under khis insurance. AI1 oiher terms, dafinitians, conditians and exclusions of this pollcy remain unchanged. 5igned for the Company as of the Effecti�e �afe above: � `k��� �4v� _k��p„ t - Countersigned By: � ���. ��r� �� , i , _ , - ' I NeYtemiah E. Gir�sburg. Generaf Course! XS-103�141�8) Copyrtight C. V. Starr & Com}�any and Starr Indemnity & Lia6ility Company. AI! rights reserved. Pag� 2 of 2 Includes copyrighted material pf ISO Properfies, Inc., used with its permission. Atfachmenc Code: D544f�19 Certificate ID; 1&411QS6 PQLICY NLJMBER:CGD34008A9Dfi COMMERCIAL G�NE�RAL LIABIL.ITY CG24041219 �'H1S �N�ORS�M�NY CFi�4N��S iW� PO�ICY. P��p►S� ��A� li CAR�FU��Y. ''VV��l��R OF T'I��aR����� ��° �I�Hi� i4�Al��i �iH�RS T�� lJ� (V�i�ll�L� O This endorsement madifies insurance �ro�3ded under th�: folfowing: �� ��C�l���Y � SU��O�A i ION} C�MMERCIAL GENERAL LIABILITY COV�RAGE PART �L�CTRONIC DATA LIABILITY COVERAG� f'ART LIQUOR LIABIL�ITY COVERAGE PART POL.L.UTION LIABILITY COVERAGE RART DESIGNATED SITES POLLUTION LIABILITY LIMITED C�VERAG� PART DESIGNATED SITES PRODUGTSICOMP�ETEb OPERA710NS LIABILITY COVERAGE PART RAILRaAD PROTECiIV� LIABI�ITY CDVERAGE PART UNDERGROUND STORAGE TANK POl.ICY �ESIGNA7�D TANKS SCH��lULE Name �f P�rson{s) Or Organization(s): Where r�quired by wriften contract or agreement ex�cuted priorta loss (exceptwhere not permitted by law}. Inforrrzation reQuired ko compleie ihis Schedule, if not shown above, will h� shown in the Declaraiions. The follawing is added to Paragraph 8. Transfer Of Rights Of Recavery Against Others 7o Us of Seciion 1V -- Conditions: We waive any r�ght of recovery against the person(s) or or�anization{s) shown in the Schedule above because of payments we make under this Coverage Part. S�ch waiver by us applies only to the extent that khe insured has waived its right of recavery against such person(s) or flrganizatior�(s) priar to foss. This er�darsement applies only to the person(s) or organizat�on(s} shown in the Scheciule a6o�e. GG 24 Q4 i2 19 Q Insurance Services Office, Ine., 20�8 Page 1 of 1 Attachment Code: D544792 Certificate ID: 18411ab6 ►lVAIVER QF TR�ANSF�R OF R�GbiS �I� R�COVL�RY ACpoCi�lS�' OTWFcRS Named �nsured Aegian Corporatior� Policy Symbol Poiicy Num6er Policy Period Effective �aie of �ndorsemenl 1SA ISA 7111202�To 7/9/2022 711I2421 H2554867A lssuad By (i�ame of Insurance Company) ACE American I�sUrance Company Insert the po[isy num�sr. The remainder of ti�e informaiion ls to be completed only when this endorsement is Issued su6sequenl to the preparailan of the poltcy, 71-IlS �iVUORSEMENT CHANGES THE POLICY. PL�AS� REAi] IT CAREFiJLLY. This Encforsement rnac3i.fies insurance prouided under the following: BUSINESS AUTO COVERAGE FORM MOTOR CARRI�RS GOVERAC�E, F�RM AUTO DEALERS COVERAGE FORI4'I We wai�e any righi of recnvery we may have against the persan or organization shown in the Schedule below because of payments we make for injury or damage aris.ing out of the use of a cavered auto. 7he waiver appEies only to the person or arganization s�own in the SCHEDULE. SCHEDUL� Any person or organization againsi whom you have agreed to waive your right of recauery in a written contract,. provided such contract was executed priar to tE�e date of lass. Authorized Representaii�e DA-131f5a (06I14) Page 1 af 1 Attachment C 4755 Certificate ID: I8411066 l �ta�� Q�d��r���y � �.iabilify C�mpa�y EXCESS LIABILITY X5 233 {0221 } THIS ENDORSEMENT CHANGES THE POL[GY. PLEASE READ lT CAREFULLY. IlVai�er of Subroga#ion �ndorsemenfi Policy Number: �000095164211 Efifective Date: 7/1/2029 at 12:09 A.M. Named lnsured: Aegion Corporatian This endorsement t�nodifies t�e insurance co�erage form(s) listed below that have been purchased by you and evidenced as such on the declarations page. Please read tha �ndorsement and respective poliey(ies) carefulfy. EXCESS L[ABII.ITY POLICY It is hereby agreed that SECTION IV. CO�[DITIONS, K. Transfer of Rights af Recovery Against Ot�ers to Us is amended to inc[ude the falfowfng: SCHEDULE Name Of Person(s) Or Organization(s): Where required by written cantract. Infarma�ion required ta complete this Schedule, if not shnwn above, will be shown in the DecEarations. We waive any right af r�cflvery against the person(s) or organization(s) shdwn in t1�e Schedule above because af payments we make unc�er this Policy. Such waiver by us ap�lies only to the extent that the insured has waived its rigl�t of recovery against such person(s) or organization(s) prior to loss. This endorsement applies only to t�e person(s) or organization{s) shown in t�e Schedule above. AI[ other terms and candifiions of this �'olicy remain uncE�anged. XS 233 {4221 } Page 1 of 9 Copyrighi� Starclndemnity & Lis6ilfiy Company. Ail �Ights reserved. Includes copyrlghted mater3dl of Insurance Servlces Offic,e, Inc., with its permfssdon. Atcacltinent Cade; I7544826 Certificate ID: 184110bb Workers" Compensation and Empioyers' Liab9lity Pol AEGION CORPORATI�N 17986 EDISON AVENU� CHESTERFI�LD Ma 63005 Policy Period 7111�U�1 i0 7/1/2022 Issued By (Name of Insurance Carr INDEiVIn[l�Y INS. CO.OF N�Fi7W licy Number mbol: WI.R Number. WLRC67822341 sctive �ate of Endorsement 12021 thd prepara �on�(%h�icy. WAEVER OF OUR R�GWT TO R�COVEFt FROIVI 07H�F35 �NDORS�M�N7 We har►e the right to recover our payments from anyon� iiable for an injury correred by this policy. We will not enforce our r�ghi against khe persan or arganization named in the Scheclule. Ti�is agreement appfies only to the extent that you perform vsror{c under a writken contract that requires you to obtain this agreement from us. This agreement shall nat operate directly or indir�:ctly to L�enefit any one not named in the Schedule. Schedule ANY PERSON OR ORGAN�2�ATION �GAINST WHQM YOU HAVE AGR�ED TO WAIVE YQUR RIGHT OF RECOVERY IN A WRI�'TEN CONTRACT, PROVIDED SEJCH COIVTRACT WAS EXECUTED PRTOR '�0 THE DATE OF LOSS. For the states of CA, UT, 7X, refer tn state specific endorsements. This endorsemertt is no# applicahEe in KY, NH, and NJ. The endarsement cioes not apply to policies in Mfssouri where the employer is in the constructiort group of code ciassifications. According to Section 287.150(6j ofi the Missouri statutes, a cantractual provision purpc�rtfng to waive subrogation rights against public po[icy and void where one party fo the contract is an employer in tn� constructipn group of code classifications. For Kansas, use of fhis endorsement is limited by the Kansas Fairness in Pri�ate Construction Contra�t Act(K.S.A.. 16-180'! through 16-1807 ar�d any amendments thereta} and the Kansas Fairness in Pubfic Construction Contract Ac�(KS.A 'f 6-1901 through 1�-�908 and any amendments thereto). According to the Acts a pro�ision In a contract for private or public canstruction purport9ng to waive subrogation rights for losses or clatms covered or paid by lia}�ifity or wor�cers compensation insurance shall be against publfc palicy and shall be void and unenforceable except that, suhjec# to Ehe Acts, a contract may require wai�er of subrogation for losses or c[aims paid by a consolidated or wrap-u� Ensurance program. u' . �� 'r� �e�lt opyrig t - ataona ounci an ompensatar nsurance, na ig ts eserve . no�ias-� C�R'1'IFICATE OF INS.l1RANCE Page I of 2 l 2 3 4 5 6 7 g g 1� �� 12 13 lh 15 16 17 18 19 20 2l 22 23 z4 25 26 27 28 29 30 SECTION 00 6l 2� CERTIFICATE OF 1NSURANCE _ ._.. },'�.r-{ t7J71]"LJL'1 DOCIr11T�'1N -,. ".:r�urr . c.�r ` l.r.. , .f. ri.�r � '1.... u t 1!(I ) c !) j1L'r •" �]i jj7 � 21PLlI1C ' fnP`±�:, � END OF SECTION n. _ ,._ _ 1 C[TY OF FORT 1�NQitTH SYCAMORE CR�EK INT'�RCEPTOR RCFIABILITATION STANDARD CQIVSTRUG'TIOI�I SPECIFICATION DQCUMENTS C1TY PROJHCT NO. - 02200 Revised ]uly l, 201 i DO 61 25 - 2 CERTIPICATE OF INSURANCE Page 2 of2 1 2 3 4 5 6 7 8 9 io �i iz i� 14 15 16 17 18 I9 20 21 22 23 24 25 26 27 28 29 30 3] 32 33 34 35 36 37 38 39 4Q 4I 42 43 44 45 46 47 48 49 SO 51 52 53 5Q 55 CiT�' OF FORT WORTI-1 S"1':ANDARD COI�1STRiTCTION SPECIFICAT[ON DOCUMENTS Revised ]uiy 1, 2011 SYCAMORC CRE�K INTBRCEPTOR REHABILITATI{�N CITY PR07ECT NO. - 02200 ST��I�ARA GEl`TERA� COl��A'I'g01\TS OF T�II� C�l�S'iRYJC7[`I011l� C011T'�`lt��'�` CITY OF P'DRT WORTH 5TANDARD CONSTRUCTION SPECIFICATION bOCi1MENTS Revisian: Mareh9,2{}20 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF C4I�TE�1T5 Pa�e Article 1—Defi_nitions and Tertriizaology ..........................................................................................................1 1.01 De�'med Terms ...............................................................................................................................1 1.02 Terniinology ..................................................................................................................................6 Arti.cle 2—Preliminary Matters .........................................................................................................................7 2A1Copies afDocuznents ....................................................................................................................7 2.02 Commencement of Contract Time; Notice to Proceed ................................................................ 7 2.03 Starting the �Iark ....................................................................... . .................................................. 8 2.04 Befoxe Starting Construction ........................................................................................................ S 2.05 Preconstruction Conference .......................................................................................................... $ 2A6PublicM�eting ..............................................................................................................................8 2.07 Initial Acceptance of Schedules .................................................................................................... $ Articl� 3 — Contract Documents: Intent, Amendi�g, Reuse ...... . . ...................................................... . ... . . ........ 8 3.01 Intent .............................................................................................................................................. 8 3.02 ReFerence Standards ......................................................................................................................9 3.03 Reporting and Resolving Discrepancies .......................................................................................9 3.04 Amending and Supplementing Contract Documents .................................................................1Q 3.05 Reuse o�Do�umenis ...................................................................................................................1Q 3.06 Electronic Data ............................................................................................................................ l l Article 4— Availability of Lands; Subsurface and Pbysical Conditions; Hazardous Envirarim�ntal Canditions; Reference Points ...........................................................................................................11 4.01 Availability af Lands ..................................................................................................................11 4.02 Subsurface and Physi�al Conditians ..........................................................................................12 4.03 Differing Subsurface or Physical Conditions .............................................................................12 4.04 Underground Facilities ...............................................................................................................13 �.OS Reference Points ..................................................................................................,,.,..,................14 4.06 Hazardous Envirannnental Condition at Site ..............................................................................14 Articl� 5—Bonds and Insurance ..................................................................................................................... lb 5.01 Licensed Suret'res and Insurers ...................................................................................................16 5.02 Performance, � aymenfi, and Maintenance Bonds ................ .... � � � �,............................... ,,.............16 5.03 Certificates of Insurance .............................................................................................................16 5.04 Cantractor"sIr�w'ance ........................................................................................................,.,,....18 5.05 Ac�eptaz�ce of Bonds and Insurance, Option to Replace ...........................................................19 Article & — Contractar's Re�ponsibilitie5 ........................................................................................................19 6.01 Supervision and 5uperintendence ...............................................................................................19 CITY ��' F'pRT WORTH STANpARDCQAISTRUCT[ON SPECIFICATION bOCUMENTS Revision: March9,2f120 6.02 6.03 �.04 6.05 6.Ob 6.07 6.08 6.09 6.10 6.11 6.12 6,13 G.14 6.15 6.16 6.17 6.18 6.19 b.20 6.21 6.22 5.23 6.24 Labor; Working Hours .......................................................................... �ervices, Materials, and Equipment ..................................................... PrajectSchedule .................................................................................... Substitutes and "Or-Equais" ................................................................. Concerning �ubcontractoxs, Suppliers, and Others .............................. �age Rates ............................................................................................ Pateni Fees ar�d Royalties ..................................................................... Pertnits and Utilities .............................................................................. Lawsand Regulations ........................................................................... Taxes..................................................................................................... Use of Si#e and �ther Areas ................................................................. RecordDocuments ................................................................................ Safety and Protection ............................................................................ Safety Represen�ati�e ............................................................................ Hazard Ca�unication Pragratns ....................................................... Emergencies and/or Rectification ......................................................... Submittals............................................................................................. Continuingthe Woxk ............................................................................ Contractor's General �]Varranty and Guarantee ..................................., Indetxinification...................................................... . ............................. Delegation of Professional Design Services ....................................... Rightto Audit ....................................................................................... Nondiscrimination .................................................. .............................. .................................... zo .................................... 20 .................................... 21 .................................... 21 .................................... 24 ..................................... 2.5 , .................................... 26 ..................................... 27 . ..........................., ........ 27 ..................................... 28 ..................................... 28 ..................................... 29 ..................................... 29 ..................................... 30 ..................................... 30 ..................................... �o ..................................... 31 ..................................... 32 ..................................... 32 , ................................... 33 ..................................... 34 ..................................... 3� ..................................... 35 Article7- Other Work at the Site ...........................�.......................................................................................35 7.01 Relatsd Work at Sife ................................................................................................................... 35 � a�. c a� t� �� . oor ina ion ............................................................... . ....................................... Article8 - City's Responsibilities ...................................................................................................................36 8.01 Communication.s to Contractor ...................................................................................................36 $.Q2 Furnish Data ................................................................................................................................36 8.03 Pay When Due ............................................................................................................................36 8.04 Lands and Easements; Reports and T�sts ................................................................................... 36 8.05 Chax�ge Orders .............................................................................................................................36 8.06 Inspections, Tests, and Approvals .............................................................................................. 36 8.07 Limitations on City's Responsibilities .......................................................................................37 $.OS Undisclosed Hazardous Environrnental Condition ....................................................................37 8.09 Compliance with Safety Program ............................................................................................... 37 Article 9- City's Observation Status During Constructzan ........................................................................... 37 9.01 City�s Project Manager ............................................................................................................37 9.02 Visits to Site ....................................................................................................�...........................37 9.03 Authorized Variations in Work ..................................................................................................38 9.04 Rejecting Defective Work ..........................................................................................................38 9.05 Determinations for Work Performed ..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and 1�cceptabili#y of Work .....................38 CITY OF FORT WORTF3 STAI�fDAR�CONSTItUCTION SPECIF[CATION bdCUMENTS Revision: Mmr� 9, 202U Articla 10 - Changes xn th�e Work; Cla.ims; Extra Work ................................................................................38 1Q.01 Authorized Changes in the Work ...........................................................................��...���,,..........38 10.02 Unauthorized Changes in the Work ...........................................................................................39 1Q.D3 Execution of Change Orders .......................................................................................................39 10.04 Extra Work ..................................................................................................................................39 1Q.�5 NatificationtoSurety ..................................................................................................................39 1 a.06 Contract Claims Process .................................................................................... �........................ 40 Article 11- Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement ......................41 11.01 CastoftheWork .........................................................................................................................41 11.02 A�lowances ..................................................................................................................................43 11.03 Unit Price Work ..........................................................................................................................44 11.�4 Plans Quantiiy Measurement ......................................................................................................45 Article 12 - Change of Contract Price; Cha�ge of Contract Time .................................................................46 12.01 Change of Contract Price ............................................................................................................46 12.02 Change af Contract Time ............................................................................................................47 12.�3 Delays ..........................................................................................................................................47 Article 13 - Tests and Tnspections; Carrection, Removal or Acceptance of Defective Woxk ...................... 48 13.01 Notice af Defec#s ........................................................................................................................48 13.�2 Access to Work ...........................................................................................................................48 13.03 Tests and Inspeetions ..................................................................................................................48 13.04 Uncovering Work ........................................................................................................................49 13.Q5 City May Stop the Work .............................................................................................................49 13.06 Correction or Removal af Defective Work ................................................................................ 50 13.07 Correction Periad ........................................................................................................................50 13.08 Acceptanee ofDefective Work ...........................................................................��,,.,..,,..............51 13.09 City May Correct Defective Wark ............................................................................... ..... ......... 5 I Article 14 - Paym�nts to Contractox and Completion ................ ,,,,,. 52 .............................................................. 14.01 Schedule of Values ......................................................................................................................52 14.D2 Progress Payments ...................................................................................................................... 52 14.03 Contractor's Warranty of Title ...................................................................................................54 14.04 Partial Utilizatian ........................................................................................................................55 14.05 FinalInspection .......................................................................................�...................................55 14.OG Final Acceptance ......................................................................................................................... 55 14.07 Final Payment ..............................................................................................................................56 14,08 Final Completian Delayed and Partial Retainage Release ........................................................56 14.09 Waiver of Clairns ........................................................................................................................ S7 Article 1 S- Suspension of Wark and Tertnination ........................................................................................ 57 15.�1 Ciry May Suspend Work .............................................................................................................57 15 .02 City May Terminate for Cause ............................ ....................................................................... 5 S 15.03 City May Terrninate For Convenience .......................................................................................60 Article 16-Dispute Resolution ......................................................................................................................G1 16.01 Meihods and Procedures .............................................................................................................61 CITY OF FORT WdRTH STAN�ARI7 CONSTRUCTIOT�! SPECIFICATION UUCUMENTS Revisian: Mash9,2020 Article17 — MiscelIaneous .............................................................................................................................. b2 17.01 Giving Norice .............................................................................................................................. 62 17.02 Computation of Times ................................................................................................................62 17.03 Cumulative Remedies ........................................................ . ........................................................ 62 17.a4 Sur�ival of Obligations ............................................................................................................... 63 17.05 Headings ......................................................................................................................................63 C1TY OF FpRT WORTIi STANDARD CONSTRUCTION SFECIFICATIOTi DOCU3VfENTS Ravision: Ma�h9,2Q7A 00 �z oo - i CENERAL CONDlT�ONS Page 1 of 63 ARTTCLE 1—DEFINITIONS AND TERMINOLQGI' 1.O1 Defined Terms A. Wherevex used in �hese General Canditions or in other Contract Documents, the terms iisted below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminiiie and n�ut�r. Said terms are generally capitalized or written in italics, but not a�uvays. Wh�n used in a context eonsistent with tlle definitinn of a listed-defined term, the te�m sha11 have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terrns speeifically deiined, ter�ns with init'ral capital letters in f�ie Contract Documents include references to identified articies and paragz�aphs, and the titles of ather documents �r �oz�ms. 1. Addenc�a—Written ar graphic inst�ruments i�sued prior to the openirng of Bids which clarify, correct, or change the Sidding Requirements or the proposed Contract Documents, 2. Ag�^ee�nent—The wz�itten instrument �vhicb is evidence of the agreement between City and Contractor covering the Work. 3. Applicatian for Payment—The farm acceptable to City which is ta be used by Con�ractor during the course of the Work in requesting progress or final payments and which is to be accompauied by such supporting documentation as is required by the Contract Docurnents. 4. Asbestas—Any material that contains more tkaan ane percent asbestos and is friable or is releasing asbestos iibers inta the air above current action levels established by the United 5tates Occupatianal SaFety and Health Administration. 5. Awar�d'-- Authari�tion by the City Council for the City to enter into an Agreeinent. �. Bid Th� affer ox proposal of a Bidder submitted an the prescribed form setting foz-th the prices for the Work to be pe�Formed. 7. Bidder The individual or entity who submits a Bid directly to City. 8. Bidding Docu�nents—The Biddxng Requirements and the propased Contract Dacuments {including �l Adc�enda). 9. Bidding Requirernents—The advertisEment or Invitation to Bid, �nstructions to Biddears, Bid securiry of acceptable form, if any, and the Bid Form with any supplements. I0. Busine,s•s Day — A busines� day is deiined as a day that th� City conducts normal business, generally Mnnday through Friday, except for federal or state holidays observed by the City. 11. Calendc�r Day — A day cansisting of 2� hours measured from midnight to the next midnight. CITY OF P�RT WORTH STANDARDCONS'I'RUCTIOAI SP�CIFICATIUN DOCUMENTS Revisio�r M�ch 9, 202D 00 �2 ao - i GEN�RAL CONDITIONS Page 2 of 63 12. Cha�age Order�A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an adc�itian, deletion, or revision in the Work or an adjushnent in the Contract Price or the Contract Time, issued on ar after the EfFective Date af the Agreement. 13. City— The City af Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas Stafie Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behal�, each of which is required by Charter ta perform specific duties with responsibility far final enforcernent af the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the enfiity with whom Contractor has entered into the Agreement and for whann the Wark is to be performed. 14. Ciiy Attorney — The officially appointed Ciry Attorney of the City af Fort Worth, Texas, or his duly authorized representative. 15. City Council - The duly elected and qualified governing body of the City of Fort Warth, Texas. 16, City 11�1anager — The officially appointed and authorized City Manager of th� City of Fort Worth, Texas, or his duly authorized represenfative. 17. Contract Claim A demand or assertion by City ar Co�tractor s�eking an adjust�rzent af Contract Priee ar Con#ract Tizne, ar bath, ar other relief vwith respect to the terms of the Contract. A demand for monay or services by a third party is not a Contract Cla�m. 18. Contract—The en.tire and integrated written document between the City and Contractor concerning the Vl�ork. The Contract contains the Agreement and ail Gontract Documents and supersedes prior negotiations, representations, or agreements, whether written or ora�. 19. Cont�act Documents Those items so designated ir► tkae Agreement. All items Iisted in the Agraement are Contract Documents. Appxoved Submittals, other Contractor subrnittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 20. Coniract Price The mvneys payable by City to Contractar far cornpletion of the Work in accordance with the Contract Documents as stated in the Agr�ernent (subject to the pro�isions of Paragraph 11.03 in the case of Unit Price Work). 21. Contr�act Tiyt�ae The �number of days ar ihe dates stated an the Agreement to: (i) achieve Milestanes, if any and (ii) complete the Wark sa that it is ready for Final Acceptance. 22. Contractor The individuaI or entity with whom City has entered into the Agreement. 23. Cost of the Y�ork—See �aragraph 11.Q1 of fillese General Conditions for definition. C1TY OF FORT WORTfi STANPARbCONSTRUCTION SPECIPICAT�ON DOCU1viENTS Revision: Mazdi9,2020 007200-1 GENERAL CONDi7lONS Page 3 of 63 24, Damage Clairn.s — A demand for mone�r or services arising from the Projact or Site from a third party, City or C�ntraetar exclusive of a Cantract Claim. 25. Day or day� — A day, un.Iess otherwise defined, shall mean a Calenda�r Day. 2C. Directar� of Aviation — The offcially appointed Director of the Aviation Depat�ment of th� City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 27. Di�ector af Par��s and Communaty Services — The officially appainted D�rector of fhe Parks and Community Service� Department of the City of Fort Worth, Texas, nr hi� duiy appointed representative, assistant, or agents. 28. Di�ector af Planning and Developrr�ent — The o�cially appointed Director of the Planning and Develapzanent Department of the City of Fort Warth, Texas, or his duly appointed representative, assistant, or ag�nts, 29. Director of T�anspo�tation Public Worlc,s — The officially appointed Director of the Transportation Public Woark� Department of the City of For� Wortl�, Texas, o�• his duly appointed representative, assistant, or agents. 30. Director of Water Departmen� — The officially appointed Director of the Water Deparlment of the City of Fort Wortl�, Texas, or his duly appointed repr�sentative, assistant, or agents. 31. Dra�ings That part of the Contr�ct Documents prepared or appra�ed hy Engineer which graphically shows the scope, extent, and character oftl� Work to be performed by Contractor. Submittals are nat Drawings as so defined. 32. Effective Date of the Agreement—The date indicated in the Agreement on which it i�ecome� effectiv�, but if na such date is indicated, it means the date on which �e Agreement is signed and delivered by the last of the trvo parties to sign and deliver. 33. Engineer The licensed professional engineer or engineering firm registered in the �tate of Texas performing prafessional services for the City. 34. Ext�a Work — Additional vvark made necessary by chang�s ar alterations o� the Cantract Documez�ts or of quaniities or for other reasons fnr which no prices are pro�ided in the Contracf Documents. Extra work shall be part of the Work. 35. Field Order A wriiten order issued by City which requires changes in the Work but which does not involve a change in the Contract Pric�, Contract Time, or ihe intent af ihe Engineer. Field Ord�rs are paid from Field Order A1lowances incorporated into the Contract by funded work type at the ti�e af awaxd. 3b. Finc�l Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been campleted to the satisfaction �f the City. Cl'I'Y QF F'QRT WORTH STANDARpCONSTRUCTIDN 5['ECIF[CATION DQCiJNIENTS Rev ision: March 9, 202U 00 72 40 - 1 GEHERAL CONbiiIONS Page 4 ai 63 37. Final Inspection — Inspection carried out by the City to verify that ihe Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in confarmance with the Gontract Dacuments. 3S. Gene�al Requirements—Sections o�Division 1 of the Contract Docr.unents. 39. Hazardous Envit�anmental Condition—The presence ai the Site �f Asbestos, PCB�, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities ar circumstances fihat may present a substantial danger to persons or property exposed thereto. �0. Hazardous Waste Hazardnus waste is definad as any solid waste listed as hazardous or possesses one or more hazardaus characteristics as defined in the federal waste reguiation�s, as amended from timre to time. �#1. Laws and Regulations—Any and all applicabie laws, zules, xegulations, ordinances, codes, and orders of any and all governmental badies, agencies, author�ties, and courts having jurisdietion. 42. Liens Charges, security intearests, or encumbrances upo� Project funds, real property, or persnnal property. 43. Major 1'terta — An Item af work included in the Contract Documents that has a total cost equal to oae greater than 5% of �he oariginai Contract Price or $25,000 whiehever is Iess. 44. Nfr.'Iestone A principal even� specified in the Contract Documents relating to an intermediat� Contract Time prior ta Final Acceptance of the Woxk. 4S. Naiice of Award—Tk�e vc+ritten noiice by City to the Successful Bidder stating that upon timely compliance by the Successfui Bidd�r with t�e conditior�s precedent Iisted therei.n, City will sign and deliver the Agreement. 46. Notice to Pr�oceed—A w�ciitten notice given by Ciiy to Contractor fixing the date an which the Contract Time will commence to run and on which Contractor shail start to perform the Work sp�cified in Contract Dacurnents. 47. PCBs—Polychlorinated biphenyls. 48. Petroleum—Petroleum, including crude oil or any fraction thereo�which is liquid at standard conditions of temperature and pressure {6Q degrees Fahrenheit and I4.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oi1 sludge, oii refu�e, gasoline, kerosene, and oil rnixed with other non-Hazardous Waste and crude oils. 49. Plans — See definition of Drawings. CITY O�` FOR'� WORTH STANDARDCONSTRUCTI(]N SPECIPICATIOI� DOCUIv�:NTS Revision: Marclt9,2U2D dQ 72 00 - 1 GENERAL CONDITIOiVS Page S of 63 SQ. Project Schedule—A schedule, prepared and rna�in.tained by Contractor, in accordance with the Genexal Requirements, d�scribirig the sequence and duration af the activities cornprising �he Contractor's plan to acco�plish the Work within the Contract Time. 51. P�oject--The Wark to be p�rformed under the Contract Documents. 52. Project Manager—The authorized representative of the City who wi.11 be as�signed to tlle Szte. S3. Public Meeting — An announced meeting conducted by the City to faczlitate public participation and to assist the public in gaining an informed vier� ofthe Project. 54. Radioactave Mater�ial-5ource, special nuclear, or byproduc# material as defined by the Atom.ic Energy Act of 195� (42 USC Section 2011 et seq.) as amended from time to tinrre. S5. RegulaY Workfng Hou�s — Hours begituung at 7:OQ a.m. and ending at 6:00 p.m,, Monday thru Frida� {excluding legal holidays), 56. Sarraples—P}aysical examples of materials, equipment, or warkrnanship that are representative of some partion of the Wark and which estabIish the standards by which such portion of the Work will be judged. 57. Schedule of Subrnittals—A schedule, prepared and maintained by Cant�actor, of required submittals and the time requirernents to support scheduled pexformazace of related eonstruction activities. 58. Schedule of Values—A schedule, prepared and maintained by Contraetor, allocating portions of the Contract Price to various portions af the Work and used as tl�e basis for reviewing Cantractar's Applications far Payrnent. 59. Site—Lands or areas indicated in the Contract Documents as beii�,g furnished by City upan which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other Iands furnished by City which are designated for the use of Contractor. 60. Specificaiions—That part of th� Contract Documents consisting c�� wriften requir�ments for materials, equipment, systems, standards and workmax�.ship as applied to tha Work, and certain adrninistrative requirements and procedural matt�rs applicable thereto. Specifications may be specifically made a pat�k of tk�e Contract Documents by attaclunent or, if not attached, znay be incorporated by reference as indicated in �thhe Table of Conten#s (Division 40 00 00) of each Project. 61. S�bcantractor--An individual or entity having a direct cantaracf with Contractor or with any other Subcontractox %r the performance o� a part of the Work at the Site, CITY OF FORT W ORTH STAND/1RD CONSTRIJCTIDN SI'�CIFICATION DDCUIvIENTS Revision: Marcl� 9,202U 007200-1 GENERAL CONDITIONS Page 6 af 63 62. ,Submitterls—All drawings, diagrams, illustra�ions, schedules, and o�her data ox i�orrnation which are specif�cally prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 63. Successful Bidder The Bidder submitting the low�st and most responsive Bid to wha�n City makes an Aw�.rd. 64. Superintendent — The r�presenfati�+e of ihe Contractor who is available at al� times and abie ta receiv� instructions fram ihe City and tn act for the Contractar. 65.5upplementary Conditfons—That part of #he Contract Documents which amends ar supplements �nese General Conditions. b6. Supplie� A manufacturer, fabricator, supplier, distributor, nriaterialman, ar�endor having a direct cantxact wiih Contracior or with any Subcantractor to furnish materials or �quipment to be incorporated in ihe Work by Con�ractor ar Subcontracfiox. 67. Unde�ground Facilzties—All underground pipelines, conduits, ducts, cables, wires, manhflles, vaults, tanks, tunnels, or other such faciliti�s or attachments, and any encasements eontaining such facilities, including but not limited to, those that convey electricity, gases, steam, Iiquid p�troleum products, teIepl�one or other communications, eabie television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systerns. G$ Unit Price Work—See Paz�agraph 11.43 of these General Cnztditions for definition. 69. Weekend Working Hours — Hours beginning at 9:00 a.m. and endi�ng at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 70. Work The entire constructian or the various separately identifiable parts thereof required to be provided under the Contract Docurnents. Work includes and is the result of performing or providing aIl labox, services, and documer�tation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating �ll rnaterials and equipment into such construction, all as required by the Contract Documents. 71. Working Day — A working day is defined as a day, nat zncluding Saturdays, Sundays, or legal holidays authorized by the City far contract putposes, in which weather or other conditions not und�r the control of the Contractor will per�xzzt the performance of the principal unit of work uncierway for a continuous period of not less than 7 houxs between 7 a.m. and 6 p.m. 1.02 Terminolo� A. The words and terrns discussed in Paragraph 1.02.B thraugh E are not c�eimed but, w�en used in the Bidding Requirements ar Cantract Documents, have the indicated meaning. B. Intent af Certain Terms or Adjectives: CITY OF FORT WORTH STANDARDCONSTfi.UCT1DN SPECIFICAT[ON bOCUIvfENTS ReVision: Ma�h 9, 2D20 D07200-1 GENERAL CONDITIONS Page 7 of 63 1. The Cantract Docurnents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of lik� effeet Qr ixnport �o authorize an exercise af judgment by City, In addition, the adjeciives "reasonable," "5U1f�b1�," "acceptable," "proper," `°satisfactory," O]' adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercisa af professionaI judgment, action, ar deterrnination will be solely to evaluate, in general, th.e Woric for complianc� with the information in the Contract Documenfis and with the design concept of the Project as a funciioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicatiang atherwise). C. Defeclive: �. The word "defective," when modifying th� word "�Vork," refers io Work that is unsatisfactory, faulty, ar deficient in that it: a. does nat conforrn to the Contract Doeuments; or b. does not meet the requirements of any applicable inspeciion, re�erence standard, test, or approval referred to in the Contract Documents; or c. has baen damaged pxior to City's written acceptance. D. Fupnish, Install, Perform, Prc�vade: 1. TI1B WQI'C� "Furnish" or the word "Insta.11" or the word "Perform" or the word "Pravide" ox the word "Supply," or any cambination or similar directive or usage thereo% shall mean furnishir�g and incorporating in the Work including a11 necessary labor, materials, equipment, and evezything necessary to perform the Work indicated, unless specifically lirnited in �e conte�t used. E. Unless stated otherwise in the Cantract Documents, words or phrases that have a well-known technical ar c�nsfiruction industry or trade meaning are used in the Contract Documents in accordance with sueh r�cognized meani�,g. AR'1'�C`LE 2 — PRELIMINARY MATTERS 2.O l Copie,s of Documents City sha11 fi�rnish ta Contractar ane (1} original executed copy and one {1) electronic copy of the Contract Docurnents, and four (4) additional copies of the Drawin�s. Additional copies will be furnished upon reque�t at the cost of repraduction. 2.02 Cornmencenaent of Contrctct Tinze; Notice to Proceed The Cantra�t Time will commence to run on the day indicated in the Natice to Proceed. A Notice to Proceed may be gi�en na earlier than 14 days after the Effective Date of the Agreement, unle�s agxeed ta by both partie,� in writing. CITY OF FORT WOF2'1'H STANI]Al2bCONSTRUCTI�N 5PECIPICATI0I+I DOCUM�i�ITS Re�ision: M�rh 9, 2q20 oo�zoo-i GENERAL CONDITION5 Page 8 of 63 2.03 Siarting the TWork Cantractor shall start to perfo�n ihe Wark on thE date when the Cozatract Time cammences to run.. No Work shall be done at the Site priar to the date on which the Contraci Time commences to run. 2.04 Bef'are Strx�-ting Construction Baseline Schedules: Subrnit in accordance with the Contract Dacuments, and prior to starting fihe Work. 2.05 PreconstYuctian Conference Before any Work at the 5ite is started, the Contractor shaIl attend a Preconstruetion Confexence as specxfied in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equiprnent, materials ar resources to the Site prior #o Cantractor attending the Pubiic Meetiug as scheduZed by the Gity. 2,07 Tnitial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are subrnitted to City in accordance with the Schedule Specification as provided in the Contract Documen#s. ARTICLE 3— CONTRACT DOCiTMENTS: INTENT, A1VI�C1�iDING, REUSE 3.01 Intent A. The Contrac� Documents are complementary; what is requi�ed by one is as binding as if required by all. B. It is the i�.tent of the Contract Documents ta describe a functionally cam�let� pro�ect (or part ther�o� to be constructed in accordance with the Coniract Documents. Any labor, documentation, services, materials, or ec�uipment fha# reasonably may b� inferred from the Cantract Docum�nts or from prevailing custom or trad� usage as being required to praduce the indicated result will be provideci whether or no# specifically calIed for, at no additional cost to City. G Clarifications and interpretations of the Contract Dacuments shall be issued by City. D. The Specifications may vary in form, format and style. Some Specif'ication sections may be written in varying degrees of streamlined ar declarative style and some sect�ons may be relatively narrative by comp�isan. Omission of su�.h wards and phrases as "ti�e Contractor shall," "in Cqll%Xl'T11�7 Wlt�1," "aS S�14W11," Qx "�.S S�7BC1�10C�" aTe intentional 1Xl s�reamlined sections. Omitted words and phrases shall be supplied by inference. Sianilar iypes of provisions tnay appear in v�'ious parts of a section or articles within a part depending on the foxmat oF the c�TY or roRr woaTH STAAIDARD CONSTRUCTION SPECIPICATION DOCUN�NP� Rcvision: Mu�h 9, ZD29 OD7200-1 GEN�RAL CONDIT[ON5 Page 9 of 63 section. The Cantractor shall not take advantage of any variatian of form, format ar style in making Contract Claims. E. The crass xeferen�ing of �pecification sections under the subpa�ragraph heading "Related Section� include but are not neeessarily limited to:" and elsewhere within eaeh Speci�eation seciion is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible ta coordinate the entire Wark under fihe Cflntract Documents and pro�ide a complete Project wheth�r or not the cross referencing is provided in �ach section or whether nr not the cros� referen.cing is compleie, 3.02 Reference Sta�dards A. S#andards, �pecificaf�ons, Codes, Lar�vs, and Regulations Reference to standards, specifications, manuals, or codes of any technical society, orgaz�ization, ox association, ar to Laws or Regulations, whether such referance be specific or by implication, shall mean �lie standard, specification, manual, cade, or Laws or R�gulations in effect at the time of apening of Bids (ar on the Effecti�re Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effecti�e to change the duties or resgonsibilities of City, Con�ractor, or any of their subcontractors, consultants, agents, or employees, frorn thnse set forth in the Contract Documents. No such provision or instruciion shall be effec#zve ta assign to City, o;r any of its officers, directors, members, partners, emplo�ees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty ar authority to undertake responsibiliiy inconsistent with the proviszons of the Contract Dacuments. 3.Q3 Reporting and Resolving Discrepc�ncies A. Reporting Discrepancies: l. Conlracto�'s Reviekv of Contf-c�ct Documerats Befare Starting T�ork: Before undertaking eack� part o� the Work, Cantractor shall carefiully study and compare the Contrac.t Docuznents and check and verify pertinent figures therein against all app�icable �'zeld measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actzzal knowl�dge af, and shall obtain a written int�rpretation or clarifieation from City befnre proceeding with any Work affected thereby. 2. Contractor's Review of Cantract Docurnents During Perfo�mance of Wark: If, during ihe performane� of the Work, Contractor discovers any conflict, �error, ambiguity, or discrepancy within the GQntract Dacurnents, or bet�reen the Contract Documents and {a) azry applicable Law or Regulation ,{b) any sfandard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractox sha11 not proceed with the Work affected therehy (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARDCDN5TRUCTION SPECICICATION �DC�JMENTS Revision: M�h9,2D20 UQ7�00-1 GEN�RAL CONDITIDNS Page 10 of G3 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Para�raph 3 A4. Contractor shall not be Iiable to Cxty for fai�ure to repart any conflict, error, ambiguity, or discx�pancy in the Contract Documents unless Coniractor had actual knowledge thereof. B. Resolving Discrepancaes: Except as may be oti�erwise specifically sta�ed in the Contract Documents, the provi�ions of the Contract Documents sha[l take precedence in resolving any eonflict, error, amF�iguity, or discrepancy between the provisio�s of t1�e Contract Docunnents and thE provisions of any staz�.dard, s}aeci�ication, manual, or the instruction af any Supplier (whether or not specifically ineorporated by reference in the Contract Documents). 2. In ease of discrepancies, figur�d dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Cond'ztians sha11 govern over General Conditions and Specifications, and quantities shown on the Plans shall govern a�er those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Dacuments may be amended to pravide far additions, deletions, and revisions in the Work or to modify the terms anc3 condition5 thereof by a Change Qxdex. B. Tkie rec�uirernents of the Contract Docwnent� may be supplemented, an.d nninor variations and deviations in the Work not involving a change ini Cantract Price or Contract Tirne, may be authorized, by one or more of fihe �ollowing ways: 1. A Field Order; 2. City's review of a�ubmittal (subjec# ta fhe provisions of Paragraph fi.1$.C); or 3. City's written interpretation or clarifica�ion. 3.D5 Reuse ofDocuments A. Contractor and any Subcontractor or Supplier shall not: have or acquir� any title to or awnership rights in any af the Drawings, Sp�cifications, or other docuimenis (or copies of any thereo� prepared by or bearing the seal oi Engineer, including electronic media editions; or 2. reuse an.y such Drawings, Specifications, other documents, or copies thereaf on e�tensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FOAT WORTH STANDARD CONSTRLICTlQI�! SPECIFICAT103�I DDCUMENTS Revisinn: Mm�h 9,20z0 00 �a oo - t GENERAL CONb17i0N5 nage 11 of63 B. The prohibitinns of this Paragraph 3.05 will surrrive fu�al payment, or termination of the Contract. Nothulg herein shall preelude Coniractor from rafaining copies of the Contract Documents for record purpo�es. 3.06 Elect�onic Data A. Unless atherwise siated in ihe Supplernentary Conditions, the data fiarnisheci by City or Engineer to Cant�actor, or by Contractor tfl City or Engineer, that may be relied upoz� are limited to the printed copies included in the Contract Documents (also knov�n as hard copies) and other Specifications referenced and located on the City's on-line electronic document managernent and colIaboration system site. Files in electronic media format of text, data, graphics, or other types are fizrnished only for ihe convenience of the receiving part�y. Any conclusian or infor�natian obta.ined or derived from such electronic files will be at the user's sole �isk. If there is a discrepancy betvveen the electranic files and the hard copies, the hard capies govern. B. When transferring documents in electronic media �oxmat, the transferring party makes no xepre�entations as to long term compatibility, u�ability, or r�adability of docunaents resulting from the use of softv�+are application packages, operating systerns, or cornputer hardware differing from th�se used by �ie data's creator. ARTICLE 4— AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIOliiS; IiAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINT� 4.01 Availability ofLands A. City shall furnish the Site. City shall notify Contractor of any encuznbrances or re�trictions not of general application but specif cally xelated ta use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in exi�ting facilities. 1. The City has obtained or aniicipates acquisition of and/or access io right-of-way, and/oz easezraenfs. Any outstanding righ�-o� vcxay and/or easements are anticipated to be acquired in accordance with the schedule set forth in the �upplernentary Conditions. The Pr�ject Schedule suhrnitted by the Coniractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/ox easements. 2. The Crty has or anticipates removing and/or reiocating ufilities, and abstructions to the Site. Any outstandit�g rernoval or relocation of utilities or abst�rructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Projec# Schedule submitted by the Contractnr in accardance with the Contract Documents nnust consider any outstanding utilities or obstructions to be removed, adjusted, andlor relocated by others. B. LTpon reasonable written r�quest, City sha11 furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Wark is to be performad. CITY OF FDRT WORTI-I STANDARDCONSTRCTCT[ON SPECIF[CATIOI�I DOCUMENTS Revision: Ma�h9,2A20 oanoo-i GEN�RAL CONDITIQNS Page 12 of 63 C. Contractor shail provide for all addi#ional lands and access thereto that may �e required for construction facilities or storage of nrzaYerials and equipment. 4.02 5ubsur�face and Physzcal Conditions A. Repo�t.s and Drawings: The 5upplemenfary Conditians identify: 1, those reports known to City af explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical cnnditions relating to existing surface or sul�surface structures at the Site (except Underground Facilities). B. Limited .Reliance by Contractor on Technicc�l Data Autl�orized: Contractor may rely upon the acc�racy of �he "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "t,�chnical data" is identified in the Supplementary Conditions. Contraetor may not make any Contract Claim against City, or any of their officers, dir�ctflrs, members, partners, emp�ayees, agents, con5uitants, ar subcontractors with respect ta: 1. the completeness of such reports ax�d drawings for Contractor's purposes, including, but not limited to, any aspects af the means, methods, techniques, sequences, and procedures of constructian to be ernployed by Contractor, and safety precautions and prdgrams incident thereto; or 2. other data, interpretations, opinions, and in%zmation cantained in such reports or shown or indicated iri such drawing�; ox 3. any Contracfor interpretaiion of ox conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Canditions A. Naiice: If Contractor believes that any subsurface or physieal condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; ar 2. is o� such a nature as to require a change in ihe Contrac� Documents; or 3. di_ffers materially from that shown or indicat�d in the Contract Documents; or 4. zs of an unusuaJ. natur�, and differs materially from conditions ordinarily encountered and generally recogn�zed as inherent in work of the character provided for in the Cfln#ract Documents; CITY OF FORT WORTH STANDAI2D CONSTRUCTI�N SPECTFTCATION DOCUMENTS Revision: M�h9,2(120 00�2oo-i GEN�RAL CDNDI710N5 Page l3 of �3 then Cantractor shall, prompt�y after becoming aware thereof and before further disturbing the subsurface or physical conditions or perf�rrning any Wark in connection th�rewith (except in an emergency as xequired by Paragraph 6.17,A), notify City in writing about such condition. B. Possihle P�ice and Time Adjustr�zents Contractor shall not be entitled to any adjustment in th� Cantract Price or Cantract Tirn� if: 1, Contractor knew o� the existence of such conditions at the time Contraetor made a final cornmitment to City with res�ect to Cantract Price and Contract Time l�y the submissian of a Bid or becoming bound under a negotiated contract; ar 2. the existence of such condihon could rea�onably have been disco�ered or r�vealed as a result of the examinatinn of the Contract Documents ox �he Site; or 3. Contractor failed to give the written notice as required by Paxagraph 4.03.A. 4.Q� Unde�g�ou�d Facilities A. Shown or Indicated: The information and data shown or indicaied in the Coiitract Dacuments with respect to exis�ing Undergrauz�d Facilities at or eontiguous to the �ite is based on information and data furnished to City or Engineer by the owners of such Undergraun.d Facilities, including City, or by others. Unless it is otherwise expressly pravided in the Supplementary Cozaditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information ar data provided by others; and 2. the cost of all ot' th.e %llowing will he included ian the Contraet Price, and Contractor shall have full respansibility for: a. reviewing and checking all such information and data; b. locaiin� all �lnderground k'acilities shown or indicated in the Contract Docum�nts; c, coardination and adjustmenfi of the Work with the owners af such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any da�age thereto resulting from the Work. B. Not Shown or Indicated: 1, If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous t� the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contraet Documents, Contractor shall, prarnptly after becoming aware tY�ereof and before further disturbing eondiiions affected thereby or performing any C1TY OF FORT WORTH �TANDARI7 CONSTRUCTION SPECIFiCATION bOCUMEN'['S Revision: Iulamh 9, 20�0 oo�aao-i GENERAL CONbIT10lVS Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner af sueh Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility an.d det�rmine the extent, if any, to which a change may be required in the Cant�act Documents to reflect a,nd document the consequences of the existence ar lacation of the Underground Facility. Cantractoar shall be responsible far the safety and protection of such discovercd Underground Facility. 2. Tf City concludes that a change in the Contract Documents is required, a Change Order may b� issued to reflect and document such consequences. 3. Verifieation af existing utilities, structures, and service lines shall include noiification of all utility companies a minimum o� 4S hours in advance af canstruction inciuding exploratory excavation if necessary. 4A5 Refe�ence Points A. City shall provide engineering surveys to establish reference points for canstruction, which in City's judgment are necessary to enable Contractar to proceed v►�th the Work. City will provide construction staites ar ather customary method of marking to establish line and grades for roadway and utility eonstruction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the es#ablished reference points anc� propert}� monuments, and shall make no ehanges ox relocations. Contractor shall report to City whenever any reference point or properly manument is lost or destrayed ar requires rclocation because of necessary changes in grades or locations. The City shall l�e i�SpQY15117�E for the replacement ox relacation of reference points or property monuments not car�lessly or willfii3ly desiroyed by the Contractor. The Contractor sha11 notify City in advance and with sufficient time to avoid del�ys. B. Whenever, in the opiruon of the City, any reference point or monument has been carelessly or willfuIly destroyed, disturbed, or renaa�ed by the Gontractor or any of his employees, the fiill cost for replacing such points plus 25% will be charged against th� Contractor, and the full amount wil] be deducted from payment due the Con�ractor. 4.06 Hazardous Environmental Condition at Site A. Reports and D�awings: The Sugpiementary Canciitions identify those reports and drawings known ta City relating to Hazardaus Environmental Conditions tlxat have heen identified at ttae Site. B. Lirr�ited Reliance by Contractor an Technical Data Authorized.• Contractor may rely upon the aecuracy of the "technical data" contained in such reports and drawings, but sueh reports and drawings are not Contract Doewnents. Such "technicaY data" is identified in the Supple�nentary Conditions. C�ntrac#ar may not make any Contract Claim against Ciiy, or any af their officers, directors, members, partners, employe�s, agents, consultants, or subcontractors with respect to: 1. the eornpleteness of such reports and drawings for Contractar's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT W012TH STAh3DhRD CONSTRUCTIQN SPECIFICATION DOCUMENTS Revisi�n: March4,202(1 ao72no- i GENERAL CONDITIONS Page 15 of 63 constarruction to be employed by Contractor and safety precautions and progranns incident thereto; or 2, other data, intearpretatians, opinions and information contained in. such reports or shawn or indicated in such drawings; or 3, any Contractor interpretation of or conclusion drawn from any "t�chnical data" or any such other data, interpretations, opinions or ianforrnaiion. C. Contractar shall not be responsible for any Hazardous En�rironmental Condition uncovered or revealed at the Site which was noi shown or indicated in Drawings or �pecifications or identified in the Contract Docuznents �o be within the scope of ihe Work. Contracfior shall be responsible for a Hazardaus Environmental Con.dition ereated �ith any materials brought to the Site by Contractor, 5ubcontractors, Suppliers, or anyone else for whotn Contractoz• is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone fax whom Contractor is responsible creates a Hazardous Environmenial Condiiion, Contaractar sha11 immediately: (i) secure or o�erwise isolate such condition; (ii) stop all Work in connection with such conditian az�d in any area affected ihexeby {except in an �mergency as requ�red by Paragraph 6.I7.A); and {iii} notify Ciiy {and prampt�y thereafter confirrn such notice in writing}, City may consider the necessity ta retain a qualified expert ta evaluate such canditian or talca corrective action, if anp. E, Contracttir sha11 nat be required to resume Work in connection with such conditian or in any affected area until after City has obtai_ned any required pe�-mits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for th� resumption of Work; or (ii) specifying any special conditians under which such Work may be r�sumed. F. If after receipt of such written nntice Contractor does not agree to resurne such Work based on a reasonabl� belief it i5 unsafe, or do�s not agree to re5ume such Work under such special cdnditions, then City may order the portion of the Work that is in tiae area affected by such condition to l�e deleted from the Work. City may have such deleted portion of the Woxk perfarmed by City's awn forces or othexs. G. To the fitllest extent permitted by Laws and Regulations, Cantractot� shall indemnify and hold harmdess City, from and against alI clairn�, costs, losses, a�cd r�c�fnages (including but not limited ta all fees and char�ges of enginee�s, architects, attorney,s, and other� p�ofessaanal,s and all cou�t or apbit�ation or ather dispute r�esolutio� costs) arising out of ar relating to a Hazardous Envfron�nental Condition cre�ted by Cantractor or by anyone for whot�t Contractor is �esponsibl�. 11]othing in this Paragraph 4.06.G shall obligate Contr�actor to indemn� any ir�divra'ual or entiry ft�om and ag�fnst the cansequences of that individual's o� entity's own negligence. H. The provisions of Paragraphs 4.Q2, �}.Q3, and 4.04 do not apply ta a Hazardous Environmental Condi�ion uncav�red ax revealed at the Szte. CITY OF FORT WORTH STANDARD CONSTRUC'I'fON 5PECIFICATIQN bpCUMENTS Revision: Mamh9,2020 00�2oo-i GENERAL CON�I7IQNS Page 16 of G3 ARTICLE 5— BONDS Al�TD INSURANCE 5.01 Licensed Sureties and Insur�e�s All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtaineci from surety or insurance companies that are duly licensed or authorized in the State o£ Te�as to issue bonds or insurance palicies for the limits and caverages so required. Such surery and insurance companies shall also meet such additional requirements and qualifications as may be provzded in the Supplementary Conditions. 5.02 Perfornaance, Pcryment, and 1Vfatntenance Bonds A. Contractor shall furnzsh performanc� and payment bonds, in accordance with Texas Gnvernment Cade Chapter 2253 or successor statute, each in an a�nount equal to the Contract Price as security for the faithful perForrnance and payment of all oi Contractor's obligations under the Contract Documents. B. Contxactar shall f-�rnish maintenance bonds in an amount equal to the Contract Price as security to prot�ct the City against any d�fects in any portian oF the Work described iacz the Contract Documents. Maintenance bonds shall remain in effec� for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be iin the form prescribed by the Con�ract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the Iist of "Companies Holdiug Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Caix�.pan�es" as published in Circular 570 (amendec�) by the Financial Management Service, �ur�ty Bond Brar�ch, U.S. Depa.rtment Qf the Treasuzy. All bonds signed by an agent or attorney-in-fact must be accom�anied by a sealed and dated �awer of attorney which shall show that it is effective on the date the agent or attorney-in-fact s�gned each bond. D. if the sureiy on any �ond furnished by Conttactor is declared bankrupt or becomes insolvent or its right to do business is termin.ated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Con#ractar shall prornp#ly notify City and shall, within 30 days after the event giving rise to such noti�ication, provide another bond and surety, both of which shall comply with the requiurements of Paragraphs 5.01 arid 5.02.C. S.p3 Certif cates af Insurance Coniractor shall deliver to City, rvith copies to each additianal insured and loss payee identified in the Supplementary Condition�, certificates of insurance {oiher evidence af insurair�ce requested by City or any other additional insur�d} in at least the minimum amount as specified ir� the 5upp3ementary Conditions which Contractar is required to purchase and maintain. 1. The certificat� of insurance shall document the City, and ali ic�entified entities named in the Supplementary Conditions as "Additional Insured" on al� liability policies. CITY OF FORT WORTI3 STANpARD CONSTRUCTION SPECIFICATIQN DOCU[vIEAITS Revision: Marr#�9,Z(}20 oo��nn-E GE�VERAL CON�ITIdNS Page 77 of63 2. The Cont�actar's general liability insurance sha1� include a, "per project" or "per location", endorsement, which shall b� identified in the certificate of insurance provided to the City. 3. The certificate shall be s'rgned by an a�ent autharized to bind coverage on b�ehalf of the insured, be camplete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Properry & Casualty Guide �. The ins�arers for all policies must be licensad andlor apparaved to do busin�ss in the State of Te�s. Excepi for worker�' compensation, alI insurers must have a minimum rating of A-: VII in the current A. M. Best I�ey Raiing Guide ar have xeasonably equivalent �'inancial strength and salvez�cy to the satisfaction o� Risk Management. If the rati.ng is below that required, written appraval of City is required. 5. A11 applicable policies sha11 include a Waiver of 5ubrngation (Itights of Recovery} in favar of the City. In addition, the Contractor agrees to waive all rights o�' subrogation against the Engi�eer (if applicable), and each additional insured identified in the Supplementary Canditions f. Failnre of the City to demand such cer�ificates or otk�er evidence of full cornpliance with the insurance requirernents or failur� of the City to identify a deficiency from evidence that is provided sha11 not be co�stzued as a waiver of Contractar's obligation to rnaintain such lines of insurance coverage. 7. Tf insurance palicies are not written for specified coverage limits, an LTmbrelia nr Excess Liability insurance far any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise �tated, all required in�urance shall be written on the "accur�ence basis". If coverage is undez�written on a claims-made basis, the retroactiv� date sha11 be coincident with ar prior to the daie of the ei�ective da�e of the agreement and the certificate of insurance sha11 state that the caverage is claims-made and the retraactive date, The insurance coverage shall be rnaintained for the duration af the Cantrac� and for three (3} years following Final Acceptance provided under the Contract Documents ar for the warranty period, whick�ever is longer. An at�ual certificate of insurance submitted to the City sha11 evidence such insulrance coverage. 9. Polzcies shall hav� no exclusions by endorsements, vvhich, neither nullify or amend, the required lines o� coverage, nar decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid ar executed and the excluaions are deterrnined to be unacceptahle ar the City desires additional insurance coverage, and the City desires ihe cantractorlengineer to obtain such coverage, the contract price shaIl be adjusted by the eost of the premiurn for such additinnai coverage pIus 10°/4. 10, Any self-insured retention {SIR}, in excess of $25,OOOAO, affecting rec�uired insurance coverage shall be approved by the City in regards to ass�t value and stnckholders' equity. Ir� C1TY QF FORT WpR'CH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: M�r.li9,�02p aa �2 00 -1 GENERAL CON�ITIONS Page 18 of 63 lieu of traditional insurance, alterniative coverage maintained thxaugh insurance pools or risk retention groups, must also be a�proved by City. 11. Any deductible in excess of $S,DQ0.00, for any policy that does not pravide coverage on a first-dollar basis, must be acceptable �o az�d approved by the City. 12. City, at its sole discretion, res�rves the right to review the insurance requirements and to nr�ake reasonable ad�ustments to ins�7rance coverage's and their lirnits when deemed necessary and prudent by tne City based upon changes in statutory lavv, court decision or the claims history af the industry as weil as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance �djustm�nts shall be incorporated into the Wark by Change Order. 13. City shall be entitlad, upon written request and without expense, to receive copies of palicies and endorsements thereta az�d may make any reasonable requests for deletion or revision ar modifications of particular policy texrns, conditions, limitations, ox exclusions necessary to conform the policy and endorsements to the requixements of the Contract. Deletions, revi�ions, or madi�cations shall not be required where policy provisions are established by law or regulations bindiu�g upon either party or the underwriter an asiy such policies. 14. City shall nox be xespansible for the direct payment of insurance premiurz� casts for Contractor's insurance. 5.04 ContYactor's Insurance A. Workers Campensation and Erraployers' Liability. Contractor shall puxchase and main�ain such insurance coverage with limi#s eonsistent wiih statuto�ry benefits outlined in the Texas Warkers" Cornpen�ation Act (Texas Labor Cade, Ch. 406, as amended), and ra�inimum limits for Employe:rs° Liability as is appropriate �ar the Work being performed and as will provide pratectian fro� claims set farth below which may ari.se out nf or result from Contractor's performance of the Work and Contractor's o#hex abligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, ar by anyone directly ar indirectly employeci by any of them to perform a.ny of the Work, or by anyone for whose acts any of them may b� liable: 1. claims under workers' compensation, disability benefits, and other sunilar ennployee benefit acts; 2. ciaims �ar damages because of 6odily injury, occupational sicl�ess ar disease, or death of Contractor's emplayees. B. Comme�ciaZ General �iability. Coverage shall include but raat he limited to covering liability (bodily injury or property damage) arising fiom: premisesloperations, independant contractars, products/compleied opexatians, personal injury, and liabi�ity under an insured cantracfi. Iz�surance shall be provided on an occurrence basis, ara� as comprehensive as the cuxz�eni Insurance �erviees Office (ISO) policy. This insurance shall apply as prim�ary insurance with respect to any other CITY OF FORT VVOIiTH STANDARD CONSTRUGTION SPHCIFICATIDN DOCUMENTS Revision: March 9, 202D aa �z oo - i GENERAL CONDITIONS Page 19 af63 insurance ar self-insurance programs afforded to the City. The Carnmercial General Liabiliiy policy, shall have no e�ctusiQns by endarsements that would al�er of nullify premises/aperations, productslcompleted operations, conl�actual, per�onal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. Far construction projects that present a substantial completed operation exposwre, the City may require ttie contractor to maintain campleted operations coverage for a minimum of na less tl�an ihree (3) y�ars fallowing the completion of the project (if identified in the Supplementary Conditions}. C. Automobile Laability. A commercial husiness auio policy shall prouide caverage on "any auto", defined as autos owned, hired and non-owned and provide indemnity far claims for damages because bodily iujuzy or death of any p�rson and or property darnage arising out of the work, maintenance or use of any motor vehicIe by the Contracior, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of th� Work, ax by anyone for whose acts any of them m�y ba liable. D. Railroad Protective Liability. If any a� t�ie work or ar�y warraniy work is wifihin the lirnits of railroad right-of-�vay, the Contractor shall cornply with tk�e requirements identified in the Supplementiary Cond'ztions. E. Natrfication af Policy Cancellation: Cantractor shall immediately notify City upan cancellation or other loss of insurance coverage. Contractor sha11 stop work until xeplacement insurance h�.s been procured. There shall be no time credit for days not worked pursuant to this section. S.dS Acceptance ofBonds and Insurance; Option to Replace I� City has any objection to t.�e coverage affarded by or ather provisions of the bonds or insurance required to be p�archased and maintainad by the Cnntractor in accordanc� �,viih Artiele 5 on the ba�is af nan-conformance with the Contract Documents, the City sha11 so notify the Contraetor in vcrriting withui 10 Business Days after receipt ofthe certifieates {ox ather e�idence requested), Cantractor shall provide to the City such additional information in respect of insurance provided as the City may reason.ably request. If Contractor does nat purchase or maintain al.l of the bonds and insurance required by the Contract Documents, the Ciiy shall no#iiy tl�e Contractor in writing of such failure prior ta the start af the Work, or of �uch failure t� �aintain prior to any change in the required eoverage, ARTICLE 6 — CONTRACTOR'S RESPOl�SIBiLITTES 6.0 ] Supe�visio�a and Supe�intendence A. Contractar shall supervise, inspect, and direet the Work competently and efficien�tly, devoting such attention tiiereto and applying such skills and expertis� as rnay be necessary to perform the Work in accardance with the Contract Documents. Contractor shall b� salely responsible for the rneans, meth.ods, techniques, sequences, and procedures of construc�inn. crT� or raR-r woRTx S'I'ANpARDCONSTRLlCTION SPECIFICATION DOCUMENTS Revision; Mazrh9, 2020 oo�aoo-i GENERAL CON�I710NS Page 20 af 63 B. At all times during the pr�gress of the Work, Contractoe shall assign a competent, English- speaking, Superintendent who shall not be replaced without written nc�tice to City. The �uperintendent will be Contractor's reprasentative at the Site and shali have authority to act on behalf �f Cantractor. All communication given to or received from the Supexint�ndent shall be binding on Contractor. G Contractor shall notify the City 24 hours prior to moving areas during the sequence of constructian. 6.02 Labor; 6Yorking Hours A. Contractor SYI.�� pT0'V1Cl� competent, suiiably qualified �ersonnel to perfarm construction as xequired by the Contract Documents. Contractor sha11 at a11 times rnaintain good discipline and order at the Site. B. Exeept as otherwise required f'or the safety or protec�ion o� persons or the Work ox properry at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be perfortned during Regulax Warking Hours. Contractor will not permii the performance of Work beyond Regular Warking Hours or for Weekend Working Hours without City's wyritte� cansent (which will not be unreasonably withheld). Written request (by letter or electronic communication) ta perforru Work: for beyond Re�ar Working Hours request rnust be made by noon at least two {2) Business Days pxior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noan two Business Days prior to the legal haliday. 6.q3 Services, Materials, and Equipment A. Unless atherwise specif ed in the Contraet Documen#s, Coniractar shall pravide and assurne full responsibility for all serviees, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, par�ver, light, heat, telephone, waier, sanitary faeiiities, temporary facili�ies, and all other facilities and incidenfals necessary for the performance, Contractar required testing, start-up, and completion of the Work. B. All materia�s and equipment incorporated into the Work shall be as specified or, if not specifi�d, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guaraniees required by th� Specifications shall expressly run to the benefit of City. If required by City, Contractor shall fi�rnish satisfactory evidence (including reports of rec�uired #ests) as to the source, ldnd, and q�ality of materials aud equipment. CITY OF FORT WORTI-I STANDARbCONSTRUCTION 5PECIFICAT[ON �DCUNfENTS Revision: M�h9,2Q20 oo�zoo-i GENERAL GONDIl'i0N5 I'a$e 21 of 63 C. AlI materials and equipment to 6e incorporated into th�e Work shall be siored, applied, installed, connected, ereeted, pxotected, used, cleaned, and conditioned in accordance with instruc#ions of the applicable Supplier, except as otherwise may be pro�ided in the Cantract Documenis. D. All items of standard equipment ta �e incorparated into the Wark shall be the latest mod�l at the time af hid, u�nless otherwise specified. 6.04 P�oject Schedule A. Contractox shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as pro�ided below. 1. Gontractor shall �ubzx�.it to City for acc�ptance (to tbe extent indicated in Paragraph 2.07 and the General Requirements) praposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply wiih any provisions of the G�neral Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule �vith a rnonthly progress payment for the duraiion of the Con�ract in aecordance with the schedule specification 01 32 16. Proposed adjustrnents in the Project Schedule that will change fihe Contract Time shall be submitted in accordance with the xequirements of Article 12. Adjustrnents in Confiract Time may oz�ly be made by a Change Order. 6.05 Substitutes and "Or-Equals" A. Wh�never an item of material or equipment is specified or d�scribed in the Contract Documents �ay using the name of a proprietary itern or the name of a particular Supplier, ih� specificatian or description is intended to establish the type, function, appearance, and quality required, LTnless the specifieation or description contains ox is followed by words reading that no like, equi�alent, or "or-equal" itern ar no subsfiitution is permitted, other items of material or equipmenf af otk�er Suppliers may be submitted to City for review under the circumstanc�s described below. "Or-Equal " Items: If in City's sole discretion an item of mat�rial or equipment praposed by Contractor is functionallp equal to that named and sufficiently similar so ihat no change in relat�d Work will be required, it may be cansidered by Gity as an "or-equal" item, in which c�se xeview and approva� of the praposed item may, in City's sole discretion, be accomplished without cornpliance with some ar all of the requirements far approval of proposed substitute items, For the purposes of t�is Paragraph 6.OS,A. I, a praposed item o�material or equipment will be considered functionaIly equal to an it�m sa natn.ed i£ a. the Cifiy de�ermines that: 1) it is at least equal in maierials of construciion, quality, durabiIity, appearance, strength, and design characteristic�; CITX OF FOIZT WORTH STANDARD COTrlSTRUCTION 5PECIFICATION DOCUMEI�TS Re�ision: Mareh 9, 2D20 ao �a oa - � GENERAL CONDItIONS Page 22 of 63 2) it will reliably perform at least equally v�ell the £unctian and achieve the results iTx�posed by the design concept a�the completed Project as a functioning vwhole; and 3) it has a proven record of perfarmance and avazlability of responsive service; and b. Contractar certifies that, if approved and incorporated ixrto the Work: 1� there will be no iz�crease in cost ta the City ar increase in Coniract Time; and 2) it will eonform suhstantially to the detailed requirements of the item naxned in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not quali�y as an "or-equal" item under Paragraph b.O5.A.1, it may be submitted as a proposed substitute iter�. h. Contractor shall submit sufficient information as pxovided below to allow City to determine if the item of ma#erial or equipment propos�d is essentially equivalent to that named and an acceptable substiiute therefor. Requests for review of proposed substitute items of xnaterial or equjpment will not be accepted by Ciiy from anyone oth�r than Contractor. c. Contractor shall make written application to City f�r re�iew of a proposed substitute i#em of material or equipment that Contractor seeks to furnish or use. The agplication shall comply with �ection O1 25 00 and: 1) sha11 certify that the proposed substitute item will: a) perform adequat�ly the functians and achieve the results called for by the general design; b) be similar in substance to that sp�cified; c} be suited to the same use as that specified; and 2} will state: a) the extent, if any, to whieh the use of the proposed substitute itenc� will prejudice Contractor's aehievement of final completion on t�zne; b} whether use of the proposed substitute itern in the Work will require a change in any of the Cantract Docurnents (or in the pra�isions of any other dixect contract wi� City for other work an the Project} �o adapt the design to the proposed substitute iiem; CITY OF POItT WQRTH STAND,ARb CONSTI2UCTION SFECIPICATiON DOGUNIENTS Revisian: Much9,2U20 oo�aoo-� GENERAL CONQITIONS Page 23 of 63 c} wheth�r ineorparation or use of the proposed substitute item in connection with the Work is subject io payrnent af a.r�y license fee or royalty; and 3) wi11 identify: a} all variations of the proposed substitute it�m fram that specified; b) available engineering, sales, maintenanee, x•epair, and replacement services; and 4) shall contain an i#emized estimate of all eosts ar credits that will result directly or indirectly fram use of su�h substitute item, ineluding costs of redesign and Damage CIaims of ather contractors affect�d by any resulting change. B. Substitute Constr^uction Methoc�s or Procedures: If a specific means, rnethod, technique, sequence, or procedure af construction is expressly required by the C�ntract Dacunnents, Contractar may furnish or utilize a substitute means, method, technique, sequence, ar procedure of canstructian appraved by City. Contractor shall submit suf�cieni inforrnation to allaw City, in City's sole discretion, to determine that the substi�ute proposed is �quiv�lent to thai expressly called far by the Contract Documents. Cnntractor sha11 make written application io City for review iu� the same rnanner as those provided in Paragraph 6,OS.A.2. C, City's Evaluation: City wi11 be allowed a reasonable tim� within which to evaivate 0ach proposal or s�bmittal made purs�aant to Paragraphs S.OS.A and 6.OS.B. City may require Cnntractox to furnish additional data a6out ihe proposed substitute. City will be the sole judge of aeceptability. No "or-equaI°' or substitute will be ordered, installed or utilized until City's review is complete, which will be evir3enced by a Change Order in the case of a substitute and an accepted Submittal for an ``or-equal." City will ad�ise Coniractor in wriiing of ita determination. D. Special Guaran�ee; Gity may require Cont�ractor tfl furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect ta any substitute, Contractor shall indemnify ar�d hold ha�mless City and anyone di�ectly or indirectly employed by them from and against any and all claims, damages�, losses and expenses (including attorneys fees) arising out af the use ofsu8stituted materials or equipment. E. City's Cost Reimbu��ement: City will record City's cosis in e�aluating a substitute proposed or submitted by Cantractor pursuant to Paragraphs G.05.A.2 and 6.OS.B. Whether ar not City approves a substitute so proposed or subrnitt�d by Contractor, Contractor may be required to reimburse City for evaluating each such propased substiiute. Contractar may also be required to �reimburse City far th� charges for making changes in the Contract Documents (ar in the provisions of any other direct contract with City) resulting from the acceptance o�' each proposed sub�titute. F. Cantractor's Expense: Contractor shall pro�ide a11 data in support of any proposed substitute or "or-equal" at Contractor's expez�se. CITY C}F FORT WORTH STANDARD CONSTRUCTIDN SPECIFICATION �OCUMENTS Revisian: March 9, 2020 UD72Ofl- l GElVERA�. CONnITlo�kS Page 24 of 63 G. City Substitute Reimbursement: Costs (savi�gs or charges) attributable to acceptance of a substitute shall be incorporated to the Coniract by Change Order. H. Time �xtensions: No additional time v�ill be granted for substitutions. 6.05 Cancerning Subcon�ractars, 5upplie�s, and Othe�s A. Contractor shall per�orm with his awn organizatio�., wark of a value not less than 35% of the value embraced on the Contract, unless atherwise approved by the City. B. Contractor shall nat employ any Subeontractar, Supplier, or other individual ar en#ity, whefher initially ar as a replacement, against whom City may have reasonable objection. Contracfior shall not be required to employ any Subcontractor, Snpplier, or other individual or entity to furnish or perforrn any of �he Woxk against who�n Con�rac#or has reasonable objection (e�cluding those acceptable to Ci�ty as indicated in Paragraph 6.Q6.C). C. The City may from tiine ta time require the rxse af certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirem�nts in the Supplementary Conditions. D. Minority Business Ente�prise Co�npltance: It is Ciiy policy ta ensure the full and equitable participation 6y Minority Business Enterprises (MBE) in the procurement of goods ax�.d services on a contractual basis. If the Contract Dacuinents provide for a MBE goal, Contracior is required to comply with the intent afthe City's MBE Ordinance (as amended} by the following: 1. Contractor shall, upon request by City, provide con�plete and accurate i_nfo�nation regarding actuaj work performed by a NIBE on the Contract and payment therefar. 2. Contractor will not make additions, deletions, or substitutions oi accepted MBE withaut written consent of the City. Any unjusiified change or deletion shall be a material bxeach of Contract and may result in debarment in accordance with the pxocedures outlined in the Ordinance. 3, Contractor shall, upon request t�y City, allow an audit andlor examination of any books, r�cards, or files in the possession of the Contractar that will substantiate the actual �vork performed by an MBE. Material misrepresentation of any nature wi�il be grounds far termination of fhe Contract in accordance with Paragxaph 15.02.A. Any such misrepresentation may be grounds far disqua�ification of Cc�ntractar to bid on fixiure contraets with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcantractors, Suppliers, and other indi�iduals or entities perfor�ning or furnishing any of the Work just as Cantractor is responsible for Contxactor's awn acts and omissions. Nathing in th� Contract Dacuments: ClTY O� FDRT WqRTN STANDARD Cf7N5TRUCTIOI�! SPECIFICAT[ON DOCUMENTS Revision: Mamli9, 202D oa �z ao - i GENERAL CONbE71bN5 Page 25 of 63 1. shall create for tile benefit af any such Subcontractor, Supplier, or other individual or entity any coniractual relationship between City amd any such Subcontractor, Supplier or other individual or entity; nar 2. shall create any abligatian on the part of Gity to pay or to see to the payment of any �aneys due any such Subcontractor, Supplier, or other individual or entity e�cept as may otherwise be required by Laws anid Regulations. F. Contractor shail be solely responsible for scheduling and coordinating the Work of Suk�eontra�tor�, Suppliers, and other individuals or entities performing or furnishing any of tlae Work under a direct or indirect contract with C�n.tractor. G, All �ubcontractors, Suppliers, and such oth�r individuals or entities perfarming or furnishing any of the V�1oxk sha11 communicate with City through Contractor. H. A11 Work performed far Contractar by a Subcontractor or Suppliex will be pur�uant to an appropriate agreement be#ween Contractor and tb� �ubcoz�tractor or Supplier which specifical�y binds the Subcontractor ar Supplier to the applicable terms and conditians a� the Contract Documents for the b�nefit of City. 6,07 Wag� Rates A. Duty to pay Prevailing Wage Rates. The Contractar shall comply with all requirements of Chapter 2258, Texas Governrnent Code (as amended), including the �ayment of not Iess than the rates determined by the City Council of the City of Fort Worth to k�e the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Docurnents. B. Penalty for Violcation. A Contractor or any Subcontractor who does not pay the prevai�iz�g wage shall, upon demand made by the City, pay ta the Ciry $60 for each worker employed for each calendar day or part of tkae day that the warker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty sk�ail be retained by the Cit�r ta oifset it� administrative casts, pursuani to Texas Government Code 225$.423. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including � complaint b� a worker, concerning an alleged violatioi� o� 225$.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determinatian, be%re the 31 st day after th� date the City receives the information, as to wI�ether gaod cause exists to baliev� that the violation occurred. The City� shall notify in writing the Contractor or Subca�taractor and any affected worker af its initial determination. Upon tk�e City's detier�nination that there is good cause ta believe the Contractor or Subcontra�tor has violated Chapter 2258, the City shall retain the full amounts claimed by tk�e claimant or claimants as the differ�nce between wages paid and wages due under the prevailing wage rates, such amounts being subtra.cted from successirre progress payments pending a�nal de#ezmination of the violation. CITY OF FORT V�ORT[-I ST�INDARI7CONSTEtIJCT[ON 5P�C11�[L'ATIOI�! DOCUMENT'S Aevision: Mar�ti9,2020 ao �z aa - i G�NERAL CONDITIONS Page 26 of 63 D. Arbitraiion Requ�red if Violation Not Resolved. An issuc relating to an alleged violation of Section 2258.023, Texas Government Code, including a pen.alty owed to the Cit}� or an affected worker, shall be submitted to binding arbitration in accordance with the Texas G�naral Arbiiration Act (Article 224 et seq., Revised Statutes) if the Contractar or Subcontractor and aray affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial deternunation pursuant to Paragraph C above. If the persons required to arbitrate under this section do nat agre� on an arbitrator before the 1 lth day after ihe date that arbitration is required, a district court shall appoint an arbitrator Qn the petition of any of the persons. The City is not a party in fhe arbitration. The decision and award of the arbitrator is �'ma1 and binding on all parties and may be enforced in any court of competent jurisdiction. E, Reco�ds to be Maintained. TI�e Contractor and each Subcon.t�cactor shalI, for a period of three (3) years following the date of acceptance of #he work, maintain records that show (i) #he name and occupation of each worker employed by the Contractor in #he construction of the Work provid�d for in this Contract; and (ii} �he actual per diem wages paid to each worker. The records shall be open at aIl reasonable h�aurs for inspection by the City. The provzsions of Paragraph 6.23, Right ta Audit, shall p�rtain io this inspectian. F. Progress Pay�ments. With eaeh progress payment or payroll period, whichever is Iess, the Contractor shall submit an affidavit stating that the Contxactar has complied with the requirements af Chapter 2258, T�xas Government Code. G. Pasting of Wage Rates. The Contractor sk�all post pr�vailing �vage rates in a conspicuous place at all times. H. Subcont�actor Complianee. 'T�e Contractor shall include in its subcontracts andlor shall otherwise xequire all of its Subcontractors to comply with Paragraphs A through G above. G.0$ Patent Fees artd Royalties A. Contractor shall pay all license fees and rayatt�es and assume all costs incicient to #he use in the per�ormance of the Work or the incoiporation in the Work �f any invention, design, process, praduct, or device which is the subject af patent rights or copyright� held by others. Tf a particular inventian, design, process, praduct, or d�viee is specified in the Contract Documents for use in th� performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or capyrights calling for the payment of any license fee or royalty to athers, the existence of such rights shall be disclosed by City in the Contraet Dacuments. Failure of the City to disclose such infarmation does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to a�iers. B. To the fudlest ext�nt pe�nzitt,ed liy Larvs and Regulations, Contj-c�ctor shall inc�enanify and hold ha�naless Gity, from and against all claims, costs, losses, and danzc�ges (ineduding but not limited to all fees ana� cl�arges of engineers, architects, atto�-neys, and other professionals and aIl cou�t or arbitratian ar other dispute resoiution costs} arisirtg out of a� relcrtfng io arry infringement of patent �ights or copyt�ight� incident to the use in the performance of the YVo�k or resulting from CITY OF FORT WOR�'I�I STANDARD CONS'iRUCTION 5PECIFICATION DOCUN�NTS Revision: March 9, 2020 oo-r2oa-� GENERAL CONbITIONS Page 27 of 63 the incoYporatia�t in the Wo�k of any invention, design, pr�ocess, product, or device not specified zn the Contract Documents. 6.09 Permats and Utilities A. Contt�actor obtained permits and licenses. Contractor shall obtain and pay for aIl canstruction pernvits and licenses except those pro�rided for in the Supplementary Conditions or Cantract Dacuments. Ciiy shall assist Contractor, when necessary, iz� obtaining such permits and licenses. Contractflr sh�Il pay all governmental charges and inspection fees necessary for the prosecution of the Wflrk which are applicable at the time of opaning of Bids, ar, if there are no Bids, on the Effective Date of the Agreement, except for permits pro�ided by the City as specifed in 6.09.B. City shall pay all chargas of utiliiy owners for eonnections for pro�+iding perrnanent service ta the �ork. B. City obtained perrrtits and licenses. City will obtain and pay for a11 permits and licenses as provided for in the Supplementary Conditians or Cantract Documents. It will be the Contractor's responsibility to carry out tl�e pro�isions of the parmit. If fihe Can�racior initiates chauges to the Contract and the City approves ihe changes, the Cantractor is responsibl� for obtaining clearances and coordinaiing with the appropriate regulatory ag�ncy, The City wiil not reirnburse the Contractor for any cost associated with these requ�ements af any City acquired permit. The followang a�re permits the City will obtain if required; 1. Te�as Department of Transportafion Permits 2. U. S. Arzny Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Qutstanding permits anc� licenses. The City anticipates acquisition of andlor ace�ss to permits and licenses. Any outstanding permits and Iicenses are anticipated to be acquired in aceordance with the sck�edule set forth in the Supplementary Conditions. The Praject Schedule submitted by the Contracior in accordance with the Cantract Documents must consider any outstanding pez�its and licenses. 6.10 Laws and Regulations A. Contractor sk�al.l give all notices required by and shall comply with alI Laws and Regulations appli�able to ihe perfortn�nce of the Work. Except where otherwise expressly required by applicabl� Lavvs and Regulations, the City shall not be responsible for manitoring Contractar's cornpliance with any Laws or Regulations, B. If Contractor performs any Work knowing or having reason to know that it is contrary ta Laws ox R�gulations, Contractor shall bear all cla:ims, casts, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and ather professionals and all CITY OF FORT WORTI-I STANDAI� CONSTRUCTION SPECIF'ICATION DOCUMENTS Revisiois: Ma�h4,2620 00 �2 ao - � G�NERAL CONDIilOiVS Page 28 of 63 court or arbitration or oiher dispute resolution costs) arising out of or relating ta such Work. However, it shall nat be Contractor's responsibility ta make certain that the Specifications and Drawings are in accordance �rith Laws and Regulations, but this shall not relieve Cantractor of Contractor' � obligations under Parag�raph 3.02, C. Changes in Laws ar Regulatians not known at ti�e tame af opening of Bids having an effect on the cost or time of perfonnance af the Work may be the subject of an adjustmcnt in Contract Pxice or Cont�act Time. �.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Ta� Code, Subchapter H, Sections 1 S 1.301-335 (as amended), the Cantractor may purchase, rent or lease all materials, supplies and eq�ipment used ar co�umed in the performance af tlus contract by issuing to his supplier an exemption certificate in lieu of �ie t�, said exem��ian certificate io comply with State Comptroller's Ruling .007. Any such exemption ceztificate issued to the Cantractor in lieu of the ta�c shall be subject to and shall compiy vvif.h the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas T� Code, Subchapter H. B. Texas Ta:� permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. nl��i..� �' Iti `�I .� ..� �C.. .IllVi LL: � 'lll�� �' �}r11� .lYLI1�f 6.12 Use af Site and Other Areas A. Limitation on Use of Site dnd Other Areas: Contractor shall conf�ne construction equipment, the stnrage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Re�ations, azad shall not unreasanably encumber the Site az�d other areas with consiruction equipment or other materials or equipment. Cont�actar shall assuma fuli responsibility �ar ariy damage to any such land ar axea, or to the owner ar occupant thereof, or of any adjacent la�nd or areas resuiting fram the performance of the Work. 2. At any time when, in the judgnaent of the City, ihe Coniractor has abstructed or closed or is carry�ng on operafiians in a portion of a s#reet, right-of way, or easement greater than is necessary for proper execution of th section on which operations are in area of the Site. e Work, the City may require the Contractor to fmish the pragress before work is cammenced on any addi#ional Cl'I'Y OF FD�tT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMEI�ITS Revisian: M�h9,2020 0072Op-1 GENERAL CONaITI0N5 Pags 24 of b3 3. Shauid any Damage Claim be made by az�y such owner ar occupant because of the performance of the Work, Contractior shall promptly attempt to r�solve the Damage Claim. 4. Pursuant ta Parag�aph 6.21, Contractor shall indemn� and hold ha�mless Crty, frorn ancl agairtst all claims, costs, losses, and darYcages arising out of or relati�g to any claim or action, legal or equitable, br�o�ght by any such owner or occupant against City, B. Removal of DebYis Dur�ing Performance af the YVork: During the progxess of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbis�, �nd other debris. Remo�al and disposal of' such waste materials, rubbish, and other debris shalI conform ta applicable Laws and Regulations. G Site IVlaintenance Cleaning: 24 haurs after writfen notice is gi�en to the Contractor that the clean-up on the job site is proeeeding in a manner unsatisfactory to th� City, if the Contractor fails to correct �ha unsati�factory procedure, the City may take such diarect action as the City deerns appropriate to correct the clean-up deficiencies cited to the Gontractar in the written natice (by letter or electronic communication}, and the costs of such direct action, plus 25 % of such casts, sha11 be deducted from #he monie� due or to becorne due to the Contraetor. D. Final Site Cleaning.• Prior to Final Acceptance of the Wark Contractor shall clean th� Site and the Work and make it ready fox utilization by City or adjacent property awner. At the completion o� the Work Contractor shall remove :Fxom the Site all tools, appliances, construction equipment and machinery, and suarplus materials and shall restore to original condition or better alI property disturbed by the Work. E. Laading 5tructures: Contraetor sha11 not Iaad nor permit any part qf any structure to be loaded in any manner that will endanger the strueture, nor shall Cantractor subject any part of the Work or adjacent properly to stresses or pressures that vvill ez�danger it. b.13 Record Dacuments A. Contractor shall maintain in a safe place at the 5ite or in. a place designated by the Contractor and appraved by the City, one (1) record copy of all Drawings, S�7�Cl�1C�tI0I]5, Addenda, Change Orders, Field Orders, az�d written interpretations and clarifications in good order and anuotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of aIl accepted Submittals will be available to City for referenc�. Upon completian of tk�e Work, these record documents, az�y operation and maintenance manuaIs, and Submittais will be delivered to City prior to Final Inspection. Contractor shall include accurat� lacations for buried a:nd imbedded items. 6.14 S�,fety and Pr�otection A. Contractor shall be solely responsible for initaating, maint�ining and supervising aIl safety precautions and �rograms in cannectzon with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the perfoxmance of �thair work, nor for compliance with applicable safety Laws and Regula#ions. Cont��actor shall CITY OI' FOI�T WORTH STANIlARD CONSTRUCT[ON SPECIFICA7'IQN DOCUM�AI"I'S Etevisipn: Ma�h9,2620 ao�2oo-i GENERAI. CONQIT{ONS Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, in�jury or loss ta: 1. all persons on the Site or who may be affected by the Work; 2. all fhe Work anc� materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3, other property at the Site or adjacent thereto, including trees, shrubs, lawns, vvalks, pavements, roadways, structures, utilities, and Underground Facilities not designated for remowal, relocation, or replacement in the course af eonstruction. B. Contractor sha.11 camply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property fram damage, injury, or �oss, and shall erect �nd maintain all necessazy safeguards for such safety and pratection. Contractor shajl notify owners of adjacent property and Qf iJnderground Facilities and other utility owners when p�asecution of the Work may affect them, and shall cooperate with thern in the protection, removal, relocatio�, and replacement of t�eir propexty. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Con�ractor shall inform City of the specific requirements a� Cantractor's safety prngram, if any, with which City's employees and representatives must comply while at the Site. E. All dama.ge, injury, or loss to any praperty referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in wk�ole or in part, by Contractor, any Subcontractor, Supplier, or any other individual ar entity directly or indirectly emploqed by any of them to perforrn any of th� Work, or anyone for whose acts any of them rnay be liable, shall be remedied by Contractor. F, Contractar's duties a.nd responsibilities for safety and for protectian of the Work shall cantinue until such tirne a� all the Work is cornpleted anc� City has accepted the Woxk. 6.15 Safety Represeniative Contractor shall inform City in writing of Contractor's designated safety representaiive at the 5ite. 6.I6 Hazapd Communication Pro�ams Contractar shall be responsible for coc�rdinating any exchange of material safety data sheets or other hazard communication infarmation required to be made available to or exchanged between or among employers in accordance vvith Laws or Regulations. 6.1'1 Ernergeneies andlor Rectification A. In emergencies affecting the safety or pratection of persons or the Work or pxaperty at the Site or adjacen# thereta, Contractor is obligated to act to preven� threatened damage, injury, ar loss. Contractor shall give City pxompt �c�vritten notice if Contractar believes that any significant CITY OF FORT WOR'1'H 5TAIdi)1lFtDCONSTRIJCTIflN SPECIFICATION DOCUNI�N'I'S Revision: Marcli 9, 202U oo�aoa-� GENERAL CDNDITIQNS Page 31 of 63 changes in the Work or variations from the Contract Documents have been causetl thereby or are required as a result ther�of If City determines that a change in the Contract Documents is required because o�the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contraetor �ail to re�pond to a request fram the City to rectify any disci•epancies, omissions, ar correction necessary to confarnn with the requirements of �he Contract Documents, the City 5ha1� give the Contz�actor written notice that such work or changes are to be perfa;rnned. The written notice shall direci attention to the discrepant conditian and request the Contractor to take remediai action to correct the cc�ndition. In the event the Cantrractor does not take positive steps to fulfill this written request, ar do�s not show just cause for not taking the proper action, within 24 hours, the City rnay take such xernedial action with Ciiy forces or by contract. The City shall deduct an amount equal ta the entire eosts for suc� remedial aciion, plus 25%, frozxi any funds due or become due the Contractar on the Project. 6.18 Subnzittals A. Contractor shall submit required 5u�mitta�s to City for review and acceptan�ce in accordanea with the accepted Schedule o� Submittals (as required by Paxagraph 2.�7). Each submittal will be identif'ied as City may require. 1, Submi� number of copies specified in the General Requirements. 2. Data shown on the Submittals will be eomplete wifih respect to quantities, dimensians, specified performance and design criteria, materials, and similar data fio show City the services, matarials, and equipment Contractor propos�s to pravide and to enable City to review the information far the limited purposes required by Paragraph 5.18.C. 3. Submittals submitted as herein provided by Cantractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Con#ract Documents unless otherwise required by Ci�ty. 4. When Submittals axe suk�mitted for the purpose o� showing the instaIlation in greater detail, their review shall not exeuse Cantractor from requirements shown on ihe Drawings and Specifications. 5. For-Information-Only submittals upon �vhich the Ciiy is not expected to canduct review or take responsive actian may be so identified in the Contract Docu�nents. 6. Submit xequired number of 5amples specified in ihe Specif cations, 7. Clearly identify each Sample as to material, Supplier, p�rtinent data such as catalog numbers, the use for which intended and other data as City rnay require to enable City to review the submittal for the lunitec2 purposes required by Paragraph 6.1$.C. CITY DF FORT WORT'H STANDAIi17GOAISTRUCT]�N SAECIFTCATION DOCUMENTS Re�ision: M�cdi9,2Q7A no�2oa-j GEN�RAL CQNdITIONS Page 32 of 63 B. Wher� a 5ubmittal is required by the CQntraet Documents or the �chedule of Submittals, any related Wark perFormec� prior io City's review and acceptance of the pertinent submittal will be at the sole expense and responsibiliry of Contractor. C. City's Review: 1. City will provide tirnaly review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance wi11 be onjy to c�etermine if the items cavered by the subrnittals will, after installation or incarporation in the Work, confomn to the information given in the Contract Documents and be compatible wiih ihe design concept of the campleted Project as a funetioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or pracedures of canstruction (except where a particular means, method, technique, sequence, or proced.ure of construction is speeifically and expressly calle�l for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptanae of a sepaxate itern as such will not indicate apprpval af the assembly in which the item functions. 3. City's review and acceptance shall not reliev� Contractor from responsibility for any variation from the requirernents of the Contract Documents �uiless Contracfior has complied with the requirements of Sectian d1 33 00 and Ciiy has givez� written acceptance of each such va�rxation by specific written notat�on thereof ineorporated in or accompanying the Submittal. City's review and accep#ance shall not relieve Contractor from responsibility fvr comply�ing with the requirements of the Contract Documents. 6.19 Continuing the Wark Except as otherwise provided, Contractor shall carry on the Work and adhere to the Yraject Schedule during all disputes or disagreem�ents with City. Nv 'Work shall be delayed or postponed pending resolution of atxy disputes or disagreements, except as City and Contractor m.ay otherwise agree in r�+riting. f.20 Contractor's Ge�aeral Warpaniy and Guarantee A. Canfiraetor �nvarrants and guarantees ta City that all Work will be in accordance with the Contrac� Documents and will nat be defective. City and its officers, directors, members, partt�ers, employees, agents, consultants, and subeontractors sha11 be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor°s warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, rnodificatian, or improper maintenance or operation by persons other than Contractor, �ubc�ntractors, Suppliers, or any other individual or entity for wham Contractor is responsible; or CITY QF FOR'I' WORTH STANDARDCONSTRUC'1'ION SPECTFICRTIDN DQCUNIENTS Revision: M�h 9, Z0�0 aa 7z ao - � GENERAL CONDITIONS Page 33 nf 63 2. normal wear and tear under norrnal usage. C. Contractor's obligation tn pez�forrn and complete the Work in ac�ordance with the Contract Docun�ents shaJl be absolute. None of the following will constitute an acceptanc� af Wnrk that is rnot in aceardance with the Cantract Docuaments or a release of Contractar's abligation ta perform the Work in accazdance with the Cantract Doeuments: 1. abservations by City; 2, recommendation or payment by City of any progr�ss or fmai paym�nt; the issuance of a certificate af Fina1 Acceptance by City or any payz�rient related thereto by City; 4. use or accupancy of f.he Work ar any part �Iiereof by City; S. any review azld acceptance of a Submittal by City, 6. any inspection, test, ar approval by others; or 7, any correction of defective Work by City. D. The Confiractor shall remedy any defects ar da�x�ages in the Work and pay far an.y damage to other work or property resulfang therefrom �vhich shall appear witl�in a period of trvo {2) years from th� date of Final Acceptance of the Work unless a longer period is specified and shall furnis� a good and sufficient maintenance band, ca�nplying wiih the requirements of Article 5,02.B. The City will give notice of observed defects with reasanab�e promptness. 6.21 Indemnificatian A. Contractor covenants anci agrees to indemnify, hold harmIess and defend, at its awn expense, the City, its of�icers, sea-vants and employees, from and against any and all elaims arising out of, or alle�ed to arise aut of, the woark and services ta be performed by the �on#ractor, its officers, agents, employees, subcontractors, licenses ar invitees under this Cantract. THIS INDENIIVIFICATION PROVISION I� PECIFICALLY I1�1'I'Eli�DED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED IN WHOLE QR IN PART. BY ANY AGT. OMISSIQN OR NEGLIGENCE OF THE CITY. This indemniiy provision is intended to include, without limitatian, i�demnity for costs, expenses and legal fees incurred hy the City in defending against such claims and causes of actions. B. Cantractor covenants and ag�rces to indemnify and hald harmIess, at its own expense, the City, 'rt� aff cers, servants and employees, from and against any and all lnss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to t�e perfarmed b� the Contractor, i�s of�cers, agents, employees, subenntractors, licensees or invitees under this Contract. THIS II�DEMNIFICATION PROVISION YS CITY OF FORT WORTH STAN➢ARD CONSTRUCTION SPECIFICATIQN DOGUN[ENTS Revision: Nftuch9,2020 00 72 DO - 1 GENERAL CONDITIONS Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFEC'I'iVE EVEN IF 1T IS ALLEGED OR PROVEN THAT ALL OR SOME OF TAE DAM�GES BEII�jG SOUGHT WERE CAUSED. IN WHOLE OR IN PART, BY A1�1Y ACT, ONIISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contrac�or will not be required #o provide professional design ser'vices unless such ser�ices are specifically required by the Contract Documen�s for a portion of the Woxk ar unless such services are required to carry out Contract�r's respansibilities for construction means, methods, teck�rz.iques, sequences and pracedures. B. If profes�ional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by tJ�e Contract Documents, City vvill specify aIl pexformance and design criteria that such services must satisfy. Contractor shall cause such services or certificatioz�s to be pro�ided by a properly licensed professional, whase signature and seal shall appear on a.11 drawin.gs, calculations, specifications, certifications, and Submittals prepared by such prafessional. Submittals related to the Work designed or certified by such professipnal, if prepared by others, shall bear such professional's written approval when subrnitted to City. C. City shall be entitled to rely upan the adequacy, accuracy and campieteness of the sezvices, certifcations or ap�rovals perforrned by such design professionals, pxovided City has specified to Contractor performance and design criteria that such sezvices must satisfy. D. Pcu�suant to this Paragraph 6.22, City's review and acceptan.ce af design calculations and design drawings will be only for the Iimited purpase of checking for conformanee with perfarmance and design criteria given and the design concept expressed in the Contract Documents. City's re�iew and acCeptance of Submittals (except design calculations and design drawings) will be only far tha purpose stated in Paragraph 6.1$.C. 6.23 Right to Audit A. The Contractor agrees #hat the Ciiy shajl, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Cantractor involving transactions xelating to this Contract. Contractor agrees that tUe City shall have access during Regular Working Hours to all necessary Contrac#ar faciliti�s and shall be provided adequate and appropriate work space in order to conduct audits in compl.iance vvith the provisions of this Paragraph. The City shal] give Contrac�or reasonable advance notice of intended audits. B. C�ntractor further agrees to includ� in aIl its subcontracts hereunder a provision to the eifeci that ihe subcontractar agrees ihat the City shall, until the expiration of three (3) ye�s after final payment under this Contract, have access to and the right to examine and photocopy any di.rectly pertinent books, docurnents, papers, and xecords of such Subcontractor, invalving transactions to the subcontract, and furthex, that City shall have access during Regular Working Hou�rs to all CI'1'X OF FORT WORTH 5TAN17.4RDCONSTRUCTION SPECIF{CATION DOC[JMENTS Retrision; Mam,h9,202D oo�aoo-i G�NERAL CONdI7�ONS Page 35 of 63 Subcontractor facili�ies, and shall be provided adequate and appropriate work space in order to conduct audifis in compliance �vith the pravisions af t}us Paragraph. The City shall give Subcontracior reasonable advaz�ce notice of intended audits. C. Cnntractor and Subcontractoz �gree to phoiocopy such docurz�ents as may be requested by tlie City. The City agrees io reimburse Contracta� �ox the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as �f the time copying is performed. 6.24 Nona'iscrimination A. The City is responsible fox operating Public Transportaiion Pragrams and implementing transit- related projects, which are funded in part with Federal fmancial assistance awarded by the U.S, Department of Transportation and the Federal Transit Administration (FTA}, withaut discriminating against any per�on in the United States on the ba�is of race, color, ox national origin. B. �itle F�1, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplernentary Conditions for any project recei�ing Federal assistance. ARTICLE '� -- OTHER WORK AT THE SITE 7.01 Rel,�ated Wo�k at Site A. City may perform other work related ta the Project ai the Site with City's employees, ox other City contractors, ar through other direct contracis therefar, or have athex work performed by utiliiy owners, If such other �ark is not noted in the Cont�act Dacuzzaents, then written notice thereof will b� given ta Contractor prior to starting any such ofiher work; and B. Contractor sha11 afford each other contractor who is a party tn such a direcf contract, each utility ownex, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, pravide a reasonable opportuniiy for the introducti�n and storage of materials and equipment and the execution of such other work, and properly coordinate the VVork with theirs. Con�ractot shaIl do alI cutting, iitting, and patching of the Work that ma�r be required to pxoperly cnnnect or oiherwise make its several parts come together and properly integrate with such other work. Cantractor shall nat endangex any work of others by cutting, excavating, ar otherwxse altering such work; provided, however, that Contractor may cut ox alter others' woxk with the written cons�nt of City and the others whose work will be affected. C. If tbe praper execution or resultis of any pa�t of Contractor's Work depends upon work performed by others under this Artic�e 7, Contractor shall inspect sueh other work and promptly report io City in writing any delays, d�fects, ar deficiencies in such other vvork that render it unavailable or unsuitabie for the praper execution and results of Contractor's Work. Contractor'� failure to so report will con�titute an acceptance of such otk�er work as f t and praper for i�tegration with Contraet�r's Wark �xcept far latent defec�s in the work provided by others. CITY OF FORT WOItTH STANDARD COI�lSTRUC'T[Ot�f SP�CIFiCATION DOCUIviEN'TS Revision: Marcli 9, 2Q20 oa �� oa - � GENERAL CONDiTIOIVS Page 36 of G3 7.02 Coordinatian A. If City infiends to contract with others for the performance a� other worf� an the Project at the 5ite; ihe faliowing will be set farth in Supplernentary Conditions: 1. the individual or entity who will have autharity and responsibility for coordination of the activities among the variaus contractors will be identified; 2, the specific matters to he covered by such aufhority and responsibility will be itemized; and 3. the e�tent of such authority and responsit�ilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority fox such coordination. ARTICLE S — CITY'S RESPONSIBILITIES $.QI Corrimunications to Cont�actor Exce�i as otherwise ptavided in th� Supplementary Conditions, City �hall issue all communications to Ca�iractor. 8.D2 Fu�n�sh Data City shall timely furnish the data required under the Cantract Documents. 8.03 Pc� i�hen Due City shall make payments to Contractor in accordance vc+�ith Article 14. $.04 Lands and Ease�nents; �eports and �'ests City's duties wifiii respect ta providing larids and easements and providing engineering surveys to establish reference point� a.re set farth in Paragraphs 4.Q1 and 4A5. Paragraph 4,02 refers to City's identifying and making available to Contractar copies of reports of �xplorations and tesfis of subsurface conditinns and drawings of physical canditions relating to existing surface ar suhsi.�rface structures at or contiguous to the Site that have been utilized by City in pr�paring the Contract Documents. S.OS Change Order,� City sha11 execute Change Orders in accordance with Paz�ag�aph 10.03. 8.�6 Inspections, Tests, and Approvals City's responsibility with respect to certain insp�ctians, tesis, and approvals is set forth in Paragraph 13.43. ci� oF Fa�T woRTH STANDAADCONS'iRUCTI(lN Si'ECIPICATIQN DOCU1Vi�NTS Revision: Mai�fi 9, 2U20 DO7200-1 GENERAL CONDITIONS Page 37 oi63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, ar ha�e control ox authority over, nor be responsible fox, Contractor's means, methads, techniques, sequences, or pracedures of construction, or the safety pracautions and prngrazms inciden� thereto, or far any failuxe of Contractor to comply with Laws and Regulations applicable to th� performazace af �he Work. City will nat be responsible for Cantractor's failure to perforrn the Work in accardanee with the Contract Documents. B. City wiil notify the Contractor of applicable saf�ty plans pursuant to Paragraph 5.14. 8.08 Undisclosed Haza�dous Envipanmenial Condition City's responsibiliry with respect to an undisclosed Hazardous Enuironmental Condition is set �orth in Paragraph 4.06, $.09 Corrapliance with Safety Prog�am While at the Site, City's emplayees and representati�es shall comply with tk�e specific applicable requirements af Contractor's safety programs of which Ciry has been infortned pursuant tn Paragraph 6,1 �. ARTICLE 9— CITY'S OB�ERVATION STATUS DURiNG CONSTRi1CTION 9.01 Caty'sProjectManager City uvill provzde one or more Project Manage�•(s) during the construction periad. The duties and responsibilities and tne Iimitatians of authority of City's Projec.t Marnager during canstruction ar� set farth in the Contraet Documenis, The City's Project Man.ager for this Contract is identrfied in t�e Supplementary Conditions. 9.02 Visits to Site A. City's Praject Manager will make visits to fhe �ite at intervals ap�ropriate to the vaxious stages of construction as City deems neces�ary in order to observe the pxogress ihat has been made and the quality af �e various aspects of Contractor's executed Work. Based on infoz�x�.ation abtained during such visits and abserva#ions, City's Project Manager will determine, in general, if the Work is proceeding in accordance with the Gan�ract Docurnents. City's Projeet Manager will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's �roject Manager's efforts will be directed ioward providing City a greater degree oi confidence that the completed Work wil� conform generally to the Contract Documents. B. City'S Project Manager's visits and observations are subjeet to alI the limitations on authority and ;responsibiliiy in the Contract Docutnents including those set forth in Paragraph 8.07. CITY OF FURT WORTH STANDARD CONSTItUCT[QN SPECIFICATIDN DOCUMENTS Revision: Marrh 9, 2(71A oa �z oo - i ��n�Ew�� con�orrEONs Page 38 af 63 9.03 Authorized YaNiafions in Work City's Projecfi Manager rnaq authorize minor variations in the Waxk from the r�quirernents of #he Contract Documents which do not in�olve an adjustment in #he Contract Price ar the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as iandicated by the Contract Docurnents. These may be accomplished by a Fielci Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecti�g Defectiue Wark Ci�y will have authority to reject Work which City's Project Manager believes to be de�ective, or will not produce a completed Project that conforms to the Contract Dacuments or that will prejudice the integrity of the design concept of the coznpieted Project as a functioning whole as indicated by the Contract Docume�ts. City wijl have authority to c�nduc� special inspection or testing of the Woxk as provided in Article 13, whether or not the Work is fabricated, installed, ox complet�d, 9.US Determination� far Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager will review with Contractor the preliminary de�ernainataans on such matters before rendering a written racornmendation. City's written decision will be f na1(except as mvdified to reflect changed factual conditions or more aceurate data). 9.06 Decisions on �tequirements of Cont�act Doc�ments and Acceptabiliry of Wo�k A. City will be the i�itial interpreier of the requirements of the Conl�ac�t Dacuments and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's w�ritten deeision on the issue referred will be fin� and binding on the Contractor, subject to the provisions af Paragraph 10.06. ARTICLE 10 — CHANGES TN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract anci withaut natice to any suraty, Gity may, at any time or from time to time, order Extra Work. Upon notiee of such Extra Work, Contractor shall promptly proceed with the Wark involved which will �e performed under the applicable conciitiams a� the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order v,rhich m.ay ar may not precede an order of Extra wark. B. For minar changes af Work not requiring changes to Cantract Time or Contract Price, a Field Order rnay be issued hy the City. CITY OF PaRT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: I�[arch 9,2�20 oa �z oo - � GENERAL CONDITIONS Page 39 af 63 10.02 Unautdaaxized Chcrnges in the Wo�k Contractor sha11 not be entitled to an increase in the Contract Price or an extension af the Con�ract Tirne with respect to any work performed �at is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in ��ragraph 6.17, I 0.03 Execuiion of Change Orc�ers A. City ar�d Contractar shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by Gity pursuant to Para�rapk� 10. D 1.A, (ii) required because of acceptance of defective Work under Paragxaph 13.08 or Ciry's correction of defecti�e Work under Paragrapb 13.09, or (iii) agreed to by the pat�ies; 2. changes in the Contract Price nr Contract Time which are agr��d to bq the parties, including any undisputed sunri or amount of time for Wark actual�y pert'ormed, ].O.Q4 �xtra Wo�k A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment ihereof, and the City insists upon its perfortnance, the Contractor sha11 proceed with the work after rnaking rvritten requ�st for written orders and shall keep accurate accaunt af the actual reasanable cost therea£ Contract Claims regarding Extra Wark shall be made pursuant to Paragraph 10.06. B. The Contractax shall fi.unish the City such installation records of all deviations from the original Contracfi Documenis as may be necessary ta enable the City to prepare for perrraataent recard a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Wark whether or no# ini�iated by a Change Order shal] be a fiull, complete and final payment for all costs Cont�actor incurs as a result or relating ta tk�e change or Extra Wark, wh�ther said costs are known, unknov�m, foreseen or unfQreseen at that �irne, including withaut lirz�tation, any costs for delay, extended overhead, ripple or impact eos�, ar any other effect on chang�d or unchanged work as a result of the change nr E�a Wark. 10.05 Notification to Su�ety If the pravisions of any bond require notice to be giveu to a surety of any change at'fecting the general scope of the Work or the pravisians of the Contract Docurnents (including, but not limited to, Contract �rxc� or Contraet Tirne), the gi�ing of any such notice will be Contractor's responsibility. The amount of each applicable b�nd will be adjusted by the Contractor to xeflect the effect of any such change. C1TY OF FORT WdRTH STANDARD CONSTItUCT]p3V SPECIFICATION DOCUMENTS Revision: Marc}i 9,?A20 OD7200-1 GENERAL CON�ITiONS Page 40 of 63 l 0A6 Cant�act Claims Proce.ss A. City's Decisian Requi�ed: AlI Contract Claims, except thnse waived pursuant to Paragraph 14.09, shall be referred to the City far decision. A decision by City shali be arequired as a condition prec�dent to any exercise by Cantractor of any rights or remedies he may atherwise have under the Contract Documents or by Laws and Regulations in respect of such Conh'act Cla'vns. B. Notiee: l. Written notice staiing the generai nature o� each Contract Claim shall be delivered by the C�ntractor to City �Zo later than 15 days after the start of the event giving rise ther�to. Thc responsibility to substantiate a Contract CIa.im shall rest with #he party making �he Contract Claiann�. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be deli�ered to the City on or befare 45 days from the start of the event giving rise thereto (unless the City allows additional time fox Contractor to submi# additional or more accurate data in support of such Contract Claim). 3. A Contract Claim �or an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.OI . 4. A Contract Claim for an adjustrnent in Contract Time shall be prepared in accordance with the provisians of Paragraph 12A2. 5. Each Contract Clairn shall be accompanied by Cantractar's written statement that the adjustment claimed is the entiure adjustment to which the Contractor believes it is entitled as a result af said event. 6. The City shall submit any response to the Contaactar within 30 days after receip� of the claimant's last submitial (unless Contract allows additional time}. C. City's Action: City will review eaci� Contract Claim and, within 30 days after receipt of the last submitkal of the Cantractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Con�ract Clairr�; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretian, it wauld be inappropriate for the City fio do so. For purposes o� further resoiution of the Contract C1aim, such nntice shall be deemed a denial. c��rY aF roxr woRTx STAI�IDARPCONSTFtL1CT1QN SPECIFICATION DOCUMENTS Revision: Mardi9,2020 QO72DO-1 GENERAL CONDITIONS Page 41 of 63 D. City's written action undex Paragraph lD.Ob.0 will be fnaI and binding, unless City or Contractor invoke the dispute resolution procedure set forth i� Article 16 within 30 days of such action or denial. E. No Cantract Claim for an adjustment in Cantrac� Price or Contract Time wili be valid if not submitted in accordance with this Paragraph 10,Q6. ARTICLE 11— COST OF THE W�RK; ALLOWANCES; UNTT PRICE WORK; PLANS QUANTITY MEASUREMEliiT 11.01 Cost of the YVor�k A. Costs Included: The term Cost of the Work means the suz�a of all cnsis, except those excIuded in Paragraph 11.01.B, necessarily incurred and paid by Con#raetor in the praper per�ornnance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Cont�actor will be only those addi#ional or incre�r�.ez�tal costs required becaus� af the change inthe Work. 5uch costs shall not include any of the costs itemized in Paragxaph 11.01.B, and shall inelude but not be limited to the following items: 1. PayrolI C05t5 for employees in tha direct empIoy af Cont�actor in the perforrnance of the Work under sehadules of job classifications agreed upon by City and Contractor. Such emplayees sha11 include, withaut Iimitation, superintendents, %remen, and other personnel ezxiployed full time on the Work. Payroll costs far employees no# empIayed full time on the Work shall b� apportioned on t.�e basis of their time spent on the Work. Payroll costs 5ha11 include; a. salaries with a 55% markup, or b, sala�ries and wages plus the cost of fringe benefits, which shall include social s�curity contribu�ions, unemployment, excise, and payroll taxes, workers' compensatian, health and r�tirement benefi�s, bonuses, sick lea�e, vacation and holiday pay appiicable ihereto. The expenses of performing Work outside of Re�ular Working Hours, Weekend Working Hours, �r Iegal holidays, shall be included in ih� abflve to t1�e extent authorized by City. 2. Cost of all materials and equipment furriish�d and incorpoxated in the Work, including costs of transportation and stoxage thereof, and Suppliers' field serviees required in connection therewith. 3. Rentals of alI construction equipment and machinery, ar�d the parts thereof whether rent�d from Contractor or athers in accordance with rental agre�ments approved by City, and the costs of transportation, loading, unioading, assembly, disrnantling, and remaval thereof. AlI such costs shall be in accordance with the terms of said rental agreements. The rental a� ar�y such equipment, machinexy, or parts shall cease when the use thereo� is no longer necessary for the Work. CITY OF FURT WORTI� 5TANDARD CONSTRUCTIpN SP6CIF�CATION DOCUNtENTS Revisinn: Mm+�h9,2020 na7zao-� GENERAL C4NAITiONS Page 42 of 63 4. Payments made by Contractar to Subcon�ractors for Worlc performed by Subcontractors. If rec�uired by Ciiy, Contractor shall obtain competitive hids fram s�bcon#xactors acceptahle to City and Contractar and shall deliver such bids to City, who will then detem�ine, which bids, ii any, will be acceptable. If any subcontract parovxdes that the Subcontractor is to be paid an the ba�is of Cost of the Worl� plus a fee, the Subcontractar's Cost of t�.e Wark and fee shall be detezmined in the same manner as Contractor's Cost o� the Work and fee as provided in this Paragraph 11.41. 5. Casts af special consultants (including but not limited to engineers, architects, testing laboratories, surveyoxs, attorneys, and accountants) employed far serviees specifically related to the Work. 6. Supplemental costs including ihe follawing: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connecteci with the Work. b. Cnst, including transportation and ma.intenance, of all materials, suppiies, ec�uipment, machinery, appliances, off'ice, arid temparary facilities at the Site, and hand tools not owned by t�ie workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consurner, use, and otlzer similar taxes related to the Work, and far which Contractor is liabie not co�ered under Paxagraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, an:y Subcantractor, or anyone directly ox indirectly employed by any of them �r for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and reIaied expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by ContractQr in connection with t11e perfarmance of the Wark, provided snch losses and damages have resulted from causes other than the negligence of Contractor, any Subcantractor, or an�one directly or indirectiy employed by any of them or far whose acts any af them may be liable. Such losses shall include settlerr�ents made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of deternaiu�ing Contractor's fee. f. The cost of utilities, fi.�el, and sanitary facilities at the Site. g, Minor expenses such as telegrarns, long distance telephane calls, telephone and communicatxon services at the Site, express and courier services, and similar petty cash itetns in connection with the Work. CITY 0�' FORT WOItTF] STAN�ARDCONS'IRUCT]ON SPECIFICATION DOCUMENTS Revision: M� 9, 2020 oonoo-i GENERAL CONDI�IONS Page 43 of 63 h. The costs of premiums for a.11 bonds and insurance Contractor i� requ�red by the Contr�act Documents to purchase and maintain. B. Co.rts Excluded; The term Cost of the Work shall not include any of the following iterns: 1. Payroll costs and other cornpensatian of Contractor's ofFicers, executives, pxincipals (of partnerships and sale praprietorships), general managers, safety managers, engineers, archit�cts, estimators, attorneys, auditors, accountants, purchasing and contrac�ing agents, expediters, tirnekeepers, clerks, and other personnel emplayed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifcatians referred to in Paragraph 11.O1.A.1 ax specifically covered by Paragraph I 1.O1.A.4, all of which are to be considered adzninistrati�e costs covered by the Cantractor's fee. 2. Expenses of Contractor's principal and branch offices other �ian Cantractox's office at the Site. 3. Any part of Contractor's capital expenses, including i�terest on Contractor's capital employed �ar ihe Work and eharges against Contractor for delinquenf payments. 4. Costs due to the negligence of Contractar, aray ,Subcontractor, ar anyone directiy or indirectly ennplayed by any of them or for whose acts any of them may be liable, including but not limited to, the carrection of defective Work, disposal of materials or equipmen� wrangly supplied, and making good any damage �o praperty. 5. Other overhead or general expense costs af any kind. C. Con�actar's Fee: Whe�i all the Work is perfozmed on the basis of cost-plus, Contractor's fee shall be determined a� set forth in tk�e Agreement. �Jhen the value of any Work covered by a Change Order for an adjusiment in Contract Price is determined on the basis af Cost of the Wark, Contractor's fee shall be determined as set forth in Paragraph 12.O1.C. D. Documentation: Whenever the Cost o�the �ork for any purpose is to be determined pursuant to Paragraphs 11.O1.A and 11.O1.B, Contractor will est�blish and maintain records thereof in accardance with generally accepted accounting practices and submit in a faz� acceptable to City an iiemized cost brea�Cdovvn together with supporting data. 11.02 Ailowances A� S'pecifaed Allowcance: It is undexstood that Cantraetor has included in the Contract Price all allowances so named in t}�e Contract Docurnents and shall cause the Wnrk so covered to be performed for such sums and hy such persons or entiti�s as may be acceptable ta City. B. Pre-bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STAI�DARD CONSTRUCT103�I SPECIFICATION DOCUMENTS Re�ision: Mercli9, 202a 00 �z aa - i GEN�RAL CONDITIONS Page 44 of 63 a the pre-bid allowances include the cost to Contractor of materials and eQuipm�nt r�quzred by the allowances tn be delivered at the Site, and ail applicable taxes; and b. Cantractor's costs for unloading and handling on the Site, labor, installation, overhead, pxofit, and other expenses contemplated fax the px•e-bid allowances ha.ve been included in the allowances, and no demand far additional payment on accaunt of any of the foregoing will be valid. C. Contingency Allovvcance: Coantractor agr�es that a contingency allowance, if any, is for the sole use of City, D. Priox to fu�al payment, an appropriate Change Drdex will be issued to reflect actua] amounts due Contractor on account of VVork cavered by allowances, and the Gontract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Dacurnents provide that all or part of %he Work is �o be Unit Friee Wflrk, initially the Contract Price will be deemed to inelude far all Unit Priee Wark an amouni equal to the sum ofi the urut price for each separately identified itern of Unit Price Wark time� the estimatecE quantity of each item as indicated in the Agreement. B. The cstimated quantities of items Qf Unit Pric� Work are not guaranteed and are solely for the puipose of comparison nf Bids and determir,ing an init�al Contract Price. Deterrrunations af the actual quantities and classifications af Unit Price Work performed Uy Cantractor will be made by Gity subject tn the provisions of Paragraph 9.05. G. Eaeh unit price will be deemed to include an amount cansidered by Contractor to be adequate to cover Contractor's overhead and pro�'rt for each separately identified item. Work descrihed in the Contract Documents, or reasonabl� inferred as required for a functionally complete installation, but not icientified in the listing of unit price items shall be considered ineiciental to unit priee work listed and the cast of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordancc with Paragraph 12.O1 if: 1. the quantity of any item af Unit Price Wark performed by Contraetor differs materially and signaficantly from the estimated quantiry af such item indicated in the Agxeement; and 2. there is no corresponding adjusi�ient with respect to any other item af Work. E. Increased or Decreased Quantities: The City rese�rves the right to arder Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change ihe character of vwork under the Cantract Documents, the altered work will be pazd for at the Contract unit price. CITY OF FORT WORTL-1 STANDARD COI�[STRUCTION SPECIFICATI01+1 DOCUMENTS Revision: h�ardi 9, 2(�0 oo�2oa-� GENERAL CQNaITIQNS Yage 45 nf 63 2. If the changes in quantities or alteratians significantly change the ch.aracter of work, the Contract will be amended by a Change Ord�r. 3. If no unit prices exist, this wili ba consic€ered Extra Work and the Contract �rrill he amended by a Change Order in accordance with Article 12. 4. A significant chaz�ge in the charact�r af work occurs when: a. the chaxacter of work for any Item as altered diffexs materially in kind or nature from that in the Contract or b. a Majar Item of vwork varies by more than 25% fram the original Caz�taract quantity. 5. When the quantiTy af waxk to be done under any Major Item of the Contract is mare than 125% of the ariginal quantity stated in the Contract, then either party to the Contraet may reguest an adjustment ta the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Cantract is less than 75% of the original quantiiy stated in the Contract, then either party to the Contract rnay request an adjustment to the unit price. 11.04 Plans Quantity M�c�s��ement A. Plans quantifiies may or may nat represent the exact quantity of work perforrned or material moved, handled, or placed during the execution of the Contract. The estirnated bid quantities are designated as �'znal payment quantities, unless revised by the go�erning Sectian or this Article. B. �f the quantity rneasured as outlined under "Price and Paynient Procedures" varies by more than 2S% (or as stipulated undar "Price and �ayxnent Procedures" for specific Items) fronn the total estimat�d quantity for an individual Item origina.Ily shown in �the Contract Documents, an adjustment may be made to the quantity of authorized wark done far payment purposes. The party to the Contract requesting the adjustment wi11 provide field measurements and calculations showing the final quantzty for which payment will be made. Payment for revised quantity wi11 be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in desi.gn appro�ed by the City, by Change Order, ar to correct an error, ar to correct aa� error on the plans, the plans quantity will be increased or decreased by the amouz�fi involved in the change, and trie 25°/a variance will apply to the new plans qu�ntity, D. If the total Contract quantity rnultipliad by the unit pxice bid for an individual Item is Iess than $Z50 and the Item is not originaily a plans quantity Item, then the Itenn rnay be paid as a plans quantity Itern if the City aiid Contractor agre� in writing to fix the final quantity as a plans quantity, C1TY OF FOIiT WORTH STANDARD CONSTfiUCT[ON SP�GIF[CAT[QN QOC[IMGNTS Revision: M�t9,2020 oa 72 00 - i ��n�E��. coNoiTiotis Page 46 of b3 E. Fox callout work or non-site specifie Contracts, tha plans quantity measurement requirements are not applicable. ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANG� OF CONTRA.CT TIME 12.01 Change �f Cant�act Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work cavered by a Change Order wil� be determined as follows: 1, where the Work involved is covered by unii prices contained in the Contract Documents, by application of such unit prices #o the quantities of the items involved (subj ect ta the pro�isions of Paragraph 11.03); or 2, where the Vl�ork invol�ed is not cavered by unit prices contained in ihe Contract Documents, by a mutually agreed lump sum or unit price (which map include an allowance for overhead and profit not necessarily in accardance with Paragraph 12.O1.C.2), and shall include the cos# of any secondary impacts that are foreseeable at the time of pricing the cost of Exira Wark; or 3. where the Work invalved is nat co��red by unit prices contained in tl�e Contract Documents and agreer�ent to a lump sum or Uni� price is not reached under Paragraph 12.01,B.2, on the basis of the Cost of the Work (det�rmined as provided in Paragraph 11.01) plus a Contractor's fee far overhead and profit (determined as prtivided in Paragraph 12.O1.C). C. Contractor's Fee: The Contractar's additionai �ee for o�verhead and profit sha11 be detertnined a� follows: 1, a m�tually aceeptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of th� various portions of the Cost nf the Work: a. for costs incurred under Paragraphs I1.Oi.A.1, 11.O1.A.2. and 11.O1.A.3, the Contractar's additional fee shall be 1 S percent except far: 1) renfial fees for Contractor's ovvn equipment using standard rental rates; 2) laonds and insurance; b. far costs incurred under Paragraph 1 LO1.A.4 and 11.O1.A.5, the Contractor's fee shall be five pexcent (5%); 1} where one or more ti�rs of subcontracts are an ihe basis of Cost of �tie Worl� plus a fee and no fixed fee is agreed upan, the intent of Paragraphs 12,O1.C.2.a and 12.O1.C.2.b is that the Subcontractor wha actually performs the Work, at whateuer CITY OF FDR'I' WORTFI STANDARD CONSTRUC'I'IOI�! SFECIFICATIQN DOCUN�NTS Revision: Mardi 9, 202D OD7200- l CENERAL CONDITIONS Page 47 of fi3 tier, will be paid a fee of 15 perc�nt of the costs incurred by such Subcontractor under Faragraphs 11.O1.A.1 and 11.O1.A.2 and that any higher tier Subcontractor and Contractnr will each be paid a fee of five percent (5%) of the amount paid to the next Iower tier Subcontractor, however in no case sha1� the curnulative totaI of fees paid be in excess p�25%n; c. na fee shall be payable on the basis af casts iteznized under Paragraphs 11.01.A.6, and 1I.O1.B; d. the amount of credit to be aIlowed by Contractor to City for ax�.y change which re�ults in a net decrease in cost will be the amount of the actual net decrease in cost plus a deductian in Contractor's fee by an amaurat equal to five percent (5%} of such net decrease. 12.02 Chc�nge of Cont�act Time A. The Contract Tune may only be changed by a Change Order. B. Na extension af the Contracr Time wilI be allowed for Extra Work or %r claimed delay unless the Extra Work conternplated or claimed delay is shown to be on the critical path of the Project Schedule or Coniractor can show b� Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonabl� delayed in the performance or carrxpletion of any part of the Work within the Cantract Time due to delay beyand the control of Contractor, the Contract Time may be extended in an amount equal to the tirz�e lost due to such delay if a Cont�act Claim is made therefor. Delays beyond the cont�ol of C�ntractor shall include, but nat be limited to, acts or neglect by City, acts or neglect of utility owners or other contractar� perforrning other r�rork a� contemplated i�y Article 7, fir�s, floods, epidemics, abnormal weather conditians, or acts of God. Such an adjustment shall be Contrac�or's sole and exclusive remedy for the delays de�scribed in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor far any claims, costs, losses, or damages (including but not limited to all fees and charg�s of engineers, architects, attorne�s, and oth�r professianals and all court or arbitratinn or other dispute resolution costs) sustained by Cantractor on or in connection with aray other project or anticipated project. C, Confiractor sha1l not be entitled to an adjustment in Contract Price or Contract Time for delays within the contral o� Contractor. Delays attrihutable to and within the control of a�ubcontractor or Supplier sha11 be deerned to be delays wiihin the control of Gontract�x. D. The Coniractor shall receive na co�npensation for delays or hindra�ces to the Work, e�cept when direct and unavaidable extra cost to the Contractax is caused by the faiIure of the City to pz•ovide information ar material, if any, vcrhich is to be furnished by the City. CITY OF F�RT WORTH STANDARD CONS`1'RUCTIDN SPECIF]CATIOI�I DOCUMENTS Revision: Mm�ch9,202(} 00 72 DO - 1 G�N�RAL CON�ITIONS Page 48 of 63 ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTYVE WORK 13.01 Notiee of Defects Noiice of aIi defective Work of which City has actual knowledge will be given to Contracior. De%ctive Wark may be r�jected, carrected, or accepted as provided in this Article 13. 13.02 Access to Yl�ork City, independent testing laboratories, and gavernmental agencies with jurisdictional interests w�ll have access to the Sit� and the Work at reasonable times for their observation, inspection, and testing. CQntractor shall provide thenn proper and safe conditions for such access and advise ihem af Contr�ctor's safety procedures and programs so thai they may cornply therewith as applicable. 13.03 �ests and Inspections A. Cantractar shall give City tirnely no�ice of readiness of the Work for all required inspections, tests, or approvals and shall coopexate with inspection and testing personnel to facilitate required inspectians ar tests. B. If Ca�tract Documents, Laws or Regulations o� azty public body having �urisdiction require �ny of the Work (or part �hereo� to be inspected, tested, or approved, Cantractor shall assume full respansibility for arranging and obtaining such independent inspections, tests, retests or appro�als, pay all costs in connectian therewith, and fixrnish City ihe required certificat�s of inspec�ion or approval; exe�pting, however, thase fees speci�ically identified in the Supplementary Conditions or any Texas Departznent af Licensure and Regulatian (TDLR) inspectians, which shall be paid as described in the Supplementary Conditions. C. Contractar shall be responsibie for arranging and obtaining and shall pay all costs in connection with any inspectians, tests, re-tests, or approvals reguired for Gity's accep#ance of material� or equipm�nt to be incarporated in tb.e Wark; or acceptance of materials, mix designs, or equipment su�mitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, r�-tests, or approvals shall be performed by arganizatians acceptable ta City. D. City may arrange for the services of an independent testing laboratory {"Testing Lab") to perFarm any inspections or tests ("Testing") for any part of the Work, as deterniined solely by City. 1. City will cc�ordinate such Testing to the extent possib�e, witl� Contractor; 2. Should any Testing under tl�is Section 13.Q3 D result in a"fail", "dici not pass" or other similar negative result, the Contractor shall be xespansible for paying for any and all retests. Contractor's cancellation withaut cause of City initiated Testing sha�l be deerned a negative result and xequire a retest. CITY OF FQRT WORTH STAIVDARDCOAiSTRUCTION SPECIFICATION bpCi1[v�NT5 Revision: Mard�9,.7A26 ao�zoa-� GENERAL CpNDITIO�IS Page 49 aF63 3. Any amaunts owed far any retest under this Section 13.03 D shatl be paid duectly to the Testing Lab by Contractor. City will foxward aIl invoices for retests to Cantractor. 4. I� Contractor fails to pay the Testing Lab, City will not issua Final Payment until the Testing Lab is paid. E. If an.y Work (nr the work of othersj that is ta be inspected, tested, or approved is covered by Contractor without written concux�rence of City, Cantractar shall, if requested b}� City, uncover such Wark for observation. F. Uncovering Work a� provided in Paragraph 13,03.E s�.all be at Contractor's expanse, G. Contractor shall ha�e tl�e right to make a Contract Claim regarding any r�test or invoice issued under Sectian 13.03 D. 13.04 Ur�covering Work A. If any Wark is covered contrary to the Contract D�cument� or specific in�tructions by the City, it rnust, if requested by Gity, be uncovered For City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covere�i Work be observed by City or inspected or tested b� others, Cantz�actor, at City's request, shall uncovex, expase, or otherwise make available far �1�servation, inspaction, ar tesiing as City rnay require, that partian of the Work in question, furnishing all necessary labor, znaterial, and equipment. If it is found ihat the uncavered Work is defective, Contractor shall pay ai] claims, co�ts, losses, a.nd damages (ineludin� but noi limited ta a1l fees and charges of engineers, arclutects, attorneys, and other professie�nals and all court ar other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, 1115}�eGi10Y1, and testing, and of satisfactory replacement ar reconstruction (includixag but not limited to all costs of r�pair or replacement of work of athers}; or City sk�all be entitled to accept defective Work in accoxdance with Paragraph 13.08 in which casa Contractor shall still be responsible for all cosis associated with exposing, observing, and t�sting the defective Wark. 2. If the unco�ered Work is not �'ound to be defective, Contractor shall be allowed an increase in the Contrac# Price ar an extension of the Contract Tune, or baCh, directly attributa.ble to such uncavering, exposure, abservation, inspection, testing, replaeernent, and reconsf�uction. 13.Q5 Caty May Stop the Work If the Wark is defective, or Contractor fails to su�ply sufFicient skilled workers or suitable nr�aterials or equipment, or fails ta perfozrn the ViWork in such a way that the completed Work will conform to the Contract Documents, City may order Cont�•a�tor to stop the Wark, or any portion thereof, until the cause far such order has been e�iminated; however, this right of City to stnp the Work shall not give rise to any duty on �he part of City to exercise thas right for the benefit of Contractor, any CITY OF FORT WORTH STANI7ARD COidSTRUCTION SPECIP[CATI.OI�i DOCUNIENTS Revision; M�rJt 9, 2(1Qp ao 7z aa - i GEN�.RAL CONQITIpNS Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of �hem. 13.06 Co�rection or Rernoval ofDefective Work A, Pramptly after receipt of written notice; Cantractor shall correct all defective Work pursuant to an acceptable scbedule, whether or not fabricated, installed, ax campleted, or, if the VUork has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all c�aims, costs, additional testing, lnsses, and datnages (including but not limited to all fees and charges of engineers, arclutects, attorneys, and other professionals and a11 court or arbitranon ar other dispute resolution costs) arising aut nf or relating to such correction or removal (including but not limited to all costs of repair or replacement af vvork of others). Failure to require the remQv� of any defecti�e Wor�C shall not cans�itute acceptance af such Wark. B. VVhen correcting c�efective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractar shall take no action �hat wfluld vaid or otherwise impair City's special warranty and guarantee, if any, on said Wark. 13.07 Cor�ection Peraod A. If within two (2) years after the date of Final Acceptance (or such Ionger period of time as may be prescribe$ hy the terms of any applicable special guarantee required b� the Cor�iract Documents), any Work is found ta be defective, or if ihe repair of at�y damages to the land or areas made availab�e far Contractor's use by City or permitted by Laws and Regulatior�s as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and �n accordance with City's written instructions: 1, repair such defective land or areas; �r 2. correct such defective Work; or 3. if the defeciiva Work has been rejected by City, rernov� it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or ather land or areas resulting therefrom. B. If Contractor doe� not pramptly comply with the terms of Ciry's written instrucfions, or in ara emergency �vh�re delay would cause serious risk of loss or damage, City may have the defective Wark eorrected or repaired or may have the rejected Work remaved and replacad. All claims, costs, lasses, and damages (including but not limited to all fees and charges af �ngineers, architects, attorneys, and other professionals and al1 court or other dispute resolution co5ts) arising out of or relating fo such correction or repair or such removal and replacemex�t (including but not limited to all costs of repair or replaeernent of work of others) �vi11 be paid by Contractor. C1TY OF FORT WORTH STANDAI2I] CONS'I'RUCTION SPECIFICAT[03�3 DOCUMENTS Revision: Marcli9,20Z0 00 �a oo - i GENERAL CONDITIONS Page 51 of b3 C. In special circumstances where a particular itetn of equipment is placed in cantinuaus serv'rce before Fiz�a1 Acceptance of all the Work, the carrection period for that item rnay stark to run from an earlier date if so provided in the Contract Documents. D. Where defective Work {and damage �o other Work resulting thereirom) ha� been con•ected or rernoved and replaced under this Paragzaph 13.07, ihe eorrection period hereunder with xespect to such Work may be required to be extended far an additional periad of one year after the end of the iz�itial correction period. City shall pravide 30 days written notice to Contractar should such additional wa�ranty coverage be required. Contraetor may dispute this requirement by filing a Contract Clai�rn�, pursuant to Paragraph I0.06. E. Canh•actor's abligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of t.liis Paxagraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions o� any applicable statute af limitation or repose. 13.0$ Acceptance of Defective Work If, inst�ad of requiuring correction ar removal and replacezaaent of defecti�e Work, City pxefers tp accept it, Cify rnay do sa �ontractor shall pay all claims, costs, los�es, and darnages {including but nat limited to all fees and charge� of engineers, architects, attorneys, and oiher professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination tp aecept such defective Work and fnr the diaminished value af the Work to the extent not other�vise paid by Contraetor. If any such acceptance occurs prior to Final Acceptance, a Change Qrder will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an apprapria#e decrease in tha Cantract Price, reflecting the diminished value of Work so accepted. 13.09 City May Carrect Defective Wark A. If Contractor fails within a reasanable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with �axagraph 13.06.A, ar if Contractar fails to perform the Work in accordanee with the Cantract Doeurnents, or if Contractax fails to comply with any other provisian of the Contract Documents, City may, after seven (7} days written notice to Contractar, correct, or remedy any such deficiei�ey. B. In exercising the rights and remedies under �lus Paragraph 13,09, City shall proceed expaditiously. In cannectian with such corrective or remedial acfiion, City may exclude Contractor fram all or part of the Site, tak� possession of a11 or part of the Work and suspend Contractor's services related tl�ereta, and incorporate in the Work a11 materiais and equipment incorporat�d in the Work, stored at the Site or for which City has paid Contractor but which are stared elsewhere. Contractor shall allow City, City's xepresentatives, agents, consultants, employees, and City's other cantractors, access to the Site to �nable City to exercise the rights and rern�die� under this Paragraph. C. All claims, costs, losses, and damages {including but not limited to all fees and chargas of engineers, archiiec�s, attorneys, and other professionaIs and all coui�t or other dispute resalution Cl'1'Y QF FURT WORTH STANDARD CONSTRCJCTION SPECIFICATION �DC[JMENTS Revision: M�h 9, 2fl2Q 00 �z oa- � GENERAL CONDITIONS Page 52 of 63 costs} incurred nr sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be cl�argeci againsi Contractar, and a Change Order will be issued incorpora�ing the necessary revisior�s in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in t,he Contract Price. D. Contractor shall not be allowed an e�ension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and reme�lies under this Paxagraph 13.a9. ARTICLE 1�-- PAYMENTS TO COl�ITRACTOR AND COMPLETION 14.Q1 Schedule of Values The Schedule of Values for lump sum contracts cstabIished as provided in Paragraph 2.07 will serve as the basis far prragress payments and will be incorporated into a forrn af Application for Payment acceptable to City. Progress payments an aceount of L7nit Price Work will be based on the nun�ber of uni�s completed. 14.02 Progress Payments A. Applieations for Payments: Con�ractor is responsible for proviciing ail infar�natinn as required to become a ven$or of the City. 2. At least 20 day� before the date established in the Generai Requiarements for each progress payment, Cantractor shall submit to City for xeview an Application for Payment filled out and signed by Contractor coverin.g tbe Work completed as of the dafe of the Application azid accompanied by such supporting documen#ation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but deliv�r�d and suitabiy stared at the Site or at another Iocatian agre�d to in w�riting, the Application for Payment sha11 also be accampanied by a bill of sa1e, invoice, or other documentation warranting that Ciiy has received tlie materials and equipment free and clear of ali Liens and evidence that the materials and equipment are eo�ered by apprapriate insurance or ather arrangements to protect City's interest therein, a11 of which must be satisfactory ta City. 4. Beginning with the second Application for Payrr�ent, each AppIication shall include axa affidavit of Contractor siating that previaus pxogress payments rece�ved an account of the Work have been applied on account to discharge Cantractor's legitimate ohligations associated with prior Applications for Payment. 5. The amount of retainage witY� respect to progress payrnen#s wiIl be as stipulated in the Contrac� Documents. CITY OF FORT WORTH STANI]AR�CdNSTRllC7'ION SPECIF[CA'CION DQCUMENTS Revision: Mardt9,202D 00 72 00 - 1 GENERAL CONDITIQNS Page 53 of b3 B. Review of�lpplicataons: 1, City will, afier reeeipt of each Application fpr Payment, either iz�dicate in writing a recommendation of pa�rnent or return the Application fio Cantractor indicating reasons for refusing payment. Tn the latter case, Coniractor rnay make the necessary corrections and resubmit the Application. 2. City's processing o� any payment requested in an �lpplication for Paym�nt will be based an City's observations of the executed Work, and on City's revi�w of the Application fnr Payment and the accompanying data and schedules, that to th� best o� City's knowledge: a. the Wnrk has progressed to the point indicated; b. the qualiry ��the Work is generally in accardance with the Contract Documents (subject to an evaluation of tkie Work as a iunctioning whole prior to or upon Final Acceptance, the results of any subsequent tesis called for in the Contract Docurnents, a final det�rmination af quantities and classifications �ax V4'ork performed under Paragraph 9.Q5, and any other qualifications staied in the recommendation). 3. Processing any such paymeni will not thereby b� deemed to ha�e represented that: a. inspectians made ta check the quality or the quani�ty oi the Work as it has been perfarn�ed have been exhaustive, e�tended to every aspect of th� Wark in progress, or involved detailed inspections of the Work beyond the r�sponsibilities specifically assigneci to City in the Cantract Documents; or b, there may nat be other matters or i�sues between �e parties thai might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Con�ractar, or c. Conhactor has complied with Laws and Regulatians applicable to Gontractor's performanee of the Work. 4. City may refuse to process the whole or any part of any payznent because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise aar revoke any such payment previously rnade, to such exteni as may be necessaty to protect City from loss because: a. the V�ark is defective, or the completed Work has been damaged by the Contractor or his subcontractors, requiring correction or replacement;. b. discrepancies in quantities contained in previous applications far payment; c. the Contract Price has been r�duced by Change Orders; d. City has been required to correct defective Work or cornplete Work in accordance with Paragraph 13.09; or c�Tv or raxT woR� STANDARD CONSTRUCTION SPECIFICAT[ON bOCUMENTS Revision: Marcli 9, 2020 U07200-1 GENERAL CbNb1710NS Page 54 oF63 e. City has actual knowledge of the occuixence of any of ihe events enumerated in Paragraph i5.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (1 Q%}. 2. For contracts greater than $400,000 at the time of execution, retainage shall be five pexcent (5%a). D. �iquidated Damages. For each calendar day that any work shall remain uncompleted after the titne specified in the Contract Documents, the sum per day specified in the Agreement, wiu be deducted fram the monies due the Contractox, not as a penalty, b�tt as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accardance with the Contract Documen#s. F. Reduction in Payment: 1. Ciiy may refuse to make payment of the arnount requested because: a. Liens have been filed in connection with the R�ork, except where Contractor has delivered a specific bond satis�actory to City to secure ihe sati5faction and discharge of such Liens; b. there are ofhex items entitling City to a set-off against the amount recommended; or c. City has actual lcnawledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 1�.02.B.4.e ar Paragraph 15.02.A. 2. If City re�uses to make payment of the aznount requested, Ciiy will give Con�ractar written notice stati_ng the reasons far such action and pay Contracto:r any amount rernaining after deduction af the amount so withheld. City shail pay Contractor the amount so withhe�d, or any adjustment thereto agreed to by City and Contractar, when Cantractor remadies the reasons for such ac�an. 14.D3 Contractor's War�anty af Title Contractor warrants and guarantees that title to all Vb'ork, materials, anci equipment covered by any Application for Payment, whefher incozporated in the Proj ect or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF PORT WORTH STANDAItD CONSTRUCTION SPECIF[CATION DdCUMENTS Revision: 3�ATrcli9, 202D oa�zoo-i GENERA� CONQITIONS Page 55 of 63 14.D4 PaYtial Utilization A. Prior tn Final Acceptance of all the DVork, City may u�e or nccupy any substantially completed part of the Wark which has specifically been identified in ihe Contract Documents, ar which City, determines con�titutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interEerence with Cantractor's performance af the re�ainder of the Work. Ciiy at any time znay natify Cantractor in vvriti�g to permit City ta use ar occupy any such part of the Work which City detertr�r�es to be ready for its intended �ase, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractar considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumearated in Paragraph 14.b5.A.1, Ciiy and Contractor shall make an inspection o�' that part of the Work to determine its status of completion. If Cily does not cansider �hat part of the Work to be subsia.ntially cornplete, City will notify Contractor in writing giving the teasons therefor. 3. Partial U�ilizatian will not constitut� Final Accep�ance by City. 14.Q5 Finallnspection A. Upa� written notice from Contractor �hat the enti.re Work is compl�te in accardance with the Canfi�act Documents, 1. within 10 days, City will schedule a Final Inspection with Confractor. 2. City will natify Contractor in rvriting of all particulars in which this inspectian reveals that the Work is inconaplete or defective. Contractnr sha11 immediately �ake such measures as are necessary to complete such Work or remedy such deficieneies. B. No time charge will be made against the Contractor between said date of notification of the City and tha date of Final Inspection. Should ihe City determine that the Work is not ready far Final Inspec�ion, City will notify the Contractor in writing ofthe reasons and Contract Time will resurne. 14.06 Final Accep�ance Upon campletion by Contractor to City's satisfaction., of any additional Work identif ed in the Final Inspe�#ion, City will issue to Contractar a le�ter of Final Acceptance, c��rY aF �o�T wox�rri STAI�IDARD CONSTRUCTION SPECIC'1CATION DOCUMENTS Revision: Ma�r,h9,202D ao�2oo-i GENERAL CONDiTIdNS Paga 5& of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptanee, and i� the opinion of City, Contractor may make an application for final payment following the procedure for progress payments zn accoxdance witl� Yhe Contract Documents. 2. The final Application for Payment shall be accompanied (except as previousl� deliv�red) by: a. ail docuinentation called far in the Contract Documents, including but nat limited to the evidence of insurance required by Paragraph S.U3; b. consent of the surety, if any, to finai payment; c. a list af all pe�ding ar released Damag� Claims against City thax Cont�actar believes are unsettled; and d. affida�its of payments and complete and legally e�fective releases or waivers (satisfactory to City} a� a11 Lien rights arising out of ar Liens filed in corinection with the Work. B. Payment Becomes Due: 1. After City's acceptat�ce of the Applica�ion for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitied, including but not limited to Iiquidated damages, wil� becorne due and payable. 2. After a11 Damage Clairns have been resolved: a. directly by the Contractor or; b. Con�racior pro�ides evidence �liat the Damage Claim has been reported to C.ontr�etor's insurance provider for reso�ution. 3. The making of the final payment by the City shall nat relieve the Contractar of any guarantees or other requirements of the Contract Docurnents which specifically cantinue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final cornpletion Q� the Work is significantly delayed, and if City so confirms, City may, upon reeeipt of Contractor's final Application for Payment, and without terminating the Contraci, make payment of the balance due for that portion of the Wark fully cornpleted and accepted. If th� remaining balance to be he�d by City %r Work nat fully cornplet�d ar corrected is less than ihe retainage stipulated in Paragraph 14.02.C, and if bonds have been fuzx�ished as required in Paragraph 5 A2, the writien consent of the sureiy to the payment af the ba�ance due for that CITY OF FORT WORTH STAN�ARD CONSTRUCT'ION 5PECIFICATION DOCUMEI�lTS Re�ision; M�h9,2D7A oo�aoo-i GENERAL CO�[b1710N5 Page S7 of 63 portion of ihe Work fully campleted and accepted sk�aIl be submitted by Contractor to Ciiy with the Application for such payment. Such payment sha11 be made under the terms at�d conditions governing final payment, except that it sha11 not cor�stifute a waiver of Contract Claims. B. Partial Retcxinage Release, For a Contract that pravides for a separate vegetative establishment and maintenance, and t�st and performance periods following the completion of all aiher cansi�ction in the Contract Documents for all Work loeations, the City may release a portion of t3�e amoutit retained provided that all other work is completed as determined by the City. Before �lie release, all submittals and final quantities must be campleted and accepted for all other work. An amouni sufficient to ensure Cantract complzance will be retained. 14.a9 YYaiver of Clai�ns The acceptanc� of final pa�ent wiIl constitute a release of the City from all claizx�s or liabilities under tbe Contract for anything done or furnished or relating to the wark under the Contract Documents ar any act or neglect of City related to ox connected with the Contract. ARTICLE 1� — SUSPENSION UF WORK AND TERMINATIOli1 15.D1 City Mcay Suspend Work A. At any time and without cause, City xz�ay suspend the Work or any portion thereaf by written notice to Contractar and which ma� fix ihe date on which Work wiIl be xesumed, Contractor shall xesume the Wark on the date so fixed. During temporary suspension of the Wark covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of constructian equipment andlor cons�ruction crews. B. Should the Contractor not be able to cornplete a porkion of the Project due to causes beyond the control af and vrithout the fault or negligence of the Gontractor, and should if be determined by mutual consent of the Cantractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor zz�ay request an extension in Contract Time, direetly attributable to any such suspension. C. If it should becom� necessary ta suspend the Work for an indefinit� perio�, the Contractor shail store alI materi�ls in �uch a manner that they will not obstruct or irnpede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent darnage ar deterioration of the wark pex�'ormed; he shall provide suitable drainage abaut the work, and erect temporary structures where necessary. D. Confiractor may be reimbursed for the cost of moving his equipment off the jab and returning the neeessary equipment to the job when ii is determined by the City that construction may be resumed. Such reimbursemeni shall be based nn aetual cost to ihe Contractar of mo�ing the equipment and no profit �vill be ailawed. Reimbursement may not be allowed if the equipment is maved to ano�her con�truction project for the City. camv a� Fa�T woxT�j STA,Npl�Rp CON3TRUCTIQI� SPECIPICATION f70CUMENTS Revision: March 9, 2020 aa �z oo - i GENERAL CflNDITIONS Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or moare af the follvwing events by way of e�ample, but not of limitation, may ju.�tify termination for cause; 1. Contractor's pearsistent failure to perform the Work in accoxdance with the Contract Documents (including, but not limited to, failure �a supply sufficient skilled workers or suitab�� materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.�7 as adjusted from tirne to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Divexsity Enterprise Ordinance #20020-12-2011established under Paragraph 6.Q6.D); 2. Co�traetor's disregard of Laws or Regulations of any public Uody ha�ing jurisdiction; 3. Contra�tar's repeated di�regard of the authority of City; or 4. Contractor's violataon in any substantial way of any provisions of the Contract Documents; or 5. Con#.ractor's failure to prornptly� rnake good any defect in materials or workmanship, or defects of any nature, the carrec�ion of whieh has been directed in writing by the City; or 6. 5ubs#antial indication that �he Contractor has made an unautharized assignment of the Contract or any funds due therefrom for the benefit of any cred�tor or for any other purpase; or 7, Substantial evidenee that �.he Contractar has become insolvent ox bankrupt, ar otherwise financiallq unable to carry on the Work satis�actarily; or 8. Contrac�or comrnenc�s legal action in a court of campeient jurisdiction agains� the City. B. If one or more of the events identiiied in Paragraph 15.02A. occur, City wilI provide written notice to Cnntraetor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to pexfarm �lie Wark. Conference shal.l be held not later than 15 days, after receipt of notice. 1. If the C�ty, the Contractor, and the Surety do naf agree to allow the Contraetor ta proceed to perform the consixuction Contract, ihe City may, to the extent permitted by Laws and Regulations, declare a Contractar default and formally terminate the Con�actor's right to eomplete the Confract. Contractor default sha11 not be dec�ared earlier than 20 days after the Con#ractor and Surety have received no�ice of conference to address Cantractor's failure to perfarm the Work. 2. If Contractor's services are terminated, Surary shall be obligated ta take over and perform the Work. Ii Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Sureiy's performance of its CITY OF FORT WDRTI-i STANbARD CONSTRUCTION SPECIPICAT�ON I�OCLl1Vll:t�[TS Revision: Mam]�9,202{l 00 72 OD - 1 GENERAL CO�[DITIONS Page 59 of 63 obligations, then City, withaut process or action at law, may take aver any portion of �lie Work and complete it as described below. a. If City completes the Work, City may e�clud.e Contrac�or and Surety from the site and take possession of the Wor1�, and all materials and equipment inco:rporated into the Wark sto:red at the Site or far which City has paid Contractnr or Surety but which are stored elsewhere, and finish tl�e Work as City may deem expedient. 3. Whethar City or Su�rety campletes the Work, Contractor shall not be entitled to recei�e any furthex payment until the `1Vark is finished. If the uz�.paid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of oar aresulting from completi�z�g the �]Vorl�, such excess will be paid ta Con�ractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor sha11 pay the difference to City. Such claims, costs, losses and daznages incurred by City will be incorporated in a Change Ordar, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lawest price for the Work perfarmed. 4. Neither City, nor any of its arespective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractar ox Surety for ihe method by which the cample�ion of the said Work, ar any portion thereof, may b� accomplished or �ox the price paid therefor. Ciiy, notvvithstandin.g the method used in completing the Contract, shall not forfeit the right ta recover damages from Contractor or Surety fax Contractor's failure to tirnely complete ihe entire Gontract. Contractor shall not be entitled to any claim on accouzxt of the rnethod used by City in compieting the Contract. 6. Maintenance af the Work shall continue to bE Contractar's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantee� provided for under the Connact Documents or any ofher obligatinns otl�earwise prescribed by Iaw. C. Noiwithstax�ding Paragraphs 15.02.B, Contractor's services will nat be terminated if Contractnr begins within seven days of r�ceipt of notice of intent to terminate to correct its failure to perform and proceeds diligentty to cure such failure within no more thax� 30 days of receipt �f said notice. D. Wher� Contractor' S services have been so terminated h� City, the termination wi�l not affect any xights or remedies of City against Contract�r then existing or which may therea$er accrue. Any retention or payment af zz�oneys due Con�ractor by City will no� release Contractor from liability. E. If and to the extent that Cantractor has provided a performance bond under the provisions of Paragraph 5,�2, the terminatian procedures of that bond shall not supersede the pravisions of this Article. CITY OP PORT W OATH STANDARD CONSTRUC'f[ON SPECIFICATION DOCi1Iv1ENTS Revision: M�rcJi 9, 2020 oa 72 oa - � CENERAL CONDITIQNS Page 6D oP 63 15.03 City May Te�minate For Convenience A. Gity may, without cause and without prejudice to any other right ar remedy of City, terminate the Can#ract. Any termination shall be effected by mailing a notice af th� termination to the Contractor specifying the extent to which performazace of Wark under fhe contract is terminated, and �he date upan wlaich such termination becomes effective. Receipt of the notice shall he deemed conclusively presumed and establis�ied tivhen the letter is placed in the United States Postal Service Mail by the City. Further, it shajl be deemed conclusively pxesumed and established that such terminaiion is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice o� termination, and except as otherwise directed by the City, the Contractor shaq: 1. Stop wark under the Contract on the da#e and to the extent specified in the notice of ter��nination; 2. place no further nrders or subcontraets for materials, services or �acilities �xcept as may be necessary for completion of such partian of the Work under the Contract as is nat terminated; 3, terminate all orders and subcontracts to the e�ctent that they relate ta the perf'orr�aance of the Work terininat�d by notice af ternunation; 4. transfer title fo the City and deliver in the manner, at the times, and to the ext�nt, if any, directed by the Ci#y: a. the fabricated or unfabricated parts, Work in pragress, completed Work, supplies and other material produced as a part of, or acquired in connection with �lie performance of, the Work terminated by the notice o�the termination; and b. the completed, ar partially completed plans, drawings, information and other praperry which, if the Contract had been completed, would have been required to b� furnished to �he City. 5. complete pexfarmancE of such Work as sha11 not have been terminated by the no#ice of termination; and 6. take such action as may be neeessaxy, or as the City may direct, for the protection and preservation of the properly related to its contract which is in the possession of the Contractar and in which tf�e owner has or may acquire the rest. C. At a fiime not later than 30 days after the terminatian dat� specifed in the notice of fiernni.natian, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed af, exclusive of items the disposition of vwhich ha� been di_rected or au#borized by City. CITY OF FORT WORTH STAN�ARbCONSTRUCTION 5P�C1F1CAT10N DOCUME�]"I'S Revision: Mardi9,2020 ao �z oa - � GENERAL CQNDITIONS Page b [ of 63 D. Not later than 15 days the�eafter, the City shall accept ti�le to such items provided, ihat the list submitted shall be subjeci to verifieation by the City upon removal of the items or, if the items are stored, within 45 days from the date af submission of the list, and azay necessary adjustmen#s to correct the Iist as subnnitted, shall be made prior to fmal settlement. E. Not later than 60 days after the notice of terzxzination, ilie Contractar shall submit his terminatian claim to the City in the foi7n and with the certification prescribed b� tl�e City. Unless an extension is ma�le in wriiing within such 60 day period bq fihe Contractor, and granted by the City, an.y and all such claims shall be conclusively deerned waived. F. In such case, Contractor shall be paid for (withaut duplicatron of any itemsj: 1, campleted and acceptable Work executed in accordance with the Contract Doeuments prior to the effective date of termination, including fair az�d reasonable sums for overhead and profit on such Wark; 2. expenses sustained priar to the effecti�e date of tai�rnination in perforrning servic�s and furnishing Iabor, znaterials, or equipment as required by the Coatract Documents in cannection wiih uncomplet�d Work, plus fa.ir and xeasonable surns for overhead and prafit on such expenses; and 3, reasonable expenses c�ixectly aitributable to terminatian. G. In the event o� the failure of the Contractor and City to agree upon the whole amount to be paid ta the Co��firactor by reason of th� terminatian of the Work, the City shall determine, on the basis af information avaiiable to 'rt, the amou�nt, if any, due to the Contrac�or by reason of the teririination and shall pay ta the Contractor the amounts determined. Contxactar shall not be paid on account of los� of anticipated profits or revenue or other economic loss arising out of or resuIting from such termination. ARTICLE 16 — DISPUTE RESOLIITION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Cantracfi Claim submitted for a decision under Paragraph I0.46 before such deciszon becomes fina,I and binding. The request fo� rnediation shall be submitted to the other party to �lie Contract. Timely submission of the request shall stay the affect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. Tbe process shall be cornmenced within 60 days of filing of the request. C. If ihe Contract Claim zs not resolved by mediation, City's action under Paragraph 10.Q6.0 or a denial pursuant to Paragra�hs 10.06.C.3 nr 1Q.Qb.D shall become fmal and binding 30 days after -termination of the mediatian unless, witivn that time period, City ar Contractor: CITY OF FORI' Wc]RTH STANDARD CONSTRUCTION SPECIF[CATION DOCi1NI�NTS Ravisian: Ma�h 9, 2(}2Q oonao-i GENERAL CON�ITIONS Page 62 of 63 1. elects in writing tn invoke any other dispute resolution process provided far in t�ie Suppl�mentary Conditions; or 2. agrees wiith the other pariy to submit the Coni�ract Claim ta another dispute resolution process; or 3. gives written notice to the other party of the intent ta submit the Contrac� Claim to a ca�art of competent juxisdiction. ARTICLE 17 — MISCELLANEOUS 17.01 Giving Notice A. Whenevex any provisian of the Contract Documents requires the giving of written notice, it will be deemed to ha�e been validly given if: l, delivered in person to the indiv�idual or to a mernber of the firm or to an officer of the corporat�on for whom it is intended; ar 2. deli�ered at or sent by registared ar certified mail, postage prepaid, to the last business address knawn to the giver of the notice. B. Business address changes must be promptly rnade in writing to ihe other party. C. Whenever the Contract Documents specifies giving notice by eleetronic means such electronic notice shall be deemed sufficient upan confirmation of receipt by #he receiving party. 17.02 Cornputation of Tirraes When any period of iime is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a �aturday or Sunday or on a day made a legal holiday the next Working Day shall becorne the last day of the period. 17.03 Cunaulaiive Remedies The duties and obligations irnposed by these General Candition5 and the rights and remedies available hereunder to the parties hereto a.re in add'ztion to, anc� are not to be construed in any way as a limitation of, any rights arld remedies available to any or all of them which are otherwise imposed �r available by Laws or Regulations, by special waxranty or guarantee, ar by other provisians af the Contract Documents. The provisions af this Paragraph will be as effective as if repeated specifically in the Cont�ract Documents in connection with eaeh particular duty, obligation, right, and remedy to which the� apply. CITY DF FORT WORTFI STANDARD CpNSTRUCTION 5PECIPICATIaN DOCU(VIEN1'S Revisian: M�9,2020 007200-1 GENERAL CONDITIONS Page 63 of 63 17.04 Survival of Obligatians AIl representations, indemnifications, warranties, and guarantees rzaade in, required by, or giv�n in accordance with #he Contract Docurnents, as well as all continuing obligations indicated in the Contraci Documents, vcrill survi�e final payment, completion, at�d acceptance of tha Work or tertninatian oar completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for con�enience only and do not constitute parts flf these General Conditions. CITY OF FORT WQRTH STAI�DARD CONSTRUC7'TON SPECIFICAT[O� DOCUMENTS Revision: March 9, 242,(i 007300-1 SUPPLEMCNTARY CONDI'�[qNS Page I af 5 ] SECTION 00 73 00 2 BUPPL�MENTARY CONDIT�ONS 3 TO 4 GENERAL CONDITIQNS 6 7 8 9 10 13 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 �10 41 42 43 44 45 45 47 Supplementary. Canditions These Supplamentary Condikions modify and supplement Seetion 64 72 00 - General Conditions, and other provisions of the Contract Documents as inc3icated balow. Ali provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified ar supplemented. All pro�isions of the General Conditions which are not so modified or supplemented remain in fuil foree and effect. De�ined Terms The terms useci in these 5upplementary Conditions which are defined in the Ge�eral Conditions have the meaning assigned to them in the General Conditions, unless specificaily noted herein. Modiireations and Supplements The following are instructions that modify or supplement specific paragraphs in the General Cond'rtions anri other Conkract Documents. SC-3.03B.2, "Resalving Discrepancies" Plans govern over Specifications. SC-4.01A Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon recei�ing the final easements descriptions, Gon�ractor shall compare them to the lines shov�+n nn the Contract Drawings. SC-4.01A.1., "Availability of Lsnds" The follr�wing is a list of known outstanding right-of-way, andlor easements to be acquired, if any as of June 21, 2017: Outstanding Right-Of-Way, andlor Easements to Be Acquired PARCEL OWNER NUMB�R NON� TARGET DATE OF POSSESSION The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, ancf do not bind the City. If Contractor considers the final easements pro�idad to differ materially from the representataans on the Contract Drawings, Coniractor shall within iive (5) Business Days and before proceeding with the Work, natify City in writing associated with the differing easement line locations. SC-4.O1A.2, L°Availability of Lands" CI'I'Y OF PDRT WORTH SYCAMORE CREEK INTERCEPTOR R£HABILITATION 5TANDARD CONSTRUCTIaN SPECIFICATION DDCUMENTS C�TY PROJEC`I` t�lO. - Q2200 Revised Jauuary 22, 2016 00 73 00 - 2 SUPPLEMEN'I'ARY CONAIT[ONS Page 2 oF 5 1 2 3 4 5 6 7 8 9 ia 1I 12 13 14 rs l6 l'1 18 19 20 21 22 23 24 2S 26 27 2$ 29 30 31 32 33 34 35 36 37 3$ 39 40 41 42 43 44 45 46 47 4$ 49 Utilities ar obstructions to be removed, adjusted, and/4r relncated The fol�owing i� list of utilities and/or obstivctions khat ha�a not been r�maved, adjusted, andlor relocated as of 7une 21, 2017. EXPECTED LT7'ILI'TY AND L4CAT�ON O�NBR N�1�iE TARG�'I' DATE OF ADJUSTMENT The Contractor understands and agrees that the dates listed abo�e are estimates only, are not guarantaed, and da not bind the City. SC-4.02A., "Subsurface and Physical Conditions" The following are reports of explarations and tests of subsurface conditions at the site of the Work: None The fallowing are drawings of physical conditians in or relating ta existing surface and subsurface structures (exc�pt Underground Facilities) which are at or contiguous to the site oF the Work: None 5C-4.06A., "Hazardous �nvironmeatal Conditions at Site" The following are repnrts and drawings oi existing hazardous enviror�menta] conditions known to the City: None SC-5.03A., "Certi�cates of Insurance" The entities jisted 6elow are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. {i) City {2} Consultant: Lockwood, Andrews & Nawnam, Inc, {3} Othet-: None SC-5.04A., �°Confractor's Insurance" The Wnits of liabi]ity for the insurance required by Paragraph GC-5.p4 shall pro�ide the following co�erages for nat ]ess than the following amounts or greater where required by laws and regulations: �.04A. Wor[�ers' Compensation, under Paragraph GC-5.04A. �tatu#ory Iimits Employer's liabi]ity $100,000 each accidentloccurrence $ l OQ,000 Disease - each employee $SOQ,p00 Disease - policy Iimit �C-5.04B., "Contraetor's Insurance" 5.04B. Commercia[ Genera] Liabilit,�, under Paragraph GC-5.04B. Cantractor's L.iability Insurance under Paragraph GG-5.04B., which shall be on a per projact basis cavering the Contractor with minimum limits of: ClTY pI' F'ORT WORTH 5 5'CAMORE CREEK 1NT�RCEPTOR REHABILITATIQI�I STANDARD CONSTRUCTION SPECIFICATIOI�F DOCiJMENT5 CITY PROJECT N0. - 022Q0 Revised Jannary 22, 20 f b 00 �3 on - 3 SUPPLSM�NTARY CONp1TIONS Page 3 of 5 1 2 3 4 5 6 7 $ 9 10 11 12 13 14 15 16 17 !8 19 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 4S 46 47 4$ 49 50 51 52 53 54 55 $1,DD0,000 each occurrence $2,000,004 aggregate lirrait 'Ciie policy must have an endorsement (Amendment — Aggregate Limits of Insurance) ma�Cing the General Aggregate Limits apply sepai-ately to each job site. The Commercial General Lia6ility. Insuranc� policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must he shown in the Ramarks Article of the Certificate af Insurance. SC 5.04C.., "Contractor's lnsurance" S.UaC. Automobile Liability, under Paragraph GC-5.04C. Contractar's Liability Insurance under Paa•agraph GC-5.04C., which shall be ia an amount not less than the folfowing amounts: (1} Automobile Liability - a cammercial 6usiness paIicy shall provide cvverage on "Any Auto", defined as autos nwned, hired and non-owned. $ I,OD0,000 each accident on a combined singl� limit basis. Sp1it limits are acceptable if limits are at least: $250,000 Bodily Injury per person 1 $500,000 Bodily Injury per accident / $IOQ,ODO Praperty Damage SC-5.04D., "Codtractor's Insurance" The Cantxactor's canstr�etion acti�+ities will require its employeas, agants, subcontractors, equipment, and material deliveries ta cross railroad properties and tracks. None. The Contractor shall canduct its t�perations on railroad properties in such a manner as not to interfere ruith, hinder, or obstruct the ra�lroad company in any manner whatsoe�er in the usa or operation of itsftheir trains or okher property. Such nperations on railroad properties may requir� that Contractor to execute a"Right af Entry Agreement" with the particular railroad company or conipanies invoZved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right-of-entry (if any) required by a rai�road company. The requirements specified herein likewise relate to the Contractor's use of �rivate and/or construction access raads crossing said railroad company's properties. The Contractual Liability covarage required by Paragraph 5.04D of'the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactary to the City and to the Raiiroad Company far a kerm that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: (i) General Agga•egate: (2) Each Occurrence: fRequired for this Contract 0.00 0.00 X Not required for this Contract With respect ka the abor+e autlined insurance requirements, the following shall gavern: C1TY OF FORT WORTH SYCAMQRE CREEK INTERCEPTOR REHABILI7'AT10N STANDAAD CONS'I'RUCTION SPECIFICATION DOCUMEN"['S CITY PR01ECi' NO. - 0220a Revised lanuary 22, 2016 OQ73DO-4 SUPPLEMENTARY COND�T10N5 Page 4 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 I$ 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 3� 35 36 37 38 39 �a 41 42 43 44 45 46 47 48 44 50 SI 52 53 54 1. Where a single railroad company is in�olved, the Cnntractor shall pravide one insurance palicy in the n�tne of the railroad company. Howe�er, if more than one grade separation or at-grade crnssing is affected by the Project at entirely separate lacations on the line or lines of the same railroad company, separaie cowerage. may be required, each in the amount stated above. 2. Whez-e more khan one railroad company is aperat�ng on the same right-of-way or where se�era[ railroad companies are in�olved and operated nn their own separate rights-of-�ay, the Contractor may be required to provide separate insurance palicies in the name of each railroad company. 3. If, in addiUon to a�rade separation or an at-grade erossing, other work or activity is proposed on a railroad company's right-of-way at a]oeatian antirely separate from the grade separatian or at- grade crassing, insurance cQverage for this wark musi ha ineluded in the policy covering the grade sepa.ratian. 4. If no grade separation is involved but other work is propased on a railroad company's right-of way, all such other work may be covei•ed in a single policy for that railroad, even though the work may be at tvro or more separate locations. No work or activities pn a railroad company's property to be perfnrmed by the Cantractor shall be commenced until the Cantractor has furnished the City with an original policy or policies of the insurance for each railroad cornpany named, as required above. All such insurance must he approved by the City and each affected Railroad Company prior to the Contractor's beginning work. The insurance specif ed above mu.st 6a carried until al] Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contracfor. In addition, insuranee must be carried during all maintenance and/or repair work performed in the railroad right-of-r�ay. Such insurance must name the railraad company as the insured, together with any tenant or lessee of the rai.lroad company operating over tracks involved in tlie Project. SC-6.04., `°Prvjeck Schedule" Praject sch�dule shall be tier 3 for the praject. SG6.0'�., `�Wage Rates" The following is the prevailing wage rate table(s) applicable to this projeet and is provided in the Appendixes: GC-6.07 — Viiage Rates SC-6.09., G°I'ermits and Utilities" SC-4.09.A., "Contractor obtained pernnits and licenses" The fallowing are known permits and/or ]icenses required by the Contract to be acquired by the CQntractor: None SG5.09S. "City obtained �aermits and licenses" Tha following are known permits andlo�� licenses required by the Contract fio 6e acquired by the City: SC-6.09C. ��Outstanc3ing permits and licenses" CITY OF FORT WORTH SYCAMOR6 CRE�K INTERCEPTOR REHADILITATION STANDARD CONSTRLtCT10I�I SYECIFICATIQN QOCUMENTS C1TY FR07ECT NO. - 022Q0 Revised January 22, 2016 D0 73 00 - 5 SUPPI.EMEN'I'ARY CO3VDITIONS Page 5 of 5 I 2 3 4 The following is a list of known autstanding permits and/or li�enses to he acguired, if any as of July 31, 2020: Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION None 5 6 7 8 9 10 11 12 13 14 rs i6 17 18 19 20 21 22 23 24 25 26 27 28 29 SC-7.02., "Coordination" 'I'ARGET DATE OF POSSESSION The indivickuals or enkities listed below have contracts with the City for the per%rmance of other work at the Site: Nane SGS.Ol, "Communications to Contrac.tor" None SC-9.01., "City's Project Manager" The City's Project Manager for tt�is Contract is Liam Conlon, or hislher suceessor pursuant to r�vritten notiiication from the Director af Water Departmenf. SC-13.03C., °LTests and Inspections" Nane SG1G.01C.1, "Methods and Pracedures" None END OF SECTION Revision Log DATE NAME SIJMMARY OF CHANGE 1/22/2016 F. Griffin SC-9,01., "Cify's Project Representafive" wording cl'�anged to City's Project Manager. CITY OF FORT WQRTH S�CAMORE CR��K INTERCBPTOR REFfABIL1TAT10N STAI��ARD CONSTRUCTTpN SY�CIPICATIQN DOCUMENTS CITY PROJECT NO. - 02240 Revised January 22, 2016 �xr� �,��� ��r�r�i-r��v���� ���r ����r� O11IDO-L 3l1MMARY OF WDRK Page I of 3 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 01 11 00 SUMMARY OF W�RK S A. 5ection Includes: 6 1. Summary of VVork to be perfardned in accordance with the Contract Documents 7 B. Deviatians from tiiis City of Fori Worth S#andard Specification 8 1. �� • . ' 9 C. Related Spec.ifrcation Sections include, but are nat necessarily limited to: 10 l. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Co�ifiract 11 2. Division 1- General Requirements 12 1.2 PRICE AND PAYIVIENT PROCEDURES 13 A. Measurement and Payment l4 1. Work associated with this Item is considered subsidiary to the varcous items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] i7 1.4 ADNIINISTRATNE REQUIREMENTS 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 A. Work Covered by Contract Documents 1. Work is ta incjude furnisl�ing all labar, materia�s, and equipment, and performing aIl Work necessary for this construction project as detailed in the Drawi�gs and Speciiications. B. Subsidiary Work 1. Any asSd a!I W ork specificaliy govenied by documentary requirements for the praject, such as canditions imposed by the Drawings ar C.ontract Documents in which no specific item for bid has been prvvided for in �lie Prnposal and the itein is not a typical ni�it bid i�em included on the standard bid item list, then the item shall be cansidered as a subsidiary item of Work, the cost of whicli shall be included in the pric� bid in the �roposal for various bid itesns. 1 35 D. Use of Premises 36 l. Goordinate uses of premises under direction of the City. T�i� tol! � Ei73 ot �.arl�_ are ��o� included in thia i:oiitrn�:;. but mdy iii�E;act .��}stru d«ling, testing, arid stat� up: NC], , - n�•actar �1�all coordii�ate with the City f�r acljacent praiect ��eed- ancl Schedule� CITY OF FORT VyORTH SYCAMQRE CR�EK INTERCEPTOEt AE�IABILITATIDN STANDARD COI�ISTRLICTION SPECIFICAT10I+f DOCUMENTS C1TY PROTECT NO. Q22pq Revised December 20, 3012 O1 I1 RO-2 SUMMARY QF WQRK Page 2 of 3 1 2, Assume fitll r�spnnsibility for protection and s.afekeeping of materials and 2 equipment stared oz1 the Site. 3 3. Use ai�d occupy only portions of the public streets and alleys, or other public places 4 or other rigl�ts-of way as provided for in the ordinances af the City, as shown in the 5 Contract Docume�7ts, or as may be specifically autl�orized in writing by the City. 6 a. A reasonable amount of tools, materials, and equipment for construcfion 7 purposes may be stored in such space, but no more than is necessary to avoid 8 delay in the construetion operations. 9 b. Excavated and v�aste materials shall be stored in such a way as iYat ta interfere 10 witli the use of spaces that rnay be des�gnated to be left free aiid unobsh'uctad i 1 and so as not to ineonvenience occupants of adjacent property. 12 c. If the street is occupied by railroad tracks, the Work shal! be earried on in such 13 manner as not to interfere with the operation oi the railroad. t4 1) All Work shall be in accordance with railroad requirements set forth in 15 Division 0 as well as the railroad permit. 16 l7 18 E. Work within Easements 1. Do nofi enter upoti private property for any purpos.e without having previously obtained permissio» frotn the owner af such property. 19 2. Do i�ot store equipment or material on private property unless a��d until the 20 specifiad approval of the property owner has heen secured in vvriting by ihe 21 Cantractor and a copy furnished ta the City. 22 3. Unless specificaIly provided otherwise, clear all rights-o� way or easements of 23 obstructions which tr�,ust b� removed to make possible proper prosecution of th� 24 Work as a part of the project canstructiozl operations. 25 26 27 28 29 3Q 31 32 33 34 3.5 36 37 38 39 40 41 4. Preserve and use every precaution to pre�ent damage to, a!] trae�, shrubbery, plants, lawns, fences, culvarts, curbing, and alI ather types oi structures or improvements, tn all water, sewer, and gas lines, to all coziduits, a�arhead pole Iines, or appurtenances tliereof, including the construction of temporary fences and to alI other public or pri�ate property adjacent to tha Work. 5. Notiiy the proper repr�sentatives of the owners or occupants of the public or private lands of interest in lands wl�ich might b.e a�fecied by the Work. a. Such notic� shall be �nade at least 48 hours in advance of the beginning af the 'Work. b. Notices shall be applicable to bath public and privata utility companies and any corporation, campany, individual, or other, eitlier as owners or occupants, whose land or iiiterest in land mi�ht be affected by tlie Work. c. Be responsible for all da�nage or injury to property of any character resulting from any act, omission, neglect, or misconduct iti the manner or method or execution of the Work, or at any time due to defective wark, material, or equipmeiit. 6. Fence 42 a. Restore all fenees encountered and removed during canstruction of the Project 43 to tl}e originaI or a batter #han original condition. 44 b. Erect temporary fenc�ng in place of tl�e fencing removed whanever the Work is 45 not �n progress and when the s►te is vacated overnight, and/or at all tiines tn 46 pro�ide site security. CITY Ok' PQRT WORTH SYCAMORE CREEK 1NTERCEPTOR REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUII�IENTS CITY PRO]ECT NO. 022D0 Aevised December 20, 20 t2 41 1 l 00- 3 Sl1MMARY OF WORK Page 3 of 3 1 c. The cost for all fence work wiihin easements, including r�moval, t�mporary 2 closures and replacement, siiall be subsidiary to the various items bid in the 3 pr�ject proposal, unless a bid item is speciftcally provided in the proposal. 4 1.� SUBMITTALS [NOT USED] 5 1.G ACTTON SUBMITTALS/INFORMATIONAL SUEMITTAL� [NOT USED] 6 1.7 CLOSEOUT SjTBMTTTALS [NOT USED] 7 1.$ MAINTENANC'E MATERIAL SUBMITTALS [NOT iISED] S 9 1� ll 19 QiTALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND FIANDLING [N�T USEDj Lll FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 12 PART Z- PRODUCTS [NOT USED] l3 PART 3- EXECUTION [NOT USED� 14 15 END OF SECTION Revisinn Log DATE NAME SllMMARY OF CHANGE 16 C1TY pF �'ORT WORTH SYCANfORE CRE.EK IN1'�RC�PTOR REFIABILITATION STANDARD CDN3TRUCTION SPECIFICATIDN bOCi]1VIENTS C1TY PROJECT NO. 02200 Revised Decemher 20, 20 L2 il-�1� �/���c l'�4d��l4dTi�►�l�LL1� L��� ��.�lY� D125U0-1 SUBSTITUTION PROC�DURES Page 1 of 4 l 2 3 PART1- GENERAL 4 1.1 SUMMAItY 5 A. Section Includes: 6 7 8 9 10 11 12 13 14 i5 SECTION 01 �� OU SUBSTITUTION PROCEDURES The procedure for requesting the approvai of substitution of a product that is not equivalent to a product which is specified by ciescriptive or performance criteria ar defned by reference to ] or more of the following: a. Name of manufaeturer b, Name af vendar c, Trade name d. Catalog number 2. Substitutions are ��ot "or-equals". B. Deviations from this City ofFort Worth Standard Specifeatiat� 1. Nane. 16 C. Related Specification 5ections include, but are nat necessarily limited to: 17 1. Divisian 0— Bidding Requiremenis, Contract Forms and Conditions of the Contract I 8 2. Division 1— Genaral Requirements l4 1.� PRICE AND PAYMENT PROCEDiTRES 20 A. Measurement and Payrnent 2l I. Work associatad witU ti�ss Item is considered subsidiar� ta the various ikems bid. 22 No separate payment will be allowed for this Item. 23 L3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 26� 27 28 29 3a 31 32 33 3� 3S 36 37 38 39 40 A. Request for Substitution - General I. Within 30 days after awarc3 of Coiltract (u�Sless noted otherwise), the City will consider formal requests fro�n Contractor for substitution of prod�cts in p�ace of those specified. 2. Certain types of eyuipment and kinds of material are describ.ed in Specifcations t�y means of references to names of manufacturers and vendors, trade names, or eatalog numbexs. a. When this me�hnd of specifying is used, it is not intended to exclude frorn consideration other produc�s bearing ofiher �n.auufacturar's or �endar's names, tracie names, ar catalog numbers, pravided said products are "or-equals," as determined by City. 3. Other types of equipment ai�d kinds of ma�erial may ba acceptable substitutions under the following canditions: a. Or-equals are una�ailabSe due to strike, discontinued praductian of products meeiing specifed requirements, or other iactors l�eyond cantrol of Contractor; or, CITY OF FORT WORTH SYCAMOR� CR�EK INTERCEPTOR It�HABILITATION STANDARD COi�4STRUCTIQN SPECIl�1CATlON DOCUMENTS CTTY PROJECT NO. - 02200 Re�ised July l, 2011 012500-2 SUBSTITUTION PROCEDURES Page 2 of 4 b. Contraetor proposes a cost and/or time redUction incentive to the City. 2 I.5 SUBMITTALS 3 A. See Request for 5ubstitution Fortn (attacl�ed) 4 B. Pracedure for Requesting Substitution 5 1. Suhstitution shall be cansidered only: 6 a. Aiter award af Cantract 7 b. Uncier th� conditions stated herein 8 9 10 Il 12 13 14 IS 16 17 18 19 20 2] 22 23 24 25 26 27 28 29 30 31 32 33 34 35 35 37 38 39 40 41 2. Subynit 3 copies of each writteu request for substitution, including: a. Dacuinentation 1) Complete data substantiating campliance of proposed substitution with Contract Documents 2} Data relating to changes in eonstruction sclredule, when a reduction is proposed 3) Data relating to changes in cost h. For products 1) Product identi�cation a) Manufacturer's name b) Teleptione number arid representative contact name c) Specificatian Section or Drawiiig reference of �riginally specified produc�, including discrete name or tag number assigned to ari�inal product ii� the Contract Documents 2j Manufacturer's literature elearly marked to show compliance af propased praduct with Contract Documents 3) Itemized comparisoi� of original and praposed produet addressing product characteristics including, but not necessaril� limited to: a) S ize b) Composition or materials of construction c) Weight d) Electrical or mechanical reguirements 4) Product experienee a) Location of past projects u�ilizing product b) Name and telepl�one numbar o� persons associatec� with referenced projects knowledgeable concerning proposed praduct c) A�aila.hle �eld data and reparts associated with proposed praduct 5) Samples a) Provide at request oi City. h) Samples beeama the property afthe City. c. Far construction methods: 1) Detailed description af proposed method 2) Illustratian drawings C. Appro�aI or Rejection 42 1. Writ�en appra�al or rejection of su6stitution given by the City 43 2. City reserves the rigl�t to require proposed product to comply with color and pattern 44 of specified product if necessary to secure design intent. 45 3. In the event tihe substitution is approved, the resulting cost andlor time r�duction 46 wilI be documented by Chazlge Order in accordauee with the General Canditions. CITY QF FOAT WORTf�I SYCAMORE CREEK ]NTERCEPTOR RENABILITATION STAT�SDARD COI�STRUCTION SPECIFICATION DOCUMEI�ITS CITY PROJECT NO. - 02200 Revised July l, 24I 1 Ol 25 00 - 3 SUBSTITi1T10N PROCEDURES Page 3 of 4 �. No aciditional contract time will be given for substitution. 2 3 4 5 b 7 8 S. Substitution will be rejected if: a. Submittal is not through the Contractor with his stamp of approval b. Reyuest is not mac3e in accardance with this Specification Section c. In tlie City's opinion, acceptance will reguire substan�ial revision ofthe origival design d. In the City's opinion, substitutia�� will not perform adequately the function cansisteni with the design intent 9 1.6 ACTION SUBNIITTALS/INFORMATIONAL SUBMITTALS [NOT USEDj I� l.7 CLOSEOUT SIIBNIITTALS [N�T USED] l l 1.8 MAINTENANCE MATERiAL SUBMITTALS [NOT i75ED] i2 1.9 QUALITY ASSiJRANCE 13 14 15 16 17 18 19 20 21 22 23 24 25 26 A. In making request for substitution or in using an approved product, the Contractor re�resents that the Contractor: 1. Has in�estigated proposed produet, a��d has deCermined that it is adequate or superior in all respects to that specified, and that it wili perform fi�nction far which it is iutenc�ed 2. Wil1 provide same guarantee for substitute item as far product specified 3. Wil1 coordinate installation of accepted substitution into Work, �o include building rr►odifications if necessary, making sucl� cl�anges as may be required for Work to be complete in all respects 4, Waives all claims for additional costs related �o substitution which subsequently arise L10 DEL�VERY, STORAGE, AND HANDLING jNOT IISED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 27 PART 2� PRODUCTS [NOT USED] 28 29 30 PART 3 - EXECi7TION [NOT USED] END OF SECTION CITY dP FORT �?JORTH SYCAMOR� CREEK WTERCEPTOR REHABILITATION STANDARD CONSTRUCTIpN SPECIi'ICATION DOCIlMENT5 C1TY PROJECT NO. - �2200 Revised 7uly I, ZO11 012590-4 SUBSTITUTION PROCEDURES Page �t of �l 1 2 3 4 5 6 7 8 9 10 11 12 13 1 �4 15 16 17 18 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 45 46 47 48 49 50 EXHIBTT A REQUEST FOR SUBSTITUTION FORM: TO: PROJECT: DATE: We �iereby su�mit for your consideration the foIlowing product instead of the specified item for �z� abave project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reaso�l for Substitution: Include complete informatiou on changes to Drawings and/ar Speciiications whicll propased substitution wi11 require for its proper iiistallation. Fill iii Blanks Below: A. Will the undersigraed contractar pay far clianges to the buildii�g design, including enguieering and detailing costs caused by the requested subsfitutio�i? B. What effect does substitution have on other trades7 C. DifFerences between pro�aoseci substituiian aiid speci�ied item? D. Differences in praduct cast or product dalivery tima? E. Manufacturer's guara�rtees of the praposed and specified items are: Equal Better {explain on attachment) Tl�e undersigned states tlsat the functioii, appearance ar�d quality are equivalent or superior to the specified item. Submitted By: Far Use by City Sigiiature as nated Firrn Address Date Telephone For Use by Gity: Approved CiTy CITY OF C'ORT WOEiTH STAt�iDARD CONSTRUCTEON SPECIFICATION DOCUMENTS Revised July 1, 2Q11 � Recoinmended _ Not recommended By Date Remarks Date Rejected _ Recomniended Raceived lat� SYCAMqR� CR&EK INT�RC�PTOR REHABILITATION CITY PROJECT NO. - 02200 U13] 19-I PRECQNSTRUCTION MEETING Page 1 nf 3 1 2 3 PART1- GENERAL SECTION 013119 PRECONSTRUCTION MEETING 4 1.1 SUMMARY 5 e�. SEGt1011 JIiC�Ud�S: 6 1. Provisions for the preconsiruction meeting to be heId prior to the start af Work ko 7 clarify construction contract administration pracedures 8 9 10 11 12 13 1.2 B. Deviations from this City af Fort Worth S#andard Specification l. None. C. Related Specification Sections include, but are not necessarily limified to: 1. Division p— Bidding Reguirements, Contract Forms and Conc�itions ofthe Contract 2. Dzvision 1— General Requiremel�ts PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Ite�n is considereti subsidiary to the various items bid. 16 No separate payment will he allowed for this Ctem. 17 1.3 REFERENCES [NOT USED] l S 1.4 ADMINISTRATIVE REQiTIREMENTS 19 20 21 22 23 24 25 26 27 28 29 3� 33 32 33 34 35 36 37 38 A. Coordination 1. Attend preeonstruction meetuig. 2. Representatives of Contraetor, subcontractars and suppIiers attending meetings shall be qualified and authorized to act an behaZf of tl�e entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minut�s and retained by City� far future reference. B. Preconstruction Meeting 1. A preconstruction meeting will he held within 14 days after the executian ofthe Agreement and before Work is started. a. The ineeting will be scheduled and administered by the City. 2. The Project RepresentaNve will pee�ide at the meetir�g, prepare tl�e notes af die meeting and distribute copies of same �o all participants who so request by fully completi�g the attendance form to be circulated at the begim�ing of the meeting. 3. Attendance shall include: a. Project Representative b. Contraetor's project manager c. Contractor's suparintendent d. Any subcoirtractor or supplier representatives whorn the Contractor may desire to invite ar the City may request CITY OF FORT WORTH SYCAMOIt� CREEK iNT�RCEPTOR REHABILITATION 3TANDARD CONSTRUCTION SPECIFICA'1'IqN DOCUMENTS CITY PR�JECT NO. - 0220Q Revised August 17, 2012 Oi 31 19-2 PRECONSTRUCTION MEETING Page 2 of 3 1 2 3 4 5 6 7 8 9 10 11 12 I3 14 15 lb 17 I8 I9 20 21 22 23 24 25 26 27 28 2� 30 3I 32 33 34 35 36 37 38 34 40 41 42 43 44 45 e. O#her City representatives �, Others as appropriate 4. Construction Schedule a. Prepare baseline canstruction sch�dule in accordance with Section O1 32 16 and provide at Preconstruction Meefing. b. City wi11 notify Cantractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda �nay include: a. Intraduction of Project Personnel b. General Descriptioi� af Pro�ect c. Status af right-of-way, utility �learances, easements or other pei�inent permifis d. Contractor's work plan and schedule e. Contract Time £ Notiee to Proceed g. Construction Stakulg h. Progress Payments i. E�tra Wark and Clianga �rder Proc�duras j. Fie1d Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals in. Payroll Certificatian n. Materia� Certifieations and Quality Control Testing o. Public Saf�ty and Convenience p. Documen#ation of Pre-Construction Conditians q. Week.end Work Notifi.catian r. Legal Holidays s. Trencli Safety Plans t. Confined Spac.e Entry Standards u. Coa�•dination with the City's repres�ntative for operations of existing waier systems v. Storm V4Tater Pollution Preve�itio» Plan vv. Coordination with atlter Contractors x. EarIy Warning System y. Cantractor �valuatiori z. Spe�ial Conditions applicable to the project aa. Damages Claims bh. SubmittaI Procedures cc. Subst'rtution Pracedures dd. Correspondence Routing ee. Record Drawings fF Te�nporary constraction facilitie� gg. M/WBE or MBEISBE procedures 1�1�. Fina] Accep.tance ii. Finat Payznent jj. Questions or Comments CITY QF FORT WORTH SYCAMORE CREEK ]NT�RC�P'I'OR REHABILITATION STANDARD CONSTRUCTTON SPECIr1CA']'1QN bO.CFJMENTS CITY PR07ECT NO. - 02200 Rer+ised August 17, 2012 O1 31 19 - 3 PRECONSTRUCTION MEETING Fage 3 of 3 1 2 3 4 S 6 7 8 9 1.5 Si1SMITTALS [NQT USED] 1.6 ACTION SUBNIITTALS/INFORMATIONAL 5UBIYIITTALS [NOT USED] l.q CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERYAL SUBMITTALS [NOT U�ED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, ST�RAGE, A,ND IiA.NDLING [NOT iTSED] 1.11 FIELD jSITE] CONDITIONS [NOT USED] i.1� WARRANTY �NOT USED] PART 2 - PRODUCTS [NOT USED] 10 PART 3- EXECIITION [NOT USED] 11 12 END QF SECTION Revision Log DATE NAME SUMMARY DF CHANGE 13 CITY OF FORT WORTH SYCAMORE CREEK INTERCCPTOR R�1�AIiILITATION STATTDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PR07ECT NO. - Q220a Revised August 17, 2012 T�1� �r4��' 1f9d���td���f+��4L�� L��r� �L�9hfFt D1312Q-1 PR07ECT MEETWGS Page I of 3 1 2 3 PART1- GENERAL 4 1.1 SiTMMAR7� SECTION O1 31 �0 PROJECT MEETINGS S A. Sectian I�icludes: 6 1. Provisions for project meetings throughout the construction period to enat�le orderly 7 review of the progress of the Work and to provide for systematic discussion of S patential problems 9 B. Deviations this Ci#y pf Fort W arth Staudard 5pecification 10 1. None. 11 12 13 14 1.� 15 16 17 C. Related Specification Sections include, but are not necessarily limited to: l. Division 0— Bidding Rec�uirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various. items bid. No separate payrnent will be allowed for this Itein. 1 S i.3 REFERENCES [NOT LiSED] i9 1.4 ADMINISTRATNE REQUIREMENTS 20 A. Coordination 21 1. Schedule, attend and admii�ister as speciiied, periodic progress meetings, and 22 specially called meetings throughout progress of tha Work. 23 2. Representatives of Contractor, subcontractors and su.ppliers attending meetings 24 shall be quaIified and authorized to act on behalf of the entity each represents. 25 3. Meetiqgs admiiiistered by City may be tape recorded. 25 a. If recorded, tapes wilI be useci to prepare minutes and retained by City for 27 future reference. 28 4. Meetings, in addition to those specif ed in this Section, may be held when requested 29 by the City, Engineer or Cantractor. 30 B. Pre-Caiistructian Neighborhnod Meeting 31 i. After the execution of the Agreement, but before construction is allowed to begin, 32 attend 1 Public Meetin.g with affected residents to: 33 a. Present projected sch�dule, including construction star� date 34 b. Answer any canstructiou related questians 35 2. Meeting Location 36 a. Location of ineeting to be cietermined by the City. 37 3. Attendees 38 a, Cautractor C1TY OF FORT WORTH SYCAMORE CREEK INTERCEPT[]R REHABILITATION STANDARI7 CONSTl2UCTI�N SP�CIFICATIDN 17QCUME1�fTS CITY PRQ7ECT NO. - 02200 Revised 7uly l, 2Q11 o� �t zo-� P120JEC1' MEE7'INGS Page 2 of 3 1 2 b. Project R�presentative c. Other City representatives 3 4. Meetir�.g 5chedule 4 a. In genaral, the neighbarhood meeting will occur witliin tl�e 2 weeks fallawing 5 the pre-construction conference. 6 b. In no case will construction be allowed to 6egin until this meeting is held. 7 C. Progress Meetings 8 1. Formal project coordinatinn meetings wi1l be held periodically. Meetings will be 9 scheduled and administered hy Project Representative. 10 2. Additional prog�•ess meetings to discuss specific topics will be conducted on an as- l 1 needed basis. Such additional meetings shall include, but not be limited to: 12 a. Coordinating shutdowns 13 b. Installation of piping and equipment 14 c. Coardination betwean other construe#ion projects 15 d. Resolution of canstruction issues 16 e. Equipment approval 17 3. The Project Representative wi11 preside at progress meetings, prepare the notes of 18 the meeting a�id distribute copies of the same to all participa�lts whn so request by 19 fully completing the attendance form to be circulated at tl�e beginniug of eacl� 2Q meeting, 21 4. Attendance sliall include: 22 a. Contrac�or's project manager 23 b. Contractor's superintendent 24 c. Any subcontractor or supplier representatives whom the Contractar may desire 25 to in�it� or the City may request 26 d. Engineer's representatives 27 e. City's representatives 28 £ Others, as requested by the Project Representative 29 5. Preliminary Agenda may include: 30 a. Review af Work progress since previous zneeting 31 b. �'ield observations, proble�ns, conflicts 32 c. Items which impede consiruction schedule 33 d. Review of off-site fabrication, delivery scheduIes 34 e. Review oi construction ii�terfacing and sequencing requirements witl� other 35 constructian cantracts 36 f. Corrective ineasures and procedures to regain projected schedule 37 g. Revisions to construc�ion sehedule 38 h. Progress, schedule, during succeeding Work period 39 i. Coordination of scl�edules 40 j. Review submittal schedules 41 k. Maintenance of quality standards 42 I. Pending changes and substitutions �43 m. Re�iew proposed changes for: 44 I) Effect on construction schedule and on completian date 45 2) Effect on otl�ex contraets of the Project 46 n. Review Record Docuinents 47 0. Re�iew monthly pay request 48 p. Review status of Requests for Information CITY OF FaRT WORTH SYCAMOAE CREEK IIVTERCEPTOR I2EHABILITATION STANDARD CONSTRUCTIDT! SPECIFICATI�N DOC!lM�.NTS CITY PROJ�CT NO. - 0220U Re�isedluly l,2pll Q1312.D-3 PRO]ECT MEETINGS Page 3 of 3 1 2 3 4 5 6 7 8 9 10 I] r2 13 14 6. Meeting Schedule a. Progress meetings will be lleld periodically as determined by the I'roject Representative. 1) Additional meetings tn,ay be held at the request of the: a) City b) Engine�r c) Ca��tractor 7. Meeting Loeation a. The City wi11 estal�lish a meeting iocation. 1) To the extent practicable, meetings will be hEId at the Site. 1.� SiTBNIITTALS [NOT USED] 1.G ACTION SUBMITTALSIINFO1tMATIONAL SUSMITTALS [NOT USED] l.i CLOSEOUT SUBNIITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBNIITTALS [NOT USED] l5 1.9 QUALITY A.SSUR�NCE [NOT IISED] 16 1.10 DELNERY, STORAGE, AND I�ANDLING [NOT USED] 17 1.11 FIELD [SITE] GONDITIONS [NOT USED] l8 1.12 WARRANTY [NOT USED] 19 PART 2- PRODUCTS jNOT USED] 20 PART 3- EXECUTION [NOT USED] 21 22 END OF SECTIaN Revision Lag DATE NAME SUMMARY OF CHANGE 23 Ci7'Y OP PORT WORTI3 SYCAMORE CREEK INTERCEPTOR REf-IAli1LITATI�N STANDARD COI�STRUCTIOAISPECIFICI�ITION DQCUMENTS C1TY PRQ7ECT AlO. - D2240 Revised July l, �011 r�r� ���� ��r���rr�nr�z�.� �.��r ����;� 03 32 16 Canstruction Progress 5chedulc - 1 CONSTRUCTION PROGI2�SS SCHEDULE Page 3 of S 2 3 PART1- GENERAL 4 L1 SUMMARY SECTION 013� 16 CONSTRUCTION PIZOGRESS SCHEDULE 5 A. Sectian Includes: 6 I. General requirements for the preparation, submittal, updating, stakus reporting and 7 management of the Construction Progress Scl�edule 8 2. Specific requirements are presented in the City of �'ort Worth Schedule Guidance 4 Document 10 B. Deviations from this City of Fort Worth Standard Specification 11 I. None 12 C. Related Specification Sectians include, but are nat necessarily limited to: 13 I. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract I4 2. Division 1— General ReqUirements l5 1.� PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. WorK associated with this Item is considered subsidiary ta the various ite�ns bid. 18 Na separate payment will be allo�ved for this Item. 19 �.3 REFER.ENCES za 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 4U A. Dafinitions l 2 � Scliedule Tiers a. Tier 1- Na schedule submittal required by contract. Small, brief duration projects h. Tier �- No schedule subm.ittal required by eontract, hut will require some mil�stone dates. Srnall, brief duration projects c. Tier 3- Schedule submittal r�quired by contract as described in the Specification and herein. Majority o� City projects, including all bond pro.gram prajects d. Tier 4- Sched�le submittal required by contract as described in the Specifcatioi� and I�erein. Large and/or camplex projacts with Iong durations 1) Exa�nples: large water pump station project and associated pipeline with interconnection to ano�her governmej�tal eniity e. Tier 5- Schedule su.bmittal required by contract as described in tl�e Specification and herein. Large and/or very complex projeets with �ang durations, high public visibility 1) Exa�nples inight inelude a water or wast�;water treatment plant Baseline SchedWe -�nitial sehedule submitted before work begins that will serve as the baseline for measuring progress and departures from the schedule. Progress Schedule - Montiily submittal of a pragress schecEule documeniing progress on the project and au�y changes anticipated. CITY O� FOI�T WORTF] SYCAMORE CREEK INTERC�PTOR REI-IABIL1TATlON STANDARD CONSTRUCTIOI� SPECIFICATION �OCUMENTS CITY PR07ECT MO. - U220D Revised July 1, 2011 Ol 32 lb Construction Aragress 5chedule - 2 CONSTRUCTIDN FROGRES& SCHEDiJLE Fage 2 of 5 l 4. Schedule Narrative - Concise narrative of the schedule including schedule 2 change.s, �xpected delays, key schedule issues, critieal path itams, etc 3 B. Reference Standards 4 1. City af Fort Wo.rtl� Schedula Guidance Document 5 1.4 ADMIlVIS�RA,TNE REQiIIREMENTS 6 A. Bas:eline Schedule 7 l. General 8 a. Prepare a cost-loaded baselina Schedule using approved software ai�d tk�e 9 Critical Path Method (CP]VI) as required in the City of Fort �Vorth Sch�dul� 10 Guidance Document. 11 b. Review the draft cost-loaded baseline Schedule with the City to demonstrate 12 uxiderstanding of the work to be performed and known issues and constraints 13 related to the scliedule. 14 c. Designate an authorized representative (Project Scheduler} responsible for 15 develop.ing and updating the scheduIe a�id preparing reports. 16 17 18 19 B. Progress Schedule 1, Update th� progress Schedul� rnanthly as required in the City of Fort Worth �chedule Guidance Document. 2. Prepare the Schedule Narrati�e #o accompany the monthly progress �chedule. 20 3. Change Orders 21 a. Incorporate approved change orders, resulting in a change of contrac# time, in 22 the basaline Schedale �n accordance with City of Fort Worth Schedule 23 Guidance Document. 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 C. Respansibility far Schedule Compliance 1. Whenever it becomes apparent from the current progress Schedule a�id CP1VM Status Report that dalays to the critical path have resulted and the Confiract completian date will not be met, or when sa directed by the City, make some or aIl of the fo�lawii�g actions at na additianal cost to the City a. Submit a Recovery Plan to the City for approval revised baseline 5chedule autlining: 1) A written statament of the steps intended to take to remove or arrest the delay to the critical path in th� approv�d scheduIe 2} Inerease construction nia�ipower in such quantities at7d crafts as will substantially eliminate the backlog of work and return current Schedule to meet projected baseline completion dates 3) Increase tl�e number of working hours per shift, shifts per day, working days per week, tlie a�nount of const�•uction equipment, or any combinatiou of the foregoing, sufficiently ta substantially eliminate tha backlog of work 4) Reschedule activities ta achi�v� maximum practical concurrency of accamplislunent of activities, and comply wi�1� the revised schedule 2. If no written statement of the steps intended to take is s.ubmitted when so reyuested by the City, the City may direct�he Contracior to increase the level oi effort in manpower (trades), equipment and work scl7edule (overtime, weekend axad haliday work, etc.) to be employed by the Contractor in order �o remove or arrest the delay to the critical patl� in the approved schedule. a. No additional cost for such wark will be considered. CIT1' OF FORT WORTH SYCAMOR� CR��K WT�RC�YT012 REHABILTTAT1qN STANDARD CONSTRUCTIOT� SPECIFICATION DOCUMENTS CITY PROJECT NO. - U2200 Revised July 1, 201 I QI 32 l6 Construction Progress Scliedule - 3 CONS.TRUCTION PROGR�SS SCI-IGDULE Page 3 of 5 i D. The Contract completion time will be adjusted onIy for causes specified in this 2 Contraci. 3 a. Requests for an extension af any Cot�tract completion date must be 4 supplemented with the following: 5 1) Furnish justification and supporting evidence as the City may deern 6 necessary to determine whether tlie requested e�tensian of time is entitled 7 under the provisions of this Contract. S a} The City will, after receipt of such justificatian and supporting 9 e�idence, make findings of fact and will advise tl�e Contractor, in 10 writing thereof. 1 I 2) Iftiie City �nds that the req�aested extensibu of time is eutitled, the City's 12 determina#ion as to the iotal number of days allowed for the extensiQns 13 shall be based upon the approved total basejine schedule and on all data I4 relevant to the extensian. 15 a) Such ciata shall be ineluded in the next upciatirig of the Progress 16 schedule. 17 b) Actual delays xn activities whicll, according to the Baseline schedule, 18 do not affect any Contract completion date shown by fhe critical patli in 19 the netwnrk will not be the basis for a change therein. 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38. 39 2. Submit eacii request for change in Contract completion date to the City within 30 days after the beginning of the delay for which a time extensiou is reyuested but before the date of final paymeni uuder this Contract. a. No time extension will be granted for requests which are not s�abmitted within the faregoing tune limit. 6. From time to time, it may be necessary for the Contraet schedule or completion time to be ad�ustec� by the City to reflect the effects of job conditions, weather, Yechnical difficulties, s�rikes, unavoidable delays an the part o�the City �r its representatives, and other unforeseeable conditions which may indicate schedule adjushnents or comple#ion time extensians. 1} Under such conditions, the City wiIl direct the Contractor to reschedule the work or Contract cornpletion time to reflect the changed conditions a�sd tlie Contraetor shaIl revise his schEduje accordingly. a) No additional compensation will be made to the Contractor for such schedule changes except for una�oidable overall cantract time extensions beyond the actuaI eomp3etion of unaffected work, in whicl� case the Contractor shall take all possible actioi� ta minimize any tirt�e extension and any additidnal cost to the City. b) A�ailable float fime in tlie Baseline schedu�e may be used by the City as well as by the Contractor. 40 3. Float or sIack time is defiried as the ajno.unt of time between tlie earIiest stat-t date 4] and tl�e latest start dafie or betwe�n the earliest �nish date and the latest finish date 42 of a chain of activities an the Baseline �chedule. 43 a. F1oat or slacl� time is not for the exclusive use ar ben��t of either the 44 Contractor or the City. 45 b. Proceed with work according to early start dates, and the City shall have the 4.6 right ta reserve and appartion float time aceording to the needs of fhe praject. CITY OF FORT WORTH SI'CAMORIc CREEK 1NTERCEPTUIt ttE1�ABIL1TA11UN STANDARD CONSTRUCTfON SPECIFICATION DOCUI�t{ENTS C1TY PRO.IECT NO, - 022U0 Revised July 1, 201 t O1 32 16 Construction Progress Schedule - 4 CONSTRUCI'lON PROGR�SS SCHEDULE Page 4 of 5 1 2 3 4 5 6 7 8 9 10 ll I2 I3 14 15 16 17 c, Acknawledge and agree that actual delays, affecting paths of act��ities contairsing float Cime, wiil not ha�e any effect uposs contract completion times, providing that the actuaI delay �oes not exceed tlie float time associated with thase activities. E. Coordinating Scl�edvle witli Other Contract Schedules ]. Where work is to be performed under this Contract concurrentIy with or contingent upan wark performed on ihe same facilities or area under other canh•acts, the Baseline Schedule shall be coardinated with the schedules of the other contracts. a. Obtain tlie schedules of the other appropriate cantracts from the City for the preparatian and updating of Base.iine schedule and make the required changes in his schedule when indicated by changes in cnrtesponding schedules. 2. In case of interFerence between �Ire aperations nf differ�nt eontractors, the City wi11 determine the wark priority of each contractor and the sequence of �vork necessary to expedite the completion of the entire Project. a. �n such cases, the deeision af the City shall be accepted as �nal. b. The temporary delay of any worlc due to such circumstances shall not be considered as justifscation far claims for additional corrapensation. 18 1.� SUBMITTALS 19 A. Baseline Schedule 20 21 22 23 24 25 26 27 28 29 3Q 31 32 33 34 35 36 37 38 1, Submit Schedule in native file format and pdf farmat as required in the City of Fort Worth Scheciule Guidance Document. a. Na#i�e file forrr►at includes: 1) Primavera (P6 ar Primav�ra Contractnr) 2. Submit draft baseline Sclaedule to City prior to the pre-canstructian meetii�g and bring in hard capy to the meeting for review and discussion. B. Progress Schedule 1. Submit progress Schedule in native �le format and pdf format as rayuired in the City of For� Worth Schedule Guidance Document. 2. Submit progress Schedule monthly no later thaii tlie last day a�tli� month. C. ScheduI� Narraiive 1. Submit t11e sch�duSe narrative in pdf fonnat as required in the CiTy of Fort Wprth 5cheduIe Guidanee Document. 2. Submit schedule narrative mnnYhly no 1at�r than the last day of th� month. D. Subinittai Prac�ss 1, Contractar shall submit dacuments as required in #he City of Fort Worth Schedule Guidance Dooument. 2. Onee tlie project has been completed and Final Acceptance has been issued by the City, no further progress scliedules are requit•ed. C]TY OF FDRT WpRTH 5'YCAM0�2E CREEK INTERCEPTDR REHABILITATION STANDARD COAISI'F2UCTION SP�CIPICATION 17dCUMENTS CITY PROJECT NQ. - 02200 Revised July 1, 20l 1 Oi 32 16 Co�isiructio» Pragress Schedule - 5 CDNSTRUCTlON PROGR�SS SCHBDULE Page 5 of 5 1 1.6 ACTION SUBMITTALS/INFO1tMATIONAL SUBMi'TTALS [NOT USED] 2 1.� CLO�EOUT SUBNIITTALS [NOT U�ED] 3 1.8 MAINTENANCE MATERiAi. SITBMITT,ALS [NOT USED] 4 5 6 7 S 9 10 11 I2 l3 1.9 QUALITY ASSURANCE A. The person preparing and revising the construction Progress Schedule shall be experienced in the preparatian of schedules of similar complexity. B. Schedule and supporiing dacum�nts address�d in this Sp�cification shall be prepareti, updated and revised to accurately reflect the perforina��ce of the coi�struction. C. Contractor is responsible for the quality of a�l submittals in this section meeting the standard of care for the construction industry far similar projects. I1Q DELIVERY, STORAGE, AND HANDLING [NOT LTSED] 1.11 FIELD [STTE] CONDIT�ONS [NOT USED] 1.1� WARRANTY [N�T USED] t4 PART � � PRODUCT5 [NOT USED] 15 PART 3- EXECUTION [NOT USED] 16 r7 END UF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 18 CI'�Y OF FDRT WORTH SYGAMORE C�tEEK iNTEAC�PTQR REHABILITATION STAt�iDARD CqNSTRUCTTOt�! SPECIFICl�'I'1QN bOCUM�NTS C1TY YRO]ECT NO. - 6220D Revised 7uly I, 2011 7hr� f��#�,� lfV7�lhf7"���V.4�.�Y Z��� ���i�i� O1 32 16. f CqNSTRUC'I'IpN PItOGRCSS SCI-I�DL1L�-13ASCLINC EXAMPLE Page i of 5 2 ��CTION 013� 16.1 CONSTRUCTION SCHEDULE—BASELINE EXAMPL� 3 PARTI�GENERAL 4 S b 7 8 9 10 l] 12 13 14 i5 16 l7 I$ 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 3S 36 37 38 39 40 41 42 43 � 45 46 The foIlowing is an example af a Contractor's project schedule that illustrates the data and expectatian far sciied�ale contei7t depicting the ba:seliiie for the pro�ect. Tliis version of t�ae schedUle fs referred to as a"baseline" sehedule. This example is intended to provide guidance for the Contractar wl�en de�eloping aiid submitting a baseline schedule. See CFW Specificatinn Ol 32 16 Construction Schedule for details aud requirer[ients regarding the Contractor's projectscheduie. CITY OF FORT WOR'I'H SYCAMORE CREEK INTERCEPTOR REHASTLlTATION STANDARD CONS'l'1�UC'1'ION SPECI�3CATIOt� DQCUNIENTS CITY PRDJECT NO. 02200 Revised August 13, 2021 O1 32 16.1 COI�STRUCTION PROGRESS SCH�Di]LE—BASEL[IVE EXANIPL$ Page 2 of 5 0 00 r N � � O E � r N � w � Y� � .� p.. � b R W R: � � � � � � � � q� i� � � � � � � � � � � � � � � Q � � tr� p a n I^ N 3 y � �1u�8 aS�+O SN iS �p �.�ry ;: y�j �„ � � 06 �'t Ih ! I ' q R�41 P p tl [] � SY M +f �t�'t�F•ti [Y.i9 -aLS�m�m q0 m W �.1� W;� 4�� W � �iN���M N'N ' qg.-� �a_c`�.m � I���.'��h �'.ci W 6} �� Op 1 b.] �I k1 OP �� CO ia %a i:a 9 l es F9 5 �N � �+ h NI � N ��'�"�'�`��� fi1 n �����r H tZ r�i � � � � �' N �r � [] r � � w � ;�� , �I . :� ��, ;� '�: ;S U ' � �L�' �', a �', �; , � � �. n i }i � o i� �,� o �� � �,� p �����I� � '2'�n'�,�' °'� �� n ¢��,r�n��rn��ix°. � � a;ol�n�ap o � N I �7 �1 ��! cw rv!rv�ri�ca n-n m oa tn � m�, m a+� m .. � _._.__.... . ,.._ �.�..�.___.w_�-•---- �---------r----•----� --------� - i � -----E i �' .i f? d,SS u 6�l��S.� T.p -'I II S' u U��] �F � W 1- �1r- r- I t � � � fS � ^ ' r+� I M, in �e�; „ �� � - V �, ! �; � , dp �a d � � K �t �r �; � ,� � �a �. i7�. �. ��i Y�i i� M�� m M�m r. Ni m M i in rn hJ �n mt ��� Iry .� � � O Gl l- iA L. ��O O Q�O O O O p O.L- O [� O O��� C' 4 tl h M i`f IR M1 W M. d r tY M fa W t na.o c r o 0 0}�°'o�o o .- r c� tn I M I �A .�. A f". M M I M fH M M(7 �� r M�• i M. m - ^i i. ii � W ta] ii -' '�'� �m W 06 � 4f u. i '?Ci m c� �p +u y� '� n0 K: �v� ;n ,� � i. C' ��, t�� �:G �U rJ�iO'O i� p p C] 4�Ci�0 x5 p� O O � O t� �: tir .L� j � ty,N�N C54�,'GVI<� +�, 'I N.N !1 N�M-{`�1 �� �y FA [�1 N f�! [4 .i � 4 � ,•P rl' ��� � T�I �. n J� � a i 4i ry ua m v'�� � � +{ � � 7� � ¢� � � ��i n � �� ��; �� n � � Q �h �� d d i i �' 4. M�U� I r7 � 'i�l M'r il r,0 �[V fJ �I[•! � G Yi �i. �� ii W OD �06 ur . m ' OP .� .� N pp M -i W 90 .� p q] M I �P 90 +� o .i .�. � �',N hi .i M�IN��N � ir �i �� N�C{ �1 �i:F�i',',� a� � ev nl��,� k� �{,�"m.�'=��I�'��'�.e;' ��,���'�''';�'����y�o � i� fi �II� { � �1 Cli�iN ��.ffli '� '� f`I '� o �,� M '� ry ry � o�,N � ty'fi' !7 0�a �i u� u+ in',, in . o 0 0�� n: o�r> in m.in � v� v� in p �� o �� '- PY � ' M 1`A 4� h�! tV N�'r` � jk r 4'' �> N 4' y� �,'vi IF} N e� Fi ����'r �s ar,v'� �v � 41 Yl i�1 fY �� �4 I i ; • ' ; ' � I � , '� � I � ��'� ,�, , 1.'� 1. � f: �. dl' � �5�3 L� � rt � ' k D U r�9 '� ,� � . a ��� :, � ". � �3 `� �r �F {� � �� �: §�' � i o � 3; p'�9'� '�� -} +y a y�.i" o� ��� U '�S' � u roIR'' :-' 9 � � � � �g o'gr� �' `eo r� � ? : E a. 'ao q. ao, �. � a � � w � 2* L: y, ^� � -:� � E.>,F r.r �.. � �' � �4 � i�f �i ti n � t� w � '�' '� � ° 0" R i� � n � r4' L 1� cl � f.t Y] cy Ct .s b �� P �[S � cl r) - - C� ' � b �� a�J' �r� rc� � d'in�m �� rn ry � o n��.r��n � w iY- w��rnio `� ,y �!�] � F�]��I Ml F� � N! i f�^1 �-� %' � A M M Ms Mf ' N1 '"� � M N1 M Ni � M M �i � � '' a ' � � � ' � , � � vi � �� x� � � cn � � � � �qi. ad Y p _ � �I �Sry''. � V � � Qp� � r � g d 1� � yyy � � � i � �� � � i � � � � � � C a� � c � � � � � � ia ti @ ! � � � � � � � � O � � � � ��1 � 'c ra � � � 1..� I � � CiTY OF FOEtT WORTH SYCAMQRE CRE�K [NT�RCEP'1'OR RCHAI31LI7'AT10N STANDARD CdNSTRUCTION SPCCIFICA'1'IOI� I70ClJMCN'I'S CITY PRDJfiCT I�iO. 0220D Revised August l3, ZD2] oi a2 i6,i CqNS`I' EtUCTION PROGRE55 SCHEDULE — BAS�LINE CXAMPLE Page 3 al'S 1 2 ov h m � � � N � N � � d � � '� O a � � � � V r� � � � 6d � � � � � ' �. � � � � 1 4 �^'�, � i� � � ,:•o;u is•�-�. !n',r���,',e- r.��_�.._ .-e'e�rr x-a r..�ta��n� .. : es e7'alo ia , a;r,:�:+ a ofu 'o �i �-�-�:u.�.il�yi ..� _ _. �arm mi,w. � u� .. � . c+ .n m - n , �� �( .. _. � .� .. FF l QQ�'J. r' r' . � i : iri � � � � ^ � :�. '.:,� :f �? i S ik =H �i . .1 �i -� ,.S GO i9 � � q� rp � �n m �] p ti . ;� M M .i J�1 � 'ui � f y . �_ 4 a �-. ri �..0 �. 'S O 6�ry La ± i_ �V �1� 4 N K� � y '�J i VO .] i r [Y i f fii �n �Y �W � :4 Y Y M M , M ~ -n �m /�i 1 y �! � � � � .p , �} . �.y �"1 ih i M . i�� i. M A i'3 . M M'Y M .� an � �4 W W r I�Ii,O� r� R.i, c. "• a u� ry P, Yi i�i 4,t ; 'l ?4 �i, �5 F ^ �i W ; �'. �. �� �,: �� 'p ; � i`i � - H�I,n <.� � ',i �� A i' ' '.r �; '3 � ��; �Y'.,� -;, �. ,�t•; � � � ; 8 •� f�, '_ a, n d . ii �' i ��4 0. n w �+M �r � �1 ,.5. �� z io o �� �� N Q q` � n� .� �" � �, �', �,� � r � tr �a �,. i � �IT ob .. Mi� � iL a ,k .. ,Q; a6 rA � , . �, u �. ' °° '� "'_� - �' '.� - ����� . .� � �. i.�� ri � � � w �'�,ry n ry o-- J �� `I I�I i I ii �i �� �� ''V J � � I� i i t: �1 Y� N i/ iy �I i I i'1 iV i'� ' MA s'� 4r �{+ �`� . �iq� * yl' �5 ii {'f i{ r` ' nY � �i�� � �' ; 'i. � A �r w 5n �:. 'n ti `�n i � 6 � ? 'k � 'h J �i t i -��`. +i, . y �; } � � �i .n � •� � ��� �:. �y+ 4 �6 's1 •• T ? � � � ., � �� � r � 7 n � � 4.. �,{ � v- � t .fi . a (v ^I .�. N O. N V� a''1 { I. � q q{} fl r fi r� r � -J r �� 4� • � � Y �t �� '� _ 1� � _ _ _ �O �) IfJ n I 9;� :,� �i � , a n c� �.ra d c,� .'P-, o-, �� r� •'� a - � �•+ � " � J] yt � N f 45 � V�u v� .� N^`�i �� r' {� "' i" fV i� ' y1 �. .A i:� • ti�[J ii ��h 57 M� �I i�� '.i � � G � � � � � � F1 f�� �. Vy�f � V � V � � � c� d �� � � � U�a �i �+ � i�j � I� � � �IJ I� f 1 tJ � II ' � � � � � � b w d' � � g,:�l� � � � � ' ���` � �� � � ♦ � �,� � � � � �:�'. � �� I � � , m: ' �!!� Nl �f9 w n�bl i+ � � � w . �; � i +v � � � o : �a ,; i� N' � � � �; � : r. �i ' ^ k' � �' il R � � �3 I' � � w L� r J u U: � w �� ^� y R' '{i � �� � S} 4 �� +-� L•- �� iG � . i� j q fl ��' § Y� i n U c r iri ���� � � w' d e s�'�^ �° � } �o �"m �� + u �'� n. :: � ¢iy `J �l p " � i, rel $ t� �ry .SG � N �• � � � f� � +� � � ,� 4� s, L 'V > , �* 9p i ' � � � � � � -!� � I � � � GC il' � i�: u � i.° i� '��� � n �� ���" �� +�<i i� la [5 2i ��'�1,� � G, ii !f ��.3 y �� O L� Ol � � i�i �ii i n � r� � ��+� a � � m rx o r �. r. _ {} � }N N 4y � � [� s � � � � i . � � � � � � � 7 � rr� � � I . M M i � r� S�j # � i7 � 1 � �7 !]C S.� � . � M � � � ' � _ a •� ch�, o ci p � � G E IA � � � n� ., M 5 [� U � � � W �5 CITY OF PORT WORTH SYCAMORE CREEK INTERCEPTqR REHAI3[Ll`I'A1'ION STAN�ARD CONSTRUCTION SP�CII'ICATIQN DOC.11ML'•NT5 CITY PROJECT NO. 02200 Revisetl August I3, 2421 0] 32 16.1 CONSTRUCTION PROGRE35 3CHEDULE—BAS�LINC C.XAMPLE Page 4 of 5 C1TY OF FORT WORTH SYCAMORE CRE�K [NTERCEPTOFi REHAB[L]'I'ATIOiV �TANI]ARD CONSTRUC`I'ION SPECiF1CATIOT�! DOCUMENTS C[TY PROd�.CT NQ. Q22Q0 Revised August 13, 2021 Ol 32 16,1 COI�fSTRUCTION PROGRESS SCHL'• �ULC -- BASCLIN� EXAMPLE �'age 5 af5 I END OF SECTION Revis�on Log DATE NAME SUMMARY Q� CHAIVGE July 20, 2018 M. Jarrep lnit ial lssue May 7, 2021 M Owen Revised name doe to revising the schedule speci�calion CITY OF FOR7' WORTH SYCAMORE CREEK INTERCEPTOR REHABILITATION STANDARD CONSTRLfCTION SPECIFICATION DOCUMEIVTS CITY PROJECT IdO. �220U Revised Angusf 13, 2021 ��i� ���� r�u�r��r��'���L� ��'�r �L���i OI 32 16.2 COt�STRUCTION PROGRESS SCHEDULE—PROGRESS EXAMPLE Page l of4 � 2 3 4 5 6 7 $ 9 ta 11 12 i3 14 15 16 17 18 I9 20 21 22 23 24 25 26 27 SECTION 013� 16.� CON�TRUCT[ON SCHEDULE — PRQGRESS EXAMPLE PART 1- GENERAi. The following is an example of a Contractoi's praject sel�edule #hat illustrates the data and expectation far schedule content dep�cting the progress for ti�e project. T�is version of the schedule is referred to as a"progress" schedule. Tl�is exainple is intenc�ed topro�ide guidance faa• the Contractar wl�en developing and submitting a progress schedule. S�e CFW Speci�icaiion 01 32 16 Canstruction Schedule for details and reyuirements regarding the Coa�tractor's project schedule. CITY OF FOTt'1' 4VOR'P H SYCAiV10R� C.RC�K IN'tE12C�PTaR RE.HABIL[TATION S'I'ANDARD COPlST]tUCT10N SP�CII�ICATION �OCUlUiE3VT5 Cl'I'Y I'EtpJECT NO. - 0220� Revised A�igust 13, 2D21 O1 32 16.2 CONSTRUCTIONPI�OGRE55 SCHEDUL�-PROGRGSS LXAMPLE Page 2 af� ! � q- � � ' a c � .- � � �S � � � ❑ .� � ,� L1. � Og N [i' � �� � W � . � � V .� L � w ❑ � � � �/ � 1 � v F � 0 a � � � !ii 0 .� � 3 � �g A .� � � � 6 U �n o�alo o.r��a .� .i .. �v�a�'�rvEcv :a w�vfa�c�,ca r� �. -. n� n;n�,oi�cy ni •i o� i�+ a a sy�or . � ri w w� i , i ; i , i i � id - S� F. i.._. �. .- '1� ._ ^''. tf '� ^ � f.� -� i e� ._. � � i ID' I- I� {: }' � -• n �� h, rn',o . op-� ii. x �� wp 5� y� - �� I �� ��a •�v �� 0�+ Dp� Np aP er . m ap � ry .�i i� N V� f'�. +o- e� M A� r�� *I �y' !�i - tl i'v r� �a i'lI �.y f� „��-+!�'-�r �� ir �i N�I S��1 N N �- � ki •F � N� � �� �a � � � � r� �; � � :� �� .i��� � '�� }�� � .�i = q � � � � � Q Q � f � � �J � �" rh ,� , ,b ob �d� _. ��.,� ^ �� 6 �. ,L � i. �� q, �o d, m ,� 4 _} �h ,i �{} �•N �C .I ��: `1 Y� I� � IV L] M i 4 a d .d d . �S �m ��. � m ��.ar�m . .., ��� �. �.. �p x� . �n�m �., .' .� ro ��� �n �o 0o m ,a.,� �.- �.- m m', m a m�u m� �u �:� q r� c �;�; F{i �M �,� ry� �� �y � i.,4' � �' .. r�i n'.7 Y�' �l, iGil O q� @ u I Sv f [,1 i� k4 '1 I i M1i n � iJ � �N N(Y r� �l N r`1 � �i f �`,� e� �+ '� �L ' � i. ' � _ `,i 5 ,1a� 7. � � � /, 4 �� � '� � t`j � Ik' '� �'��� '�� ,� ' � � � �'��� � � ,b � �i ��' � � '� _r :4 � � �. � J, �' � �' � �� � �',g:g ti o .. o:o.•. !� 41 �a . �eii I:: � I. �v � IS ��,Fi �� �• 'cS .- ra �' S� J °p aG,��q� q`� �n '� ni •' •. 'r .p' x`• u,;w,'�+ �� �n �u : : �n o ��yy �, .u} �.: ��_ � � w w w.���y. �. '� [a wy�� � C�I��S'��1 CV i11 !� L� il �Y �`� l S� H. V��i�'! {V Y i; i4 '� {4'f�i f� �'Y iw �ii s f�'�f ��'Ci �1 �� � L4 �.. �,N� � � _ �' � �'7 '� `I ��� �,� � �} `�' �1 � 7 •'� �iF �i� � � /-y( L � � � �, Y"R7 :; � . �� kl, �� �� b L�+ 14 dF, C i� '� 1={ L I �� MJ ��R 4 � � : N � M �'i C] !l m��: m N iO ui iu] ����� ��� �� ����'� �� €j ���'�', h 1i�� hP SC � 2� �, ipR hpC �q= � d4 Gi 9'Qitl tl Q�I1� n;r ; alnrc� n o��r � a�� � r,-I�+� sr i �� I ��� I � ; �� � i � i�' � � ���,� �� � � � �I�: ��� �, � � I � ���'��]' � ��, 4 i�'F R � � �;�i� � �i� n �i�;v�i z �;� ���:� � i�j� � � . .. n- �.� r� . r .n _ W' W i. i i i0 � ai W�i ut �� i. �1] (0 GO 4Y w .� .� Ih Vr a� � m'IQ] �L'r.�i _ .. .- � ��. Fr �--� �� ,v �: �'� :a �:� ; ��,, =J �a '���`� k.{i � � � � � �1 �: � �, . a .� � �' ��.' � � �'�'�k 1 � s� � ^�'i.�.�l �{� :J �.����,� � � � � � � � �' .%, � � �! �, • ; . � � �, , R' �. �T s.� 6G � T 7V� . tP �' d S° i. '• s4 kF' �"• •T � n"- l �: dq �, n c�s�n n,7 0�'�,o�n �S n o io'o'�o �� o o i� o 0 0-= o a, � ;�; }� ,;� N . „ in:u� _�i �W �' � w � .u-"k, �u .l, '-C}., �„ m ui r� i�i ��w ;� _' a W n i{ ;F •y' n�o�'t,�j,�n � ,n'�n � Q �, e �; o �n ir 4- ro � ��{ v� �n ��c] r�'i �I�n �w . •1 �o I� I � ; i , �' �: . � � ` � � ��� �S �,��1.��'�y � i7�i � �7 . � � . ^' a � 'h� . �0 IC � . 14 � � �+' ia E's ���!�'° ��i�`�: '- � � ��,"��I� � � � � � =� � � �� k �:� `M r � � ' � �� ��y � r� � '� �` � c.� � �j�l�l� i1(i� �ir�,i: �'� � '�' ��fij�:�' ti ii� � n � u�� � �' �', �`� �Iq �y�y ���+ � �u�l'�' �` :k fy rt e�.� �'r'��rpi � � � � �' � � ry� � r, 4 r�i', � � � �;�i'�7,'�, �� �� �$ ��'.� � � �n��y�mii.,lm ro � �h r� M i.; tA`� � � � r`7� a � � �� � � � G � �i � � � y � � � � � � Irl � r�r V l � � 'w �°u �i � � � � � � �f � `.d � C � � � � � {(y! fU '� v� W b' a� � � � � � � � O �s�o x � � 0 r� � � ro � C� a ,� �� ia $$11���� U q CJ: � � � � C[TY OF FOEtT VJORT H SYCAMOAE CREEK WTERCEPTOR REHAB1L11'ATION STAN[JARD CONSTRUCT[QN SPECiF[GATIQN I7DCUMENTS C1TY PRQJEC7' hlO. - 02200 Revised August 13, 2D21 o� 32 �b.2 CONSTRUCTION PROGRESS SCHEDULC— PROGRESS F.XAMPLE Page 3 of4 1 2 co � c� � � � �� m � � as IL i9 � C �� Ll. � y�� LL � � � � � � � � � �� p� %i.+ Q� � � � � � � � � � � � J [Y ,'L��-ry f�l N N N:0. r.�Cl;hl i4 fV f•l.[4I ti' (Y i�.N �[•!;[J�ii N CI fJ <4�M'iy ' CI'�"�- a N• i N Sv N-,(V �C{ av . I ' � , � , � i ' - � I i � ry. ��O LL] W 1p {6 •• •• •• •l ,, � � I.l .,� c] �� r. ti� �L] I L\ �n '] O� ft - O 1 rl rT r_ r i v� 4 f+' . I � I` W _.� .� .� 10 w iia i� �ii �i5 .� .� �iU i�. R�+� �. .� �- �.� �T� ,ii �iv Ti T� T A�O� i� Q� m �h i4 /n �� �' �-� in ��� .�i �;��a 'y �' � b � a'� � �k� } � o:,c`� k; 'r: i� k} ��'t�'r h,' � �i `c� s�.vl� ;'1 r� � f� �� �i `` � �` �+.'� � f� �� � �,S ,� � q� i �y � � � 3a � �'� S � � ? Y � �� � �;' ti , Uk� ,� � � � � .. , � �5 I* � � +�� „ � - n , d � ����a, �, 1. . � �' {: � r ',� � � �i ' ' SJ '1 ii � — '[Y %ti — '� ,Y [+i �.O � — — _ �'�t �^ w u+ w ro �:� �- �o,�:� w ao m �-. .�� r a� m x..a cyo m m��,•� - m �� _, �n .•: �,. ��� a� a .'i n �; ��ki �' •i ' ''� �.{ �� '� ro �::' e� '� � f .���a � �,� N'� � ' 'i �, �� : � J. � `�i �' ��: r• _ �L �,� �� �i' 'Y 7 �+ r� f.\ ii } � �i�� %� � � � o ti � � �'.� '�; '1 j � 3 T� z �i � # i - � :i ia : �: r� '.¢'{3 ty � i.� � � '— ., SJ � � u `rs �l .�-�'o�' � :1 ,3 :i i'{ � , ': ;� �i iu � I:I ��ul �. .. �. O� tn _, _. ai ",�y� ��� ���� ^'A r�, �`�, ��� ��rv� r' �ti � ����"u� � � ���'��G�� �����.�7 �� , .�a''� .:� , ��...;��?�: �:,,. "�,.�;"_.�. �+�., n�.,.d�rn .� � ��.�..�.�rww �� nm m�n ��. � `: °av I 7� + � :: i: �i: }i � � k:'�� �i :� � i� i!%,i ��,k�;���� ���F�ik��} :����;a,�� d, �. r� d� '� rl� .I, ��� F � �' :�i �� „ nl ". � 6 .� � � i. :a o c, � � n � o � o o .'�i f+ ;a � a O� ts � R �v �. ������� � � ��`�.� toma,o.,',m n ry il ��ry ����,. .� y� .' � � .�� G O G � O �f�' � 11� ;; i�.��� 1,1 � : � 7� ,; � � ; $' � ..� t � r_ _, �:�`�..;-. _ � 'k � �: �7 �5� +� �1 .. � ��t ��` ;�: F'` �� ;" ,3 �r � �. iaG%uu 7 �f k. � i� i. },e ' r,y �' i� �' � Vi yi � � � fl ,i — t � � ii. iv � � � n i. !4 �i �'� r? � y? �� �r r� � . i i�i " i. � � C� L� Dc O� � I� Itl �I � �' s� � �. � �� � Y � �+ J � �; o ;� gi A F �i �ii � j • � +�i o � 'r' � � ��� � � �' r � t � �E' 4' ryg : £ �F, 5 t' �' 6 � _} � '�` y. 1� i' ^' � u � il°. +� ]� �y e n m :_ �"�` `t rr, 4 1� �.?1 `i �i � � k " m � ?� ��� a' � � � .� n � � i5 � i. ''� �� '� �� f1 ki � �i .o �i ^� �' r, €, ���±„������ �'k..,:'3��;�. �;i`?..s��5;.5 R � � !n �� �r �i � � r [ '��a�r„ i�i �i �' � I i� � �.W f� " � � {y �.i � � & �;� is o � � �����p5 �� � �i�',E � rrc�Q',`� 0 0 0 .i � o�o m � � � � rl .� ii� � "�y' : . i . Y .'�'�, �4 �. .. � .^, ; ; . _ � .. c r ��� {:� � {' �t r' � � L i{ �r :+ S� � �� � F , �n•' � � � � 1'. � a a �,, � ��_ 4, �a �a � +� � �—�O j� G y iY w, o � ����������x �� � i i r.�i � N i'; oi � � r,� � . �� K. �. .� .�, � a� r*,^ . �u � =' �� �� � � �q V � � � � � � � � � � W � � � r� r� � tI�? f� V! � � � � �1U �i � � � � � � � � � � � � � � � � � � � '�,fi�� � � l.� U � � � � � � � � r?1 � C o � b �a ro E � � � � � � � � Q ii � � � � C1TY OF FORT WORT H SYCAIvE�RE CRCEK It�fTERCEPTOR REHA131LITATION S`I'ANDARD CONSTRL3CTION SPECIFICATIaN DOCUMENTS ClTY PROJECT NO. - 0220Q Revised August 13, 2021 01 32 16.2 CONSTRllCT10N PRQGRESS SCHEDUL�—PROC'iRESS EXAIviPi.E Page 4 of4 i END OF SECTION Revision Lo� DATE NAME SUMMARY OF CHANGE 3uly 20, 20l$ M. Jarrel] lnit ial Issue May 7, 2021 M Owen Revised name d�e to revisi�g the schedule specification CITY OF FORT WORT H SYCAMOR� CRLEK IIVTERCEPTOR IiEMA131L1'I"AT1QN STANT�ARl7 CONSTRUCT[Ot�i SPECIFICATION aOCUM�,NTS CITY PROJECT NO. - Q2200 Re�ised August l3, 2021 013216.3 — PROGRESS NARRATiVE Page 1 of 1 SECTION OI 3� 16.3 CONSTRUCTION PROJECT SCHEDULE PROGItESS NARRATN� Reporting Periad: Date Issued: Praject Name: Gontractar Company �lame: City project No: Contract�r Schedu[e Contact: City Praject f�llanager: �. List of acti�iiies c 1. (insert textherej 2. �insert #extherej 3. (insert textfi�ere) 4. (insert texthere) 5. (insert texthere) 6. (insert texthere) �. Lisfi any pofienfiial de 1. (insert texthere} 2. (insert textherej 3. (insert texthere) C. �ist any actuai de 1. jinsert texthere) 2. (insert textherej 3. iinsert texthere) ed in the and de and nro�ide riod. ation acfions actions C�iy af Fort Worth, Texas Construction Praject5chedule Narrative f2eportfprCFW Projects ReVised August 13, 2021 Page 1 of 1 �1�01� P�CE lf�7�'fd?"I�fdAL€,'P �.�FT 6�L�8f1�Fi DI 32 33 Preconstruction Video - 1 PRECpNSTRLICTION VII]EO page 1 oF2 1 2 3 PART 1- GENERAL 4 1.1 SUMMARY SECTTON 013� 33 PRECONSTRUCTION VIDEO S A. S�ction Includes: 6 1. Administrative and procedural requirements for: 7 a. I'reconstruction Videos 8 �. Deviations frorn this City ai Fnrt Worth Sta�idard Speeification 9 l . None. 1� C. Related Speci�cation S�ctions include, but are not necessarily limited to: 1 l 1. Division 0— Bidding Rec�uirements, Contract Forms and Canditions of khe Contract 12 2. Division 1— General Requirements 13 1.2 PRICE AND PAYIVIENT PROCEDURES 14 A. Measurement and Pa}finent l5 1. Work associa�ed with this Item is considered suhsidiary to the various items bid. 16 No separate payment will be allawed far this Item. 17 1.3 REFERENCES [N�T USED] 18 1.4 ADMINISTRATIVE REQiTIREMENTS f9 A. Preconstructiox� Video 20 1. Prnduce a preconstruction video of the site/aligmnent, including al1 areas in the 21 vicinity of and to be affected by construction. 22 a. 1'rovide digital copy of video upon r�quest by the City. 23 2. Retain a copy of the preconstruction video until the end af the maintenaiice surety 24 period. 25 1.� SUBMITTALS [NOT iTSED] 26 1.6 ACT�ON SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 27 1.� CLOSEOUT SUBNIITTALS [NOT USEI]] 28 1.$ MAINTENANCE MATERIAL SUBMITT,ALS [NOT USED] 29 19 QU�LITY ASSUItANCE [NOT USED] 30 11fl DELIVERY, STORAGE, AND HANDLING [NOT USED] 31 ] 11 FIELD [SITE] CONDITIONS [NOT U�ED] 32 1.12 WARRANTY [NOT USED] 33 PART 2- PRODUCTS [NOT USED] CITY OF FOIiT WORTH SYCAMORF, CREHK INTEI2CEPTOR #i�HABILI'I'ATIpI� STANDARD CON3TRUCTIUN 5P�CIPICATION DOCUMEhITS CI1'Y PRO.i�C'I' 3V0. - 02200 Ravised duly 1, 201 L 01 32 33 Preconstniction Video - 2 PRECONSTRUCTIpN VIDEp Page 2 of 2 PART 3 - EXECiTTION [NOT USED] END OF �ECTTON Revision Log DATE NAME SUMMARY OF CHANGE CITY O�' �'ORT WQRTH BYCAMORE CREEK IAfTERCEPTOR REHABILITATION 5T,4I+IDARD CONS'I'►2UCTIpTV 5PEGIFICATIpN 1]OGUM&7VTS C1TY PROJECT IVO. - 0220U Revised 7uly 1, 2011 o� 33 ao- i SIJSMITTALS Page 1 of S 1 2 3 PART]- GENERAL 4 1.1 SiIMMARY SECTION 0133 00 SUBMITTALS 5 A. �ection Includes: 6 1. General methods and requ�rements of submissions ap�licable to the %llowin� 7 Work-related submittals: 8 a. Shap Drawings 9 b. Product Data (including Standard Product List submittals} 10 c. Samples 1 ] d. Mock Ups 12 B. Deviations ftom this City of Fort Warth Standard Specifieation i3 1. None 14 lS !6 I7 1.� C. Related Speci�cation Sections include, but are not necessarily limited to: l. Division 0— Bidding Requirements, Contract Forms anci Conditions of tha Contract 2. Divisian 1— General Requirements PRICE AND PAYMENT PROCEDURES I S A. Measurement and Payment 19 1. Work assaciat�d with this Item is considered subsidiary to the various items bid. 20 Na separate payment wil! be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMTN�STRATIVE REQ[TIItEMENTS 23 24 25 2b 27 28 29 30 31 32 33 34 35 36 37 38 39 4D A. Coordination 1. Notify #he City in writing, at the tsme of submittal, of any deviations in the submiftals from the requiraments of the Contract Documents. 2. Coordination of Subtnit�al Tirraes a. Prepare, prioi•itize and transmit each submittal su.fficiently in advanc� o� performing the r�lat�d Work or other applicable activities, or within the time specified in the individual Wark Sections, of the Specifications. b. Contractor is responsi6le such that the instailation will not be delayed by proc�ssing times including, but ziot limited to: a} Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d} Purchasing e) �'abrication fl Deiivery g) Similar seq�enced act�vities c. No extension of tirne will be authorized because af khe Cantractor's failure to transmit submittals sufficiently in advance of the Work. CITY OF FQRT WORTH SYCAMp1tE CR�EK 1NTERCEPTOR REI-IASILITATIOI� STANDARD CONSTRUCTION SPECIFICI\TION I]OCUMENTS CITY PROIECT NO. - 02200 Reviscd Deccmhar 2D, 2012 O1 33 00- 2 SUBMITTALS Page2nf8 1 z � 4 S 6 7 8 9 10 11 12 13 14 15 16 1� 1$ 19 2D 21 22 23 24 25 26 27 2$ 24 30 3� 32 33 34 35 36 37 38 39 40 41 42 43 44 45 d. Make submittals promptly in accordance wi#h appro�ed schedule, and in sucli sequence as to cause no delay in the Work ar in the work of any other contractor. B. Submittal Numbering 1, When submitting shop drawiugs or samples, utilize a 9-character subinittal cross- reference identi�cation iiumbering syst�m in tlie t'ollowing manner: a. Use the first 6 digits of tlie applicah�e Specification Section Number. b, For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission af the same drawing (i.e. A=2nd submission, B=3rd submission, C=4� submission, etc.). A typica] submittal xiumber would be as follows: d3 3Q 04-Q$-B 1) 03 30 Oa is the Specification Section Fot• Concrete 2) 08 is the eighth initial subinittal under tlsis Speci�eation S�ction 3) B is the third subniission (second resubmission} of that particular shop drawing C. Contractoe Certification 1. Review shop dravvings, prodwct data and samples, including those by subcontractors, prior to submission to determine an.d verify the following: a. Field ineasurements b. Field construction criteria c. Catalog nutnbers and simila�° data d. Conformance with th� Cnntraet Documents 2. Pro�ide each shop drawing, saznple and praduct data submitted by the Coiitractor with a Certification Statement affixed incluciing: a. The Cantraetor's Company iiame b. Signature of submittal reviewer c. Certification Staternent 1) "By this suhmittal, I hereby represent that I ha�e determined and verified field measurements, field construction criteria, matetials, dimensions, cataIog numbers and similar data and I have cl�ecked and coordinated eacl� item witli other applicable approved shap drawiiigs." D. Submittal �ormat i. Fald shop dra�wings larger than 8%z inches x 11 inches to 8'/a inches x 11 inches. 2. Bind shop drawings and produc# data sheets together, 3. Order a. Cover Sheet l ) Description of Packet 2) Contractor Certification b. List of items 1 Ta61e of C.ontents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 46 1. The date of submission and ihe dates ot' any previaus submissions CITY OF FORT WORTH SYCAMORE CREEK 1NTERCEPTOR REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DaCUMENTS CiTY PRO,IECT Np. - 4220D Revised Deccrnher20, 2p12 ai a� no-� SUBMI�'TALS Page 3 af 8 2 3 4 5 6 2. The Project t�tle and number 3. Contractar identification 4. The names af: a. Contractor b. Supplier c. Manufacturer 7 5. Idetttif cation of the prodvct, with the Specification Section number, page and 8 paragraph(s) 9 6. Field dimensions, clearly identified as such 1D 7. Relation to adjacent or critical feaYures of tl�e Wark nr materials 11 S. Applicahle standards, such as ASTM or Federal Specification numb�rs 12 9. Identification by .highiighting of deviations froin Cantract Documents 13 l0. Identi�cation by hig�lighting of revisions on resubmittals !4 1 j. An 8-inch x 3-inch bla:nk space for Contractor and City stamps 1s l fi I7 i8 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 4Z 42 43 44 45 46 F. Sho�a Drawings 1. As specified in individual Work Sections includes, buf is not necessarily limited to: a. Custom-prepared data such as fabrication and erectior�linstallation (warkii�g) drawings b. Schedul�d infarmation c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination dravvings h. Individual system or ec�uipment inspectian and test reparks including: l) Perfoi�nance curves and certifications i. As applieable to the Work 2. Details a. Relation of the �arious parts to the main znembers aiid lines of the structure b. Where correct fahrication of the Work depends upan fielci measuremen#s 1) Provide sUch measuretnents. and note on the drawings prior to suhmitting for approval. G. Product Data 1. For submittals of product data for products included on ihe City's Standard Product 1�.,ist, cl�arly identify each item selected for use on the Project. 2. Far su�mittals of product data for prociucts not i�zcludec3 on the City's S�andard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sametimes referred �o as catalog data) 1) Such a,� the �nanufacturer`s product spaciiicatiou and installation instructions 2) Availability of colors and patterns 3} Manufacturer's printed stateme»ts of compliances and applicabijity 4} Roughing-is� diagrams and templates 5) Catalog cuts 6) Praduct photographs CITY OF FORT VVORTH SYCANiOR� CREEK INTERCEPTOR T�HABILIi'ATION STANDARD CONSTRUCTIOiV SP�CIFICATIdN dOCUME[�lTS CITY PROJECT NO. - 022D0 Revised �ecemher 2U, 2012 n i 33 nn- a 5UBMITTALS Page 4 of 8 I 7} Standard wiring diagrams 2 8) Printed perfarinance curvas and operational-range diagrams 3 9} Productian or quality cantrol inspection and test reports and certifications 4 1 Q) MiII reports 5 1 l) Product operating. and inaintenance instructions and recommended 6 spare-parts listing and printed product warranties 7 12} As appiicabl0 to the Work 8 H. Samples 4 I. As specified in i�idividual5ectioz�s, includa, but are not necessarily limited to: 1D a. Physical examples of the Work such as; l l 1) Sections ofmanufactured or fabricated Work 12 2) Small cuts or containers of materials 13 3) Coznplete units of repetitively used products color/texture/pattern swatches 14 and range sets 15 4) Specim�ns for coordination of Wisual effeet 16 5) Graphic symbols and units of Work to be used by the Gity for independent 17 inspection and testing, as applica6ie #o the Work 18 I. Do not start Work requiring a shop drawing, sample or product data nor any �nateria� to 19 be fabricated or installed priar ta the approval or qualified apprQval of s.uch item. 20 1, Fa6rication performed, materials purchased or on-site construction accomplished 21 which does not canformi to approved shop drawings and data is at the Contractor's 22 ris3�. 23 2, T}�e City w+ill not be liable for any expense or delay due to cara�ectio�ss or remedies 24 required to accoinplish cozl�ormity. 2S 3. Complete project Work, materials, fabrication, and installatiions in conforinanee 2b with approved shop drawings, applicable samp3es, and product data. 2'1 J. Suhmittal Distribution 28 1. Electronic Distribution 29 a. Confir�n dev�loprnent of Project directory for electronic submittals to be 30 uploaded to City's document managament systiem, or another external FTP site 31 approved by the City. 32 b. �hop Drawings 33 1} Upload submittal to designated project directory and noti�y appropriate 3� City z•epresentativ�s via email a� submittal posting, 35 2) Hard Copies 35 a) 3 copies f�r all submittals 37 b) If Contractor requires more than ] hard copy of Shnp Drawings 38 returned, Contractor shall submit more than the nuznber of copies fisted 39 abave. 40 c. Product Data 41 l) Uplaad submiital to desig�iated project directory a�sd notify appropriate 42 City representatives via email of submittal posting. 43 2) Hard Copies �� a) 3 copies for a[I submittals 45 d. Sainples 46 l) Distributed ta the Project Representative 47 2. Hard Copy Distributian {if required in lieu of electranic distribution) CTT'Y OF FORT WaRTH SYCAMOR� CR�EK INTERCEPTOR R�I-lAB{LITAT[ON STAAIDARD CqNSTRUCTIQAI SPEC[rICATION DOCUM�NTS CIT`Y PROJECT NO. - 02200 Re�ised �ecember 20, 2012 01 33 00- 5 SUBMiTTALS Page5of8 1 a. Shop Drawings 2 1) Distributed to the City 3 2) Copies 4 a) 8 c�pies for mechanieal submittals 5 b) 7 copies far all other submittals 6 c) If Cantractor reyuires more than 3 capies of Sliop Drawings returned, 7 Contractar shalI submit more than the number of copies listed abo�ve. 8 b. Product Data 9 1) Distributed to the City 10 2) Gopies 13 a) 4 capies 12 c. Sam�les 13 i) Disiributed to the Praject Representative 14 2) Capies 15 a) Su6mit the number sYated in the respective Specification Sections. l6 3. Distribute reproductions of ap�roved shop drawings and capies af approveti 17 produ.ct data and samples, rvhere required, to the job site �le and elsewhere as 18 directed by the City. 19 a. Provide iiumber of copies as directed by #he City but not exceeding the number 20 pre�iously specified. 21 22 23 24 zs 26 27 28 29 30 3r 32 33 34 35 36 37 38 39 40 41 42 43 44 4S 46 47 48 K. Suhmittal Review 2 4 The review oishog draw�ings, data and samples will be for general confonnance with the desig�n concept and Contr�ct Documents. This is not to be construeci as: a. Permitiing any departure from the C.onfract requiraments b. Relieving the Contractor of respansibility for any errors, including details, dimensions, and materials c. Approving depattures from details fiirnished by the City, except as ofl�erwise provicfed herein The review and approval of shop drawings, samples or praduct data by �lse City does not relieve the Contractar fram hislher responsibility wi�h regard to tl�e fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Cantractor, and the City w�ill t�ave no responsibility therefore, The Contractor remains responsible for details and accuracy, far caardinating the Work with all other associated work and trades, for selecting fabricatiou processes, for technic�ues of assembly and for performing Work in a sa% manner. If the shop drawings, data or samples as suhmitted describe variations and show a departure from the Contract requirements wlaich Csty finds to be in t4�e interest of the City and to be so minor as not ta in�+olve a change is� Contract Pric� or Yime for performance, the City may return the re�iewed drawings withaut noting an exception. submstials will be returned ta the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAI�EN" is assigned when there are no notations or comments on the su�mittal. a) When returned under this code the Confractor may release the equipmes�t andlor matarial for manufacture. b. Code 2 CITY OF FORT WORTH SYCAMOR� GREEK lt�"['ERCEPTOR REHABILiTAT10N STAI�lDARD CONSTR[JCl'ION SPECIFICATION �OCUMENTS CITY PItOJECT NO. - 022a0 Re�ised Decem6er 20, 2012 O1 33 00- 6 5UBMITTALS Page 6 of S 1 1} "EXCEPTIONS NOTED". This cade is assigned when a confirmation of 2 the notatjons and com�nents IS NOT required by the Contractor. 3 a) The Contractor may release the equipment or material for manufacture; � howe�er, all natations and comments must be incorporated into the 5 iinal product. 6 c. Code 3 7 1) "EXCEPTIONS N�TED/RESUBMIT". Tliis combinatian af codes is 8 assigned when notations and comments are extensi�e enough to require a 9 resubmittal af the paekage. 1Q a) The Contractor may release the equipment or material for maiiufacture; 11 however, all notations and comments must 6e incorparated into the 12 finaI product, 13 b) This resubmittal is to address all eomments, ami�sions and ] 4 non-confarming it�ms ihat were noted. 15 c} Resubmittal is to be received by tl�e City within 15 Calendar Days of ] 6 the date of the City's transmittal requiring the resubmittal. 17 18 19 zo 21 22 23 24 25 26 27 28 29 3p 31 32 33 34 35 36 37 38 39 4p 4i 42 43 44 45 d. Code � 1) "NOT APPROVED" is assigned when the submittal does not tx�eet the intent of the Contract Documents. a) The Contractor must res�bmit the entire package revised to bring the submittal into conformance. b) It rnay 6e necessary to resubmit using a different manufacturer/vendor to meet the Contract Doeuments. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested 6y the City 2) Marked with revision triangle or other similar methad a) At Contractor's risk ifnot marked b. Subznittals for each item v,rill be reviewed �so more than twice at the City's expense. 1) All subsequent reviews will be perfoirned at times co��venient to �lie City and at the Contractar's expense, based on the City's or City Rapresentative's then prevailing rates. 2) Pravide Contractor reirnbursement to the City within 30 Calendar Days for all sucli fees invoiced hy tl�e City, c. The n�ed for mor� than 1 resu.bmission or any ather delay in obtaining City's review of submittals, will not entitle the Contractor io an extension of Contract Ti�ne. 7. Partial Submittals a. City reserves the right to not review submiftals deemed par�ial, at the City's discretion. b. Submiitals deemed by the City to be not complete r�vill be refurned to the Contractor, a�Yd will be considered "Not Approved" until resubmitted, c. The City lnay at its option prnvide a list or mark the submittal directing the Contractor to the areas that are ii�camplete. 46 8. If the Caniractor considers any correctzon indicated on the shop drawings to 47 constiiute a change ta the Contraet Documents, then written notice must be 48 provided thereof to the City at least 7 Calendar Days prior to release for �9 manufacture. CITY OF FORT WORTI[ SYCAIvIOR� CREEK 1t�iTERCEPTOR REHAS[LITAT[ON STANDAItD CONSTRiICTION SPEC{FICATION DOCUMENT5 CITY PR07ECT NO. - 02200 Revised December 20, 2U 12 a► 33 00- � 5USM17"fALS Page7of8 1 2 3 4 5 F� 10 When the shap drawings have been completed to the satisfaction of the City, t3se Contractor may carry out the canstruction in accordance therewith and no further changes therein except upan writte� instrUctions from the City. Each submittal, appropriately coded, will be returned within 30 Calendar Days follawing receipt of submit�al hy the City. 6 L. Mock ups 7 1. Mock Up units as specified in individual 5ections, include, but are not necessarily 8 lzmited to, complete units of t11e standard of acceptance far that type of Work to be 9 used on the Project, Remove at the completion of the Wark or when directed. 10 M. Qualificatioy�s 11 1. IF specifically required in other Sections of these Specifications, submit a P.E. 12 Certification for each item required. i3 14 15 16 17 18 19 20 21 22 23 24 25 2b 27 28 29 N. Request for Tnfflrmation (RFI) 1. Contractor Requ�st for additional information a. Clarification or interpretation of the contract docume�rts b. When the Contractor believes there is a conflict betw�en Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specificatioris 1) Icientify the con�lict and reguest clarification 2. Use the Request for Information {RFI) forin provided by the City. 3.. Numberiug of RFI a. Prefix with "RFI" folSowed by series num6er, "-xx�t", heginning wiih "Q1" and increasing sequentially with each additianal transmittal. 4. Sufficient information sliall be a�tached to permit a writfien response wit�iout further informatiou. 5. The City wi11 1og each request and will review the reyuest. a. If review of the pra3ect inforinatian request indicates that a change to the Contraci Dacuments is required, the City will issue a Field Order or Cl�ange Order, as apprapriate. 30 1.� SUBMITTALS [N�T USED] 31 1.6 ACTION SUBNIITT.ALS/INFO1tMATIONAL SUBMITTALS �NOT iTSEDJ 32 1.7 CLOSEOUT SUSNIITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USEDJ 34 1.9 QIIALITY ASSURANCE LNOT USED] 35 1.1U DELIVERY, STORAGE, AND FIANDLING (NOT USED] 36 1.11 FIELD [SITE] CONDITIONS [NOT iISED] 37 I.1.2 W�RRANTY [NOT USED] CiTY QF FDRT WqRTI3 SYCAMQRE CREEK 1NTERCEPTOR REl IABILITATIOt+i STANDARI3 CONSTRUCT[�A1 SPECIFICATI03V 170CUMENTS CITY PROdECT i+10. - 022q0 Reuised becember 20,.2012 fl 1 33 00- 8 5lII3MITTA45 Page $ of S 1 PART � - PRODUCTS [NOT USED] 2 PART 3- EXECUTION [NOT USED] 3 END OF SECTION 4 Re�ision Lng DATE NAME SUMMARY QF CHANGE 12120l2012 D. Johnson 1.4.K,8. Working Days modified to Calendar Days Cl'fY OF FORT WORTH SYCAIV]ORE CREEK INT�RCEPTdR REHABILITATION STANDARD CQNSTRUCTION SPECI�'ICAT[QN DOCUMENTS �ITY PROJ�CT NO. - 022D0 Revised December 20, ZOl2 013513-1 SYECIAL PRO7ECT PROCEDUR�S Page 1 of 9 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 7 8 9 10 11 12 13 14 15 16 17 1$ 19 20 SECTION Q135 13 SPECIAL PROJECT PROCEDURES The procedures for special project c.ircumstances that includes, but is no# iimited to: a. Coord'zi�ation with the Texas Departrnent of Transportation b. Work near High Voltage Lines c. Confined Space Entry Prog.ram d. Air Pollution Watch Days e. Use of Explosives, Drop Weight, Etc. f. Water DepartmentNotification g. Public Notifcation Frior to Beginning Constructio3� h. Cnordination with United States Army Corps of Engineers i. Caordination within Railroad permit5 areas j. Dust Controi k. Employee Parking 1. Wet Weather Shutclown B. De�iations from this City ofFort Worth Standard Speci�cation 1. Nor�e. 21 C. Related Specification 5ections inelude, but are not necessarily limitec� ta: 22 1. Division 0— Bidding Requiremenis, Cantract Forms and Conditions ofthe Contract 23 2. Division 1— General R�c�uirements 24 3. Section 33 12 25 — Connection to Existing Water Mains 25 1.2 PR�CE AND PAYMENT PROCEDURES 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 4I 42 A. Measurement and Payment 1. Coordination rvithin Railraad permit areas a. M�asurement 1} Measurement for this Item will be by lump sum. b. Paymen# 1) The work per%rmed and ra�aterials furnished in accorciattce with this Item wiil be Qaici far at the lump sum price bid for Railroad Coordination. c. The price bid shall inolude: l ) Mobilization 2) Inspection 3} Safety training 4) AdditionalInsurance 5) Insurance Certificates 6) Other requirements associated with general coardination vuith Railroad, inclUdin� adc�itional employees required to protect tl�e right-af way and properiy ofthe Raili°oaci from damage arisuig out oiandlor fro�n the constructian oithe Project. GITY OF FORT WQRTI-1 SYCAMORE CREEK II�€TERCLP�OR REHABILITATI4N STANDARD CONS'I'RUCTION 5P�CIFICATIqN bOCUMENTS CITY PRO]�CT NO. - 02200 Revised �ecem6er 20, 2012 013513-2 SPECIAL PRO�ECT PRQCEDUR�S Page 2 of 9 1 2 3 4 5 6 7 8 9 10 1I 12 13 I4 15 16 17 18 19 20 2] 22 23 24 25 26 27 28 29 30 31 2. Rail�•oad FIagmen a. Measure�nent 1} Measurem�nfi far this Item will be par working day. 1�. Payment ]) Tl�e work performed and materials furnislsed in accordance with this Item will be paid for each working day that Railrnad Flagme�i a�•e present at the Site. c. The price bid slsall include: 1) Cc�ordination for scheduling flagmen 2) Flagmen 3) Other requiremen�s assaciated with Rai[road 3. Wet Weatl�er Shutdown a. Measurernent and for this Item will be per each. b. P�yment l) The wnrk performed and materials furnished in accordance with this Item will be paid Far each time a Wet Weather Shutdown is requested by the City c. The price bid shall include: 1) Mobilization 2) Labor 3) Equipment 4) Materials d. Other requirements associated with general eoordination �vith private properties, City owned properties, Parks aud Communiiy Services maintained properties, including additianal employees required to protect the right-of way and property mentioned above frorn damage arisi�ig out of and/or fram tlie result of implem�nting the Wet Weather Shutdawn or failure of tI�e Conti°actors Plan or equipment. 4. AII o#her itams a. Work associat�d with thes� Iteins is considered subsidiary to the various Items 6id. No separate payment will be allowed %r this Item. 32 1.3 REFERENCES 33 A. Referenee Stanc[ards 34 1. Reference standards cited in this Specificatioi� refer to the current reference 35 standard published at the time ofthe latest revision date logged at the end of this 36 Specification, unless a date is speci�cally cited. 37 2. Health a�id Safety Code, Title 9. Safety, Su6title A. Public Safery, Chapter 752. 38 High Voitage O�ernead Lines. 39 3. North Central Texas Council of Go�ernments (NCTCOG) — Clean Construction 40 Specification 41 1.4 ADMINISTRATIVE REQiT�REMENTS 42 A. Coordinatioii with the Texas Department af Transportation 43 44 45 46 When work in the right-af-way which is under the juz•isdiction of the Texas Department of Transportation (TxDOT}; a, Natify the Texas Dapat�ment of Transportation prior to commencing any �vnrk th�rein iii accordance. with tlie provisions of tha permit CI7'Y qF FORT WORTH SYGAMORC CREEK II�IT�RCEPTOR REHABILITATTON STANI7ARD CONSTRUCTION SPECIPECAT'IpN DOCiTIVI�NTS CI'['Y PRQJECT I�lO. - U2200 Revised Dece�nber 20, 20[2 Q1 35 l3 - 3 5PECIAL PROJ�CT PRf]CEDllRES Page 3 of 9 1 2 3 � 5 6 7 8 9 l0 il 12 l3 14 15 I6 17 18 19 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 46 47 b. All work performed in the TxDOT right-of-way shall be performed in compliance with and subject to approval from the Texas Departrnent of Trasisportation B. Wor�C near HigM Voltage Lines 2 3. 4. 1. Regulatory Requireinents a. All Work near High Voltage Lines {more than 6QU volts measUred between coa�ductors or between a conductar and tiie ground) shall be in accordance with Health and Safety Code, Title 9, Sub�itle A, Chapter 752. Warning sign a. Provide sign af s�afficien# size meeting all OSHA requirements. Equspment operating w�thin 10 feet of high voltage lines will require t�e following safety features a. Insulating cage-type of guatd about the baom or arm b. Insulator links on the 1ift hook cannec�ions for back hoes or dippers e. Equipment must meet tlie safety requirements as set forth by OSHA and the safe� requiremenfis of the owner of the high voltage lines Work within 6 feet of high voltage electric lines a. Notification sha11 be given to: 1) The power company (example: ONCOR) a) Maintain an accurata log of all such calls to pawer company and r�cord action taken in each case. b. Coordination with power company 1) After notification coordinate witl� the pav�er company to: a) Erect temporary mechanical barriers, de-energize the lines, or raise or lower the lines c. No persannel may work within b feet of a high valtage line before the above requirements have been met. C. Coniined Space �ntry Program 1. Pravide and follow approved Confined Space Entry Program in accordance with OSHA requirements. 2. Caniined Spaces include: a. Manhnles b. All oti�er confined spaces in accordance witli OSHA's Permit Required for Confined Spaces D. Air Pollution Wafch Days 1. General a. Observe the following guid�linEs relating to working oii City construction sites on days ciesignated as "AIR POLLUTION WATCH DAYS". b. Typical Ozoi�e Season 1) May 1 throu�h October 3 I. c. Critical �inission Tiine I) 6:00 a:m. tQ 10:00 a.m. 2. Watch Days a. The Texas Cammission on Envisom�iental Qualify (TCEQ), in coord�nafion with the National Weather Service, will issue the Air Pollutio�� Watch by 3:00 p.rn. on the afternoon prior to die WATCH day. b. Requirements CITY OF FORT WORTH SYCAMORE CREEK IN'I'�RCEPTOR REi�ABILITATION STANDARD CDNSTRUCTIQN SFECIF[CATIDN DOCLIMEN7"S CITY PROJECT NO. - 022DQ Revised December 20, 2012 OI 35 13-4 SPECIAL PROIECT PROCEDURES Page �4 of 9 I 2 3 4 5 6 7 S 9 10 11 12 13 14 15 16 1) Begin work af�er lO:Od a.m. whenever construction phasing requires the use af motorized equipment for �ez•iods in �xcess of 1 hour. 2) However, �lse Cantractor may begin work prior ta 10:00 a.tn. i% a} Use of motorized equip�nent is less thaii I hour, or b) If equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfiar Diesel (iTLSD}, die�el emulsioiis, or alternative iuels such as CNG. E. TCEQ Air Permit 1. Obtain TCEQ Air Permit for consYruction activities per requirements of TCEQ. F. Use af Bxplosives, Drop VJeight, Etc. 1. Wlaen Cant7-aet Docum.ents permit on the pa�oject tiie following wiil appi}�: a. Public Notification 1) Submi� notice ta City and proof of adequate iusurance coverage, 24 hours prior to coimnencing. 2) Mininium 24 �our public natif catio�� in accardance with Section 01 31 13 G. Water Department Coordinatian 17 1. During tl�e construction of this project, it will be necessary to deactivate, for a 18 petiod of time, existing lines. The Contractor shall be required to coordivate with 19 the Water Depar�ment to dutermizie the best times for deactivating and activating 20 those lines. 21 2. Coordinate an}+ event that wi11 require connecting to or ti�e operation of an existing 22 City water line system with the City's representative. 23 a. Coordination shall be in accordance with Section 33 12 25. 24 b. If neac{ed, obtain a hydrant water m�tei- fram tlie Watar Departznent for use 25 duz•ing the life of natned project. 26 c. In tl�e event that a water valve ar� an existing live �ystejn he turned off and on 27 to accommodate the construction of the projact is required, caordinate this 28 activity through the approp�•iate City representative. 29 1) Do not operate watet line �alves of existing water system. 3Q a) Failure to comply �vilj render the Contractor in vio]ation of Texas Penal 31 Code TitIe 7, Chapter 28.03 (C�•iminal Misc�ief) and the Contractor 32 will be pros.ecuted ta the full extent of tl�e law. 33 b) In addition, the Contractor wil] assume all Iiabilities afid 34 respozasibiIities as a result of these actions. 35 36 37 38 39 40 �I 42 43 44 45 46 47 H. Publie Notification Prior to Beginning Construction 1. Prior to heginning construction on any block in the praject, on a btock by block basis, prepare and deliver a notice or flyer af the p�nding construction to tl�e fro�it door oi each residence or business that will be impacted by construction. The notice shall be prepared as %Ilows: a. Post notice or flyer 7 days prior to beginning any construction activity on each block in the project area, 1} Prepare flyer fln the Contractor'� letterhead and include the f�llowing information: a} Name of Praject b) City ProjectNo (CPN) c) Scope of Project (i.e. type of construction activity) d) AcYt�al consiruction duratian within th� block C1TY DF FOR'I' WORTH SYCAMORi CI��K INTERCEPTOR REHABILITATIQN S7'ANDARD CQN57'RUCT[QN SPECIPICATION �OCUM�NTS CITY PROJIsCT NO. - 02200 Revised December 20, 2012 D13513-5 SPECIAL PROdECT PROCEbURES Page 5 of 9 1 2 3 4 5 6 7 8 9 lo 1l 12 13 14 15 16 17 18 l9 za 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 3$ 39 40 41 42 43 44 45 46 e) Name afthe contractor's %remaiY and pt�one numher fj Name ofthe City's insp�ctor and phone number g} City's after-hours phone number 2) A sample af the `pre-construction notificatian' flyer #s attached as Exliibit A. 3) Submit schedule showing the construction start ar�d finish time for each binck of the project to t4►e inspeeior. 4) Deliver flyer to the City Inspector for review priar to distribution. b. No construction will be allowed to begin on any black until tl�� flyer is delivsred to all residents of the block. Public Notification of Temporary Water 5ervice Int�rruption duriil.g Construction 1. In the event it becomes necessary to temporarily shut down water service to resider�ts ar businesses during co�struction, prepare and deliver a notic� or flyer af the pending interruption to the front door of each affected resident. 2. Pt�pared notice as follows: a. The notificatinn or flyer shall be posted 24 hours ptior to the temparary interruption. b. Prepare flyer on the cantractor's letterhead and include the following information; 1) Naine ofthe project 2) City Project Number 3) Date ofthe interruption of service 4} Period the interruptson vvill take place S) Name oithe contractor's foremav and phone number 6) Name afthe City's inspector and phone number c. A sample of the temporary water service interruption notification is attached as Exhibit B. d. Deli�er a copy of the temporary interruption nc�tification to the City inspector for review prior to being distributed. e. No interruption of water service can occur until the fl�er has been delivered to al� affected residents and busine�ses. £ Electro��ic versians of tlie sample flyers can be abtain�d from the Project Construction �nspecior. J. Coordination witli United States Army Corps of Engineers (USACE) At loca#ions in the Project where co�istruction activities occur in areas where USACE partnits are required, meet all requirements set forth in each designated perm it. K. Coordinafion witliin Kailroad Permit Areas 1. At lacatiozis in the project where consiructian activities occur in areas where railroad permits are required, meet all requireinents set forth in each desiguated railroad per�nit. This includes, but is nat Iimited to, provisions for: a. Flagmen 6. Inspectars c. Safety training d. Additional insurance e. Insurance certificates CITY OF FORT WORTH SYCAMORE CREEK INTSRCEPTOR REHAI3ILITATIOi1 STANDARi7 CQNSTRUCTION SPECIFICATION DOCUME�]TS CiTY PROJECT 3V0. - Q22U0 Revised Decemher 20, 2D 12 013513-6 SPECIAL YRpJECT PROCEDURES Page b of 9 1 f. Other employees r�quired to protect the rigl�t-af way and praperty of the 2 Railroad Cotnpany from damage arising out of and/or fi•om th� canstructian of 3 tl�e project. Proper utility clearance procedures shall be used in accordance 4 with the permit guidelines. S 2. Obtain a�iy supplemental i��formation needed to co�nply with the railroad's 6 reqUiremeuts. 7 3. Railroad Flagmen 8 a. Submit receipts to City for verification of worlcing days that railroad flagmen 9 were �resent on Site. 10 11 12 13 14 15 16 17 ]8 19 ZO 2l 22 23 24 zs 26 27 28 29 30 3l 32 33 L. Dust Cantrol 1. Use acceptable rneasures to control dust at the 5ite, a. If water is used to control dust, capture and properly dispose of waste water. h. If wet saw cutting is perforrt�ed, capture anc3 properly dispose of slurry. M. Employee Parking 1. Provide parking for empiayeas at laeatioiis approved by tlie City. N. Wet Weather Shutdo�n Wet Weather ShLltdown will be required within being given 24 hours of notice by the Ciry. This plan requires the remaval of the bypass puinpang syst�m from the gravity sewers. The sewer system shall be closed and secured by means of replacing all manholes of placing temporary lids ot� manho�es as specifi.ed in the plans. Temporary lids shal� be lacated next to airy open manhole for closure of the system wit.hin 24 hours. The system will be returned to the City For an amount oi titne required to allow the wet weath�r flows to subside. a. Submit a written plan of action for approval for shutt�ng down essentia] services. Deseri6e the following in ihe 1'lan of Action: l) Removing Plugs from City Ownied Pipelincs 2) Restorin.g permanent or temporary ma�holes covers, 3} Removing equiprnent fram tf�e floadplain �) Maintai��in,g pro�er equipme�rt and personnel at the site to perform required procedures, ine(uding backnoe� and forklifts b. Other desigYiated functians 1} Pla�z inust he received by tl�e City two (2} weeks prior to beginning the work. 34 1.� SUBNIITTALS 35 A. Wet Weather Shutdown Plan CITY OF FQRT WOR'I'H SYCAMORE CRE�K INTEEiCEPTOR REHABILITATION STAI�DARD CONSTRUCTION SP�CIFICATION DOCUMENTS CITY PR07ECT NO. - 02206 Re�ised December 20, 2012 ai 3s j3 -� SPECI.4L P�tOIECT PROC�DURES Page 7 of 9 1 2 3 4 5 6 7 8 1.6 ACTIDN SIIBNIITTALS/INFORMATIONAL SUSMITTALS [NOT USED] 1.7 CLOSEOUT SUSMITTALS [NOT USED] 1.8 MAINTENANCE MATERTAL SUBMITTALS [NOT USED] 1.9 QUALIT'Y ASSiTRfiNCE [NOT USED] 1.10 DELIVERY, STORAGE, AND IIANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 112 WARRANTY [NOT USED� PART 2 - PRODUCTS �NOT USED] 9 PART 3- EXEC:UTION [NOT USED] 10 II END OF SECTION Revision Log. DATE NAME 5[_]MMARY OF CHANGE 1.�4.5 — Added requirement of compliance with Health and Safety Cocie, Title 9, $13 ! 12� 12 D, 3ohnson Safety, 5ubtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. l,�4,E -- Added Contractor responsi6ility for o6taining a TCEQ tlir Permit CITY OF FORT WORTi-I SYCAMOR� Cl2EEK INTERCEPTOFt REI3t�I3ILITATION STANDf1RD COIVSTRLICTION SPECIFICATION BOCUM�NTS CITY PRO]ECT NO. - p220p Revised December 2D, z012 013513-8 SFECIAL PROJ�CT PROCEDUR�,S Page 8 of 9 1 2 3 4 5 6 7 s 9 io It 12 ]3 14 15 16 » 1s 14 Za 21 22 23 24 25 26 27 28 z9 30 31 32 33 34 35 3b Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: EXFIIBTT A (To be printed on Contractor's Letterhead) — � - - — — , � � �I � ��ais �� �o i��o�n� You T�w�� ����� � c��r��►cr �+irb Yb� ci�Y o� r�o�-r V�lO�ib, OUR C@h��AWY IdVILL !RlO�K �R� U`�I�IiY �Ii��S Ol� O� �,�OUN� YOIIR �RO��RTY, CO[VSi�UCTl9i� �I�� ��Cli� A�F�FtQXIl4dVAi�LY S�V�iV �AYS ��iQIV� iF�l� DdT� �� T'bIS NBiICL. Ir Y�U HA►V� �U�SilOR45 A�OU�' ACC�SS, S�CURITY, SA��TY O� Af�Y O�'H�R ISSUE, PLI�AS� CA��.: j�ir. <CONTRACTOR'S SUP�RIN7ENDENT� r4� CTELEPHQNE NO.� o� hflr. �CITY INSPEGTOR> A f� TELEPHONE NO.� AFi�R �:30 ��V OR Oi� V4{��KERlDS, P�.�A►�� GA�� (�17] 39� 83�6 PLEASE KEEP THIS ,FLYER NANDY WNEN YOU CALL CITY OP FORT WQRTI-1 S'YCAMQRE CREEK iNTERCEATOR R�IIABLLITATIQN STANDARD CONSTRUCTION SPECIFICATTpN pOCUMLNTS CITY PR07ECT NO. - 02200 Re�ised December 20, 2012 Q13513-9 Si'EC1Ai PROIECT PROCE�i1RES Page 9 nf 9 1 � EXI�BIT B F�RT �URT'� �_ ��� ��. � � �: �o'���� �� '���[���� ww'�r�� ������ ��'�������� DUE TO U"i'IL1TX 11VFPROVRIVEENTS IN YOi3R NEfGHBQR4IOdD, YOUR VHATEIi SERVICE W�LL BE iN'�'EE�RiIp'I'�D ON BETWEEN THE HQU�S �F APfD �k' YOU HAVE QUE3TIQN5 ABOUT TH1S SH[]T-OUT, PLEA.SE GALL: MR AT (CONTRAGTa125 Si]PERiNTEi�1DENT) ('iELEPHOI�iE NUMSER) C�7 �� �, Ai' [CITY INSPECTOR) {TELEPHONE NUMSER) THIS IiVCQNV�2�TI'EIYCE WILL BE AS SHORT AS POSSIBLE. THANIG YOU, CONTRACTQR 3 4 CITY �F FORT WOR'iH SYCAMOR� CREEK INTERCEPTOR REHASILITATION STANDARD CONSTRUCTION SP�CIF�CATION DOCUME3V"1'S C1TY PROJECT NO. - 02200 Revised December 20, Z012 r�ar� ���� t����rrr���a,��.� ���� ��r�� 014523 TESTING AND [NSPECTI�N SERVICES SECTTON O1 45 �3 TESTITlG AND I7VSPECTiON SERVICES PART 1- GENERAL f �t.`�11►� 1►� I \.i'1 A. Section [ncludes: 1. Testing and inspectior� servi.ces procedures and coordination B. Deviations fram this City of �"ort Wartli Standard Specification 1. Nane. C. Related Specification Sections uiclude, but are nat necessarily lirnit�d ta: Page i of 2 1. Division D— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Divisian 1— Genera3 Requiremeirts 1.2 PRICE ,r�,ND PAYMENT PROCEDURES A. Measurement and Pay�nent Wark associated with this Item is considered subsidiary ta the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment ofall Quality Control testing. b. CiTy is respansible for performing and payment for �rst set af Quality Assurance testing. 1} If tlie first Quaiity Assurance test performeci by the City fails, the Contractor is responsible for payment of suhsequent Quality Assurance testing until a passing test a�curs. a) Final acceptance will not be issued by City until a13 required payinents for test�ng by Contractor ha�e been paid in full. 1..3 REFERENCE,S [NOT U�ED] 1.4 ADMINISTRATIVE REQUIItEMENTS A. Testing 1. Complete testing in accordance with tha Contract Documents. 2. Coordination a. Wlien t�sting is required t� be performed by the City, notify City, �ufficiently in advance, when testing is needed. b. When testing is required to be coinpleted by the Contractor, notify City, suf�ciently in advance, that testing vvill be performed. 3. Distribukion of Testing Reports a, Electroiiic Distribution 1) Confirm develapment of Praject directory for electronic submittals to be uploaded to the City's documeut management system, or another external FTP site appro�ved by the City. CITY OF PORT WORTH [Insert ProjectName] STANDAAD CONSTRUCTiQN SPECIFICATE�N D�CUMENTS [lnseri Frojact NUm6er] Rcvised March 9, 2020 0145 23 TESTING AND INSPECT[ON 5ERVIC�S Page 2 of 2 2) Upload test reports ta designated project directory and notify appi•opriate City representatives via email of submittal pasting. 3) Hard Copies a) 1 copy for all submittals submitted ta tlie Praject Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a} Distribute 1 hard copy to the Contractor 2) Tests perfonned by the Contractor a) Distribute 3 hard copies to Cit�'s ProjectRepresentative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete ar Lime material including the fQllowuig information: a. Name af pit b. Date of delivery c. Material delivered B.. Inspection 1. I�Yspectian ar lack ai inspection does not relie�e the Contractor from obligation to perfarm work in accordance with th� Contract Documents. 1.5 SUBMITTALS [N�T USED] 1.6 ACT�ON SUBMTTTALS/INFORMATIONAL SUBMITTALS [NOT CTSED7 l.'� CLOSEOUT SUBMTTTAL� jNOT USED� 1.8 MAINTENANCE MA,TERiAi� SUBIYIITTALS [NOT USED] 1.9 QUAL�TY ASSURANCE [NOT U�ED] I.10 D�LNERY, STORAGE, AND FIANDLING [NOT USED] 1.11 FIELD [SITE} CONDITIONS [NOT USED] 1.12 WARRANTY [N�T USED] PART � - PRODiTCTS [NOT USED] PART 3 - EXECUTTON [NOT USED] END OF SECTION Re�ision Log DATE NAME SLTMMARY OF CHANGE 3/9/2D2U D,V. Magana Removed reference to Buzzsaw and noted that eiectronic submittals be upEoaded through the City's document managemeist system. CITY OF FOI2T WpRTH [Inseri Project Name] STAI�lDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Re�ised Maroh 9, 2D20 o� 5a ao - r TEMPORAI2Y FACILITIES AND CD3VTROLS Aage 1 of4 1 SECTION Ol 5Q 00 2 TEMPORARY FACILITIES AND CONTR�LS 3 PART1- GENERAL 4 l.l SUMMARY 5 A. Section Includes: 6 1. Provide temporary faciIities and conirols needed for the Work inc�uding, but nat 7 necessarily limited to: 8 a. Temporary utilities 9 b. 5anitary facilities 10 c. Storage Sheds and Buildings 11 d. Dust control 12 e. Temporary fencing of the constructian site 13 B. Deviations from this City of Fort WorCh Standard Spacr�cation 14 1. None. 15 16 17 18 1.2 C. Related Speaiftcatian Sections include, but are not necessari�y limited to: 1. Division d— Bidding ftequirements, Contract Forms a��d Conditions of �he Contract 2. Division 1— General Requirements PRICE AND PAYMENT PR�CEDURES 19 A. Measurement and Payment 20 1. Work assacsated with this Ctem is considered subsidiaty to the various Iiems bid. 21 No separate payment wi11 he aIlowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINYSTRATIVE REQLTIREMENTS 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility. service companies fo.r temparary services. b. Abide by rules and regulations of utility service companies or authorities ha�ing jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) �ncluded are fuel, power, light, heat and other utility services necessary %r execution, eompletion, testing and initial operation nf Work. 2.. Water a. Contractor to pra�vide water required for azid in eonnectioq wvith Work to be perfarmed and for specified tests of piping, equipment, devic�s or other use as required for the completion of the Work. b. Provide and �naintain adequate supply of potable water for dornestie consum�tion by Contractor personnel and City's Project Representatives, c. Coordinaiion 1} Contact City 1 week before water for construction is desired CITY OF FQRT WQRTH 5YCAMORC CIZEEK INTERCEPTOR REHABILITAT[ON 5Tt1i�IDARD COI�[STRL3CT10N SPECIFiCATiON DOCiJivfENTS CITY PRQ7ECT NO. - U2200 Revised July 1, 201 I O 1 54 00 - 2 TCMPORARY rACILITTES AND CONTROLS Page 2 of 4 l Z 3 4 5 � 7 8 9 10 4. I1 I2 I3 5. 14 15 16 17 18 19 20 21 22 23 Z4 25 26 27 28 z9 30 31 32 33 34 35 36 37 38 39 40 41 d. Contractor Payment for Canstructiozi Water 1) Obtain construction water meter from City for payment as b.illed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required �or Wark, including testing of Work, 1} Provide power for 1'ighting, aperation of equipment, or other use. b. Electric power ser�ice includes temporary power service or generator to maintain operatians during scheduled shutdovvn. Teleplione a. Provide emergency telephone service at Site for use by Contract�r personnel a�id athers performing wark or furnishing services at Site. Temporary Heat and Ventilation a. Pro�ide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure saf� working conditions. B, Sanitary Facilities 1. Provide and maintain sanitary faciiities for p�rsvns on 5ite. a. Cainply with regulations of State and Iocal d�partments of health. 2. Enforce use of sanitary facilities by canstruction personnel at job sit�. a. Enclose and anchor sanitary facilities. b. No diseharge will be allowed from these facilities, c. Collect and store sewage and waste so as not to cause nuisance or 1lealth problem. d. Haul sewage and waste off-site at no less thau �weekly intervals ai�d praperly dispase in accordance with applicable regulation. 3, Locate faeilities near Work 5ite and keep clean and maintained throughoui Project. 4. R�move facilities at co�npletion of Project C. Storage Sheds and Buildings 1. Provide adequately �er�tiIated, watertight, weatherpronf storage facilities with floor above ground level for materials aiid equipment susceptible to weather damage. 2, Starage of materials not susceptib�e to weather damage may be on blacks off ground. 3. Store �naterials in a neat and orderly manfier. a. Place anaterials and equipmant to permit easy access for identification, inspection and inventory. 4. Equip 6uiIding witli lockable doors and lighting, and provide electrical servics for equipment space heaters and heating or ventilatiori as riecessary to pro�ide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to pro�xde drainage away from temporary and existing buildings, b. Aemove buildiiag from site priax to Final Acceptance. 42 D. Temporary Fencing 43 1. Pro�ide and maintain for the duration or construction wlien required in contract 44 dacuments 45 E. Dust Control CITY OF FQRT WOR'1'H SYCAMORE CREEK 1NTERCEPTOR REHx1BILITATlON STt�NDARD CO3�15TRUCTION SF'�CIF'iCAT[ON bOCL1MENT5 CITY FROJECT NO. - 02200 Revised July 1, 20l I 1 2 3 �4 5 6 7 8 9 10 11 0150OD-3 TE3viPORARY FACILITIES ANIa C�NTKOLS Page 3 of A 1. Contracior is responsible for tnazntaining dust contral through the duration of the proj ect. a. Contractor remains on-calI at all times b. Must respand in a timely �nanner F. Temporary Protection of Constructinn 1. Cont�raeta�' or subcantractars are responsible for protecting Work frorn damage due to weather. 1.S ,SIIBMITTALS [1�OT USED] 1,6 ACTION SUSNIITTALS/INFORMATIONAL SUBNIITTALS [NOT U�ED] 1.7 CLOSEOUT SUBMITTALS [NDT USED� 1.8 MAINTENANCE MATERIAL SUBMITTI�LS [NOT USED] 32 1.9 QUALITY ASSUI2ANCE [NOT USED] 13 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.1Z WAR.RANTY [NOT USED] S6 PART 2- PRODiTCTS [NOT USED] 17 PART 3- EXECIITION [NOT USED] 18 3.1 INSTALLERS [NOT USED� 19 3.� EXANIINATION [NOT USED] 20 3.3 PREPA�CATION [NOT USED] 23 3.4 INSTALLATION 22 A. Temporary Facilities 23 1. Maintain all temporary facilities far ciuration of canstruction activities as needed. 24 3.� �REPATR] / [RESTORATION] 25 3.b RE-IN�TALLATION 26 3.� FIELD [ou] SITE QUALITY CONTROL [NOT USED] 27 3.� SYSTEM STARTUP [NOT USED] 28 3.9 ADNSTING [NOT USED] 29 3.1Q CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 31 A. Te�nporary �acilities CITY OF FORT WORTH SYCAMORE CR�EI{ INTERCEPTOR REHABiL,ITATION STANDAIiI� CON3TRUCTIQI�I SP�CIPICATIOi� DOCUIvfENTS CiTY PRp1BCT NO. - 0220U ReVised July 1, 2011 o� soao-a TEMPORARY FACILITIES AND CONTR01.5 Page 4 of 4 1, Remove all temporary faailities and restore area after completion of the VVork, to a conditiaii equal to or bettex thaii prior to stark of Work. 3.1� PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [N�T US�D] 6 END OF SECTTON Revision Log DATE NAME SUMMARY OF GHANGE C[TY OF FORT WQRTH SYCAMORE CREEK INTERCEPTOR REHABILET�.TIOI�! STANbARb CONSTRUCTTON SPECIF[CATiON DOCUMENTS CITY PRQ7ECT NO. - Q2200 Revised.Iuly 1, 2011 Ol 55 2�- I STREET US� FERMIT AND MO�IPICATIONS TO i'IiAFFICCONTROL Page 1 of3 1 2 SECTION O1 55 �6 STREET iJSE PERMIT AND MODIFICATIONS TO TRAFFIC C�NTROL 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrati�� proceduresfor: 7 a. Street Use Permit 8 b. Modificatian of approved traff'ic control 9 c. Removal of Streat Signs 10 B. Deviations from tk►is City of Fort Worth Standard Specification 11 1. None 12 C. Relat�d Specification 5ections include, but are not necessarily limited to: 13 I. Division 0— Bidding Requirements, Contract Farms and Conditions of the Contract i4 2. Division 1— GeneraIRequirements 15 3. Section 34 71 I3 — TrafficContral 16 1.� PRICE AND PAYMENT PROCEDi7RES 17 A. Measurement andPayment 18 I. Work associa#ed with this It�m is considered subsidiary ta the various Itemsbici. I9 No separate payment will be allowed for this Item. 2U 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer tn the eurrent reference s#andard 23 publish�d at the time of the latesf re�ision date logged at the enc� of this 24 speciiication, unIess a date is speciftcally ciied, 2S 2. Texas Manual on Uniform Traffic Control Devices (TMLJTCD). 26 1.4 ADMIlVISTRATNE REQUIREMENTS 27 A. Traffic Conts�ol 28 1. General 29 a. Wh�n traffic control plans are included in the Drawings, provide Tra�c 36 Control in accordance wi�li Draw'tngs and Section 34 71 13. 31 b. When iraffic conirol plaus are not included in the Drawings, prepareiraffic 32 control plans in accordance with Section 34 71 13 and submit to City far 33 review. 34 I) Allow minimum 10 working days for review of proposed Traffic Control. 35 B. Street Use Perm.it 36 1. Prior to i�istalfation of Traffie Control, a City Street Use Petmit isrequired. 37 a. Ta obtain Street U�e Pennit, suhmit Traffic Control Plans ta City 38 Transpvrtation and Public Works Department. CITY QF FqRT WQR`1'I3 SYCAMORE CREEK 1NTERCEPTOR REHABILITATIDN S`I'ANDAR.b CONSTRUCTIOI�i SPECIFICATION �OCUMENTS CITY PROJEC'1' I�iO. - 02200 Revised .fuly 1, 201 I O1 55 ZG- 2 STREET ilSE PHRMI3' AND MODIFICAT101VS TO TRAFFICCONTROL Page 2 of3 1 2 3 1) Allow a minimum of 5 working days for permit review. 2) Gontractor's responsibility ta coordinate review of Traf�c Contral plans for Street Use Pertr� it, such that coiistructian is not delayed. 4 C. Modificatian to Approved Traf�c Control 5 1. Prior to instalIation traffic control: 6 a. Submit revised trafFic control plans to City Department Transpor�ation and 7 Public Vi�orks Department. 8 1) Revise Traffic Control plans in accordance with Section 34 71 I3. 9 2) Allow zninimu�n 5 vvorkiri.g days for review of revised Traff'ic Control. 10 3) It is the Contractar's respansibility to coordinate review af Traffic Camrol 11 plans far Street Use Petmit, such that construction is not delayed. 12 D. Rernoval of Street Sign I3 l. If it zs determined that � stxeet sign must h� remo�ed for constE•uction, then contaet I4 City Transportation and Public Works Department, Signs and Markings Division to I5 remove the sign. i6 E. Teir�porary Signage 17 1. In the case of regulatory signs, replace pertt�anent sign with tetnporary signmeeting 18 requirements of the latest edition of the Texas Manual on Unifann Traffic Control 19 Devices (M[7TCD). 2a 2. Install temporary sign before the reinoval of permanentsign, 2� 3. Whex� cons�ruction is complete, to the extent that the permanent sign canbe 22 reinstalled, contact the Ci .ty Transportation and Public Works Deparrinent, �igns 23 and Markings Division, to rei�istall the permanent sign. 24 F. Traffic Control Staudards 25 1. Traffc Control Standards can be found on the City's website at: http:l/fot�tworthtexas.go�/tpw/contr actorsl ar https:/lapps.fortworkhtexas, gov/Proj ectResources/. 26 1.5 SC1BM1'I'TALS [NOT USED] 27 1.6 ACTION SUBMITTALS/INFQRMATIONAL SUBMMiTTTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT i7SED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT iTSED] 30 1.9 QUALTTY A�5URANCE [NOT USED] 31 1.10 DELIVERY, STORAGE, AND �IANDLING [N�T USED] 32 1.11 F7ELD [STTE� CONDITTONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 34 3S PART � - PRODUCTS [NOTUSED] P.ART 3 - EXECUTION jNOT�USEDj 36 END OF SECTION CITY OP F�RT WORTFi &YCAMOR� CR�EK INTERCEPTOR REHABILITATIQN STAN�ARD CONSTRfJCT1aN SPECIFICATION DOCIIM�NTS C1T�' PROJECT NO. - 0220D Revised July i, 2011 0f 5526-3 STRECT USE PERiaiIT AI�ID M�I]IFICATIONS TO TRAFFICCONTROL Page 3 of 3 Re�ision Lag DATS NAME S[1MMARY OF CHANGB CIi1' OF FORT WORTH SYCAiv1012E CREEK INTERCEPT�R 1tEl3ABILITATION STAt�bAAb CON3TRUCTION SPECIFICATION DOCi]MENTS CITY PROJEC�' NO. - 0220U Revised July 1, 201 I �i�l� ��4�� l���I�ITlt��A�1��.�Y ���� ��i�'� oi s� r3- � STORM WATER POLLUTION PRr.VEN'1'ION Page I oi3 1 SECTION UI �'� 13 2 STORM WATER POLLUTION PREVENTION 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 A. 5ection Inclucies: 1. Procedures for Storm Water Pallution Pre�ention Plans B. Deviations from this City of Fort Wor�h Standard Specification 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: l0 1. Division 0— Bidding Requirernents, Contract Forms and Conditions of the Contract 11 2. Divisifln 1 General Requirements 12 3. Section 31 25 DO — Erosion and Sediment Control I3 1.2 PRICE AND PAY1VlENT PROCEDURES I4 15 16 17 18 19 A. Measurement and Payment l. Consiruction Activit�es resulting in less than 1 acre af disturbance a. Work associated with this Item is considered subsidiary to the �arinus Iterr�s bici. No separate paymen# will be allowed far this Itsm. 2. Construction �letivities resulting in greater than S acre of disturbance a. Measurement and Payment shall be in accordance with Section 31 25 00. 20 1.3 REFERENCES 21 22 23 24 25 26 27 28 24 30 31 32 A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm 1Nater Pollution Prevent'ton Plan: SWPPP �. Texas Commission on Environmentai Quality: TGEQ 5. Notice of Change: NOC A. Reference S�andards 1. Reference standards cited in this Specification refer ta th� current reference standard published at tSie tim� aithe latest revisi�n date logged at the end of this Specification, unless a date is speeif eally citeci. 2. Integrated Storm Management (iSWM) Teehnical Manual fnr Constructiota Controls 33 1.4 ADNiIlVISTRATNE REQUIREMENTS 34 A. (ieneral 35 1. Contractor is responsible for resoluiion and payment of any iines issued associated 3fi wikl� compliance to Stormwater Pollutian Prevention Plan. CITY OP FORT WORTH SYCAMORE CRE�K INTERCEPTOR REHABILITATIbt�! STANDARD COi+]STAUCTION SPCCII'ICATION DOCUMENTS CITY PROJECT [�IO. - 02200 Revised July �, 2011 OI 57 I3-2 5'1'QRM WAT�R POLLUTIqN PR�VENTION Page 2 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 1S 16 17 18 19 20 B. Constructian Activities resu�ting in: 1 2. 3 Less than 1 acre of disturbanae a. Pro�ide erosion ar�d sediment control in accardance with Section 31 25 �0 and Drawizsgs. 1 to less than 5 acres of disturbaiice a. Texas Pollutant Discharge Elimination System (TPDES) General Canstruction Permit is required b. Complete SWPI'P in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXRI50000 a} Sign and post at job site b) Prior to Preconst�•uction Meeting, send 1 copy to Cifiy Departm�nt of Transportation and Public Works, Environmental Division., (817) 392- 6088. 2} I'rovide erosion and sediment eontrol in accordance with: a} Section 31 25 00 bj The Drawings c} TXR150000 General Pennit d} SWPPP e) TCEQ requirements 5 acres or more of Disturbaa�ce a. Texas Pollutant Discharge Eliiniiiation System (TPDES) General Canstruction Permit is required b. Complete SWPPP in accordance wid� TCEQ requiremants 1) Prepare a TCEQ NOI %rm and submit to T'CEQ along with required fee a) 5ign anc! post at job site b) Send copy to City Depar�ment of Transportatian a��d Public Works, Environmental Division, (8l7} 392-60$S. 2) TCEQ No�ice of Change required if makuig changes ar updates to NOI 3) Provide erosion and sediment control in accordance with: �� S�C�1DI1 � 1 2S OO b) The Drawings c) TXR150000 General Pennit d) SWPPP e) TCEQ reyuire��ients 4) Once the project has been campleted and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termivation can be submitted. a) Send copy to City Department of Transportation and Public Works, Enviraz�mental Division, {817} 39Z-6Q88. 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 4Q 1.� SIIBMITTALS 41 42 43 44 45 46 47 A, SWPPP Submit i�a accordance with Sectio�� Q1 33 OQ, e�cept as stated herein. a. Prior to ihe Preconstruction Meeting, submit a draft copy of SWPPP to tlae City as falZows: 1) 1 copy to the City Project Mana�er a) CiTy Project 1Vlanager will forward to tlie City Departmenf af Transportatio�a and Public Vl�orks, Enviroiimental Division for review CITY DF FORT WORTH SYCAMOR� CREEK 1NTERCEPTOR REHABILITATION STANDAItD CONSTRUCTION SPECIFICATIQN DOCUMEN'CS CITY PROJECT I�iO. - 02200 Revised 7u1y 1, 2011 O1 57 13- 3 STORNi WATER POLLUTIQN PREVENTION Page 3 of 3 i B. Modified SWPPP 2 1, If the S'VVPPP is revised during construction, resubmit modi�ed SWPPP to the City 3 iii accordance witli Section O1 33 00. 4 1.6 ACTION SUBNIITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 GLOSEOUT �UBNIITTALS �NOT USED] 6 I.8 MAiNTENANCE MATERIAL SUBMITTALS [NOT USEDj 7 S 9 10 11 1.9 QT7ALITY A�SURANCE [NOT USED] i.10 DELIVERY, STORAGE, AND FIANDLING [NOT USED] 1.11 FIELD [SITE] CONDITION� [NOT USED] 112 WAR.RANTY [NOT USED] PART � - PRODUCTS [NOT USEDj 12 PART 3- EXECIITION [NOT USED] 13 14 END OF SECTION Revision Log DAT� NAME SUMMARY OF CHANGE 15 CITY OP FORT WORTH SYCAMORE CREEK INTERC�PTOR REHABIi.ITATION STANDARD CONSTRUCTION SP�CIFICATION BOClJMENTS CITY PROdECT NO. - 02200 Revised.luly 1, 2D11 �"r�if� ��4�,c fJ�f'fL�T1�I��l.s�.Y L�FY E�Lr�,�it 015813-1 TEMPaRARY PROJECT SIGNAGE Page 1 of 3 1 2 3 PARTI- GENERAL 4 l.l SUMMARY SECTION Dl �8 13 TEMPORARY PR47ECT SIGNAGE 5 A. Section lncludes: 6 1. Temporary Project Signage Requirements 7 B. Deviations from this City of Fort Worth Standard S.peci�cation 8 l. None. 9 C. Related Specificatian Sections u�clu.de, but are not necessarily limi#ed ia: 10 i. Division 0— Bidding Requirements, Contract Forms and Conditioi�s of the Contract 1 S 2. Division 1— General Requirements 12 1.� PRICE AND PAYMENT PROCEDiIRES 13 A. Measurement and Payment 14 1. Wark associated with this Item is considered subsidiary to ttie �arious Items bid. I5 No separate payment will be allowed far t�is ltem. 16 1.3 REFERENCES �NOT USED] 17 1.4 ADMINLSTRATIVE REQUIItEMENTS [NOT USED] 18 1.� SUBMITTALS [NOT USED] �9 i.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT IISED] 20 21 1.i CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUSMITTALS jNOT iTSED] 22 19 QUALTTY ASSURANCE [NOT USEDj 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] �ONDITIONS [NOT USED] 25 112 WARRANTY [NOT IISED] 26 PART 2 - PRODUCTS 27 2$ 29 30 3l �.1 OWNER-FURNISHED [o�] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.� EQUIPMENT� PR�DIICT TYPESy AND MATERIALS A. Design Criteria 1. Provide free standing Project Designation Sign in accordance with City's Standard Details for project sigi�s. CITY OF FDRT WORTI-1 9YCAMORE CREEK TNTERCEPTdR REHABILITATION STANDARD CONSIRUCTI03d SPECIFICATIOA! DpC[ TMENTS CITY PROJECT NO. - UZ200 Revised July 1, 2011 OI5813-2 TEMPDRARY PI20]ECT STGNAGE Page 2 of 3 l B. Materials 2 l. Sign 3 a. Constructeci af 3/4-inc�i fir plywood, grade A-C (eXterior) or bette�• 4 2.3 A�CCESSORIES [NOT USEDJ S 2.4 �OiJRCE QIIALITY CONTROL [NOT USED] 6 PART 3 - EXECUTION 7 3.I INSTALLERS [NOT USED] 8 3.� EXAIVIINATION [NOT USED] 9 3.3 PREPARATION [N�T USED] 10 3.4 INSTALLATION 11 A. General I2 1. Provide vertical installation at extents of project. 13 2. Relocate sign as needed, upon request of the City. 14 B. Maunting options 15 a. 5kids 16 b. Pasts 17 c. Barricade 1 S 3.5 REPAIR / RESTORAT�UN [NOT USED] 19 3.6 RE-INSTALLATION jNOT USED] 20 3.7 FIELD [ou] SITE QU.ALITY CONTROL [NOT USED] 21 3.$ SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT i1SED] 23 3.10 CLEAPTING [NOT USED] 24 3.11 CLOSEQUT ACTIVITIES [NOT USEDj 25 3.1� PROTECTIQN [NOT II�ED] 26 3.13 MAINTENANCE 27 A, General 28 1. Maintenance wi11 inelude paissting and repairs as needed or directed by tl�e City. 29 3.14 ATTACHMENTS [NOT USED] 3p END QF SECTI�N CITY OP rORT WqRTH SYCAMORE CREEK INTERCEFTOR REHABILITATION STANDARD CONSTRi1CTIpN SPECiF]CATION DOCUMENTS CITY PROJECT NO. - 02200 Revised duly 1, 20] l ai ss i� -3 TEIvIPORAI2Y PROIECT SIGNAGE Page 3 of3 Revision Log DATE NAM� SUMMARY OF CHANGE CITY OF FORT WQRTT-1 SYCANfdRE CRCEK INTERCEPTOR REHABILITATION STANQARb CONS7'AUCTIOI� SPECIFICATION DOCUMEPfTS CITY FROJECT NO, - 02200 kZevised Iuly 1, 201 I rr�r� ���� e,����r�r��t��z� t��r��.��r,� Dl 60 00 PRODUCT RCQUIREMENTS Page 1 af 2 SECTION 0160 00 PKODUCT REQUIREMENTS PART 1- GENERAL 1.1 SCIMMARY A. Sectinn Includes: 1. References for Product Requirements and City Standard Praducts List B. Deviations from this City ofFort Worth Standard Specifcation 1. Nane. C. Related Specification Sections iiic�ude, but are no# necessarily limited to: 1. Division 0— Bidding Requirements, Contract Farms and Conditions of the Contract 2. Di�ision 1— General Requirements 1..2 PRICE AND PAYMENT PROCEDURE� [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. A list of City approved ptoducts for use is avaiiable through the City's we6site at: hftps://apps.fort�vvarthte�s.gov/ProjectResaurces/ and following t}�e directory patli; Q2 - Canstruction DacumentslStandard Products List B. Only products specifically ineluded on City's Stat�dard Pxoduct List in these Contract Documenfis shall be allowed for use on the Froject. l. Auy subs.equentiy appraved products will oiily be allowed for use upaji specific approval by the City. C. Any specific product requireinents in the Contract Dacuments supersede similar products included on the City's Standard Product List. 1. The City resarves the right to not allow prvducts to be useci for ceztain projects even though d�e product is listed on the City's S.tandard Product List. D. Althou.gh a specific product is includad an City's Standard Product L�st, not all products fram that manufactzarer are appro�ed for use,. including but nat limited to, tllai manufaciurer's standard product. E. Sea Section O1 33 00 for submittal requirements of Product Data incIuc3ed onCity's 5tandarci Product List. 1.S SUBMITTALS [NOT USED] i.6 ACTION SUSMITTALSIIIVFORNiATTONAL SUBNIITTALS [NOT USED] 1.7 CLOSEOUT SUBNIITTALS [NOT USED] 1.8 MAINTENANCE MA,TERIAL SUBMITTALS [NOT USED] CI'1"Y OF FORT WORTH SYCAMORE CAEEK 1NTERCEPTQR REHABTLjTAT1DN STANDARD CO3�ISTRUCTION SFECIFICATION DOCUM�.7�lTS CITY PRQJ�C'T NO. - 022D0 Revised March 4, 2020 o� 600a PRODUCT i�QUIEiCM�N'CS Page 2 of 2 1.9 QUALITY ASSiTRANCE [NOT USED] 1.1D DELIVERY, STORAGE, AND HANDLING [NOT USED] l.11 FIELD [STTE] C�NDITIONS jNOT USED] Ll2 WARRANTY [NOT USED] PART 2 - PRODiTCTS [NOT USED] PART 3- EXECi]T�ON jNOT U�ED] END OF SECTION Revision Log DATE NAME 141I2112 D.Johnson 3/9/2020 � D.V. Magana SUMMARY OF CHANGE Modifed Lacation of City's Standard Praduct List Removcd reference to Buzzsaw and noted that the City approved produels ]ist is aceessible through the City's website. CITY OP TORT WORTH SYGAMORE CR�EK INTERCEPTOR REHABILITATION STANDARD CQNSTRUCTION SPECiFICATION DOCUMENTS CITY PROJECT I�30. - 02200 [te�ised March 9, 2aza O16600-1 PRODUCT STpRAGE AND HAI�lDLING REQUIREMENTS Page 1 of 4 1 2 SECTION Ol 66 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1-GENERAL 4 1.1 SUMMARY 5 A. SectianInclude:s: 6 1, Scheciuling of praduct deiivery 7 2. Packaging of products for delivery 8 3. Profection ofproclucts against damagefrom: 9 a. Handling 10 b. Exposure to el�ments or harshenvironments 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 14 15 16 1.2 C. Related Speci�catian 5ections include, hut are not necessarily limiteci to: 1. Divisian 0— Bidding Requirements, Contract Forms and Conditions of tI�e Contract 2. Division 1 — GeneralRequirements PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Fayment j8 1. Wark associated with this Item is considered s.ubsidiary to the various Itemsbid. 19 No separate payment will be alIovved for this I�em. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMIlVISTRATIVE REQUIREMENTS [NOT USED] 22 1.� SUBMITTAL� [NOT iISED} 23 1.6 ACTION SiTBMTTTALSIINFORMATIONAL SUBMITTALS [NOT IISED] 24 1.� CLOSEOUT SIIBNIIT'TAL� [NOT USED] 25 1.8 MAINTENANCE MATERIAL Si7BNIITTALS [NOT USED] 26 1.9 QIIALITY ASSURANCE [NOT U�ED] 27 1.10 DELIVERY AND HANDLING 28 29 3D 31 � � A. Delivety Requirements 1. Schedule delivery of products or equipment as reyu�red ta allow timelyinstallation and to avaid prqlonged storage. 2. Pra�ide appropriate personnel and equipmenfi to receivede�iveries. 3. Delivery trucks wilI no� be permitted ta wait extended periods of time on theSite for personnel or equipineirt to receive the delivery. CTTY QF PO1iT WORTH S'Y'CAMflRE C1i�EK INTEFtCEPTOR REHABILITATION STANDARD CONSTRUCTION SPECIPICATION �OCUMENTS CITY PRDJECT NO. - a220Q Revised July l, 2011 Q16600-2 YROI7lIC'I' STpRAG� AND HANDI.I1*!G REQUIREIVI�NTS Page 2 af4 1 4. Deliver products or equip�nent in maiiufacturer's ariginal unbroken car�ons orother 2 containers designed and constt�ctcted to protect the conte�sts fi'om physical or 3 environmental damage. 9� 5. Clearly and fully mark an.d identify as to manuiacturer, item and ij�stallatian 5 Iocation. 6 6. Pra�ide mai-►ufacturer's instructions for storage andhandling. 7 B. Handiing Requirements S 1. Handle products or equipment in accardance wiih these Contract Documentsand 9 manufacturer's recommendations and instructions. 10 C. �torage Require�nents l l 1. Stare materials in accordance with manufacturer's recomanendations and 12 requirements of these Specificatioris. 13 2. Make necessary provisions for safe storage of traatcrials a�id equipm.�nt. 14 a. Plac� lnose soil materials a��d materials to be incorporated into Wark to prevent 15 damage #o any part of Wark or e�isting faciliti�s and to maintaiu free access at 16 all tirnes to all parts of Work and ta vtility service company installations in 17 vicinity of Wark, 18 3. 19 20 21 22 4. 23 24 5. 25 26 Keep materials and equipment neatly a�}d cornpactly stored in locations that wi11 cause m�nimum inconvenience to other contractors, public tra�el, adjoiniiig owners, tenants and oceupants. a. Arrange storage to provide easy access for inspection. Restrict storage to areas available an construetion site for storage of material and equipment as shown on Drawings, or approved by City's Project Representative. Provide off-site storage and protectioi� wheii on-site storage is not adeguate. a. Frovide addresses of and aocess to off-site storage locations %r inspection b� City's Project Representative. 27 G, Do not use lawns, grass plots or ather private property for storage purposes withaut 28 written permission of owner or other person iii possession or control of premises. 29 7. Stare in manufacturers' unopeneci containers. 30 8. Neatly, safely and compactly stack maieriais deli�ered and stored along line af 31 Work to avoid inconvenience and damage to praperty owners and general public 32 and inai��tain at least 3 fe�t fro�n fire hydrant. 33 9. Kee� public and private dri�eways aiid street crossings open. 34 10. Repair or repIace damaged lawns, sidewalks, streets ar other iinprov�me�rts to 35 satisfaction of C�ty's Proj�ct Representative. �6 a. Total length which inaterials may be distributed along route of co��struetion at 37 one time is 1,000 linear feet, unless otherwise approved in writing by City's 38 Praject Representati�e. CITY OP rDRT �VDRTH SYCAMQEi� CR��K IiJTERCEPTUR REHABILITAT[ON STAN�ARD CONSTRUCI'[qN SPECIF[GATION DOCUM�NTS C1TY PI20]ECT IVO. - 02200 Revised 7uly l, 20ll D16600-3 PRODU�T STORAGE AND HANDLING REQUIREMENTS Page 3 af 4 1 1.11 FIELD [SITE] CONDITI�NS [NOT USED] 2 1.1� WA1tRANTY [NOT USED] 3 PART � -PRODUCTS [NOTUSED] 4 PART 3 - EXECUTTON 5 6 q S 9 10 11 I2 13 14 i5 16 17 18 I9 20 21 � �i 2r� 25 25 27 28 29 30 3.1 INSTALLERS [NOT U5ED] 3.� EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIlt 1 RE�TORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [ox] S�TE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior tounloading. B. Non-Confarming Wor.k 1. Reject all products or equrpment tliat are dat�aaged, used or in any o�herway unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Pratect all products or equipm�nt in aceordance with manufacturer's written directions. B. �tore products or equipment in locatian to avoid physical damage to items while in storage. C. Protect equipment from expasure to elements and keep thoraughly dry if requi�•ed by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH SYCAMORE CI�BK IN"fE12CEPTOR RE�IABiLITATION STANDAIZCI Cqt+�STRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. - 02200 Rerised .luly 1, 20I 1 411 66 QO - 4 PRObUC'I' S'I'ORAGE AND HANDLING ALQU1REIVIENTS Page 4 of 4 Re�ision Log DATE NAM� SUMMARY OF CHANGE CITY OF FOR'� WORTI3 SYCAMdRE CRE�K [NT�RCEPT�RREHABILITATION STANDARD CON3TRUCTIO�I SPECIFICATIQN bOCUMENTS C!1'Y PROJECT Np. - D2200 Revised July ], 2011 oi 7a oo - i MOB.ILIZATION ANB 1�MOBILIZATION Page 1 of 5 � 3 PART1- GENERAL SECT�ON 01 70 00 MOBILIZATION AND REMOBILIZATION 4 1.1 SUMMARY 5 A. Section Includes: b 7 8 9 10 11 12 13 14 15 16 17 18 19 2Q 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 1. Mobilization and Demobiljzation a. Mobilization 1) Transportation of Contractor's personneI, equipment, aud aperating suppIies ta the Site 2) Establishment of necessary general facilities far the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor's parsonnel, equipment, and operating supplies to another location within the designated Site 5} Relocation of n�cessary general facilitie� for the Contractor's operation from 1 location to another locatia.n on the Site. b. DemQbilizat�on 1) Transportation of Contractor's personnel, equipment, and operating supplies away from the Site including disassembiy 2) Site Clean-up 3) Remn�al of al1 buildings and/or ather facilities assembled at the Site for this Contraci c. Mobiiization and Demobilizatinn da not include activities for specific items of work that are fbr which payment is pravided elsewhere in the co�rtract. 2. Remabilization a. Remobilizatidn fnr Suspension of Work specifically required 'u� the Contract Documents ar as required by City includes: 1} Demobilization a) Tra�isportation of Contractar's personnel, equipment, and operating supplies from the 5ite including disassembly or tempararily securing equipinent, supplies, and other facilities as designated by the Contract Ilocurnents necessary to suspend tl�e Work. b) Site Clean-up as designated in the C�ntract Dacutnents 2j Remabilization a) Transportation of Contractor's personnel, equipment, and aperating supplies to the Site necessary to resume the Work. h) Establishment of necessary general faeili#ies for the Contraetor's operation at the Site ne�essary to resume the Work. 3} No Payments �vill be made for: a) Mobilization and Demobilization from one location to another on �he Site in the normal pragre.�s of performing the Wnrk. b) Stand-by or idle time c) Lost pro�ts 3. Mobilizations and Demobil�zation for Miscellaneous Projects a. Mobilization and Demobilization CTTY �F FORT WORTH SYCAMORE CKCEK INT�RC�PTQR R�HAHiLI`I'ATION STANDARD CONSTRUCTIQN SFECIPICATION DOCUMENTS C1TY PR07�CT NO. - 0220U Re�ised Novemher 22, 2016 Oi 7U 00 - 2 Mp131LIZAT]qN AND REMO�II,IZATION Psge 2 of 5 1 1) Mobilization shall cansist af the activities aiid cost on a Work Order basis 2 necessary for: 3 a} Transportation af Cantractor's personnel, equipment, and operating 4 supplies to the Site far die issued Work Order. 5 b) Establishment of necessary general facilities for the Cantractor's 6 operation at the Site for the issued Warfc Order 7 2} Demobilization s.hall consist of the aativities and cost necessary for: 8 a) Transportatiori of Contractor's personnel, equipment, and operating 9 s�appiies from the Site in,cIuding disassembIy for each issued Work 1Q Order 11 b) Site Clean-up for each issued Work Order 12 c) Removal of all buildings or ather facilities assemb�ed at the Site for 13 each Wark Oder 14 b. Mobilization and Demobilization da not includa activities for speciiic items of 15 work for which payinent is provided elsewhere in the cantract. 16 17 l8 i9 20 21 22 23 4. Emergency 11�Iabilizations and Demabilization %r Miscellaneous Pro}ects a. A Mobilization for MiscelIaneous Prajects when directed hy the City and the mobilization occurs within 24 hours of the issuance of the Work Ord�r. B, Deviations firom this City of Fort lWorth Standard Specification l. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0-- Bidding Requirements, Contract Forms and Conditians af the Contract 2. Divisiofi 1— Genaral Requirements 24 1.� PRICE AND PAYMENT PROCEDURES 25 f Mo�b�ilization and Demo4�ilization 26 a. Measure 27 1) This Item will be measured by the ]u�np sum or each as the work 28 progresses. Mobilization is calculated on the base bid only and wi11 not be 29 paid iar separateIy on any additive alternate items added to the Contract. 3Q 2} Demobilization shall be considered subsidiary to the various bid items. 31 b. Payment 3�. 1} For this Itein, the adjusted Contract amount will be calculated as the total 33 Contract ainount less the lump sum far mobiliza�ion. Mobilization shall be 34 made in partial payments as follows: 35 a) When 1% o�tl�e adjusted Contract amount for eonstruct�on Iterns is 36 earned, SU% of the mohilization lump sum bid or 5°/a of the tatal Contract 37 amount, whichever is less, will be paid. 38 b) When 5°/o of the adjust�d Conixact amaunt foe constrUction Items is 39 earned, 75%a of the mobilizatioi� lump surri laid or 5% of the total Confract 40 amot�i7t, whiche�er is less, will he paid. Previous payments under t�e I#ern 41 will be deducted from this amount. 42 c) When 10% of the adjusted Contract atnaunt far construc#ion Items is 43 earned, 1 QO% of t11e mobilization lump surn bid or 5% of the total Contract 44 amount, whichever is less, wi11 be paid. Previous payinents under the Itein 45 wi11 be deducted from tl�is amosmt. CITY QF FORT WOR'CEI SYCAMORE CREEK INTERCEPTOR REHABILITATIOI�I STANDARD CONSTRUCTION SP�CIFICATION bOCUMENTS CITY PROJECT NO. - 02200 Revised November 22, 2016 01700U-3 MQBILIZATION AND 1tEMOBILIZATION Page 3 of 5 1 d) A bid containi�� a tatal for "Mobilization" in excess af S% of total 2 contract shall be considered unbalanced and a cause �ar cansideration 3 of rejection. 4 e) The L�mp Sum bid for "Mobilization — PavinglDrainage" sha�l NOT 5 include any cost or sum for mobilization items associated with 6 water/sewer items. Those eosts shal� be included in the various 7 waterlsewer brd Items. Otherwise the bid Items shall be considered 8 unbalanced and a cause for consideration of rejection. 9 � The Lump Sum bid for "Mobilization — Paving" shall NOT include l0 auy cost ar sum for mobilization items associated with drainage rtems. 11 Thase costs shall be included in the "Mobilrzation — Drainage" Lump �2 Sum bid Item. Otherwise the bid Items shal� be considered unbalanced 13 and a cause far consideration of re�ection. 1�4 �) The Lump Sum bid for "Mobilization -- Draina�e" shali NOT 1S include any cost or suaa for mohilization items associated with pavin� 16 items. Those costs shall he included in the "Mobilization — P�ving" 17 Lump �um bid Item. Otherwise the bid Items shall b� considered 18 nnbalaneed and a cause for consideration of rejection. 19 2} The wark performed and materials furr�ished for demo6ilization in 2p accordance with this Item are subsidiary to the various Items bid and no otl�er 2] compensatian will be allowed. 22 23 24 25 26 27 28 29 30 31 32 33 34 35 Z. Retnobifizatioa for sus�ension of Work as specifically required in the Contract Documents a. Measurem�nt 1} Measurement for this Item shall be per each remobilizatinn performed. b. Paym�nt l) The work performed and materials furnished in accordanca with this Itein and measured as provided under "MeasUrement" will he paid fnr at the unit price per each "Specified Remobilization" in accordanee witli Contract Documents. c. The price shall include: 1} Demobilization as described in Sectiou 1.1.A.2.a.1} 2) Remobilization as deseri6ed in Section 1.1.A.2.a.2) d. No payments wiYl be made for standby, idle time, or lost pro�ts associated this Item. 36 3. Remobilization for suspension of Work as required by City 37 a. Measurement anci Payment 38 1) This shall be subrr�itted as a Contract Claim in accordanee with Article 1 Q 39 oi Section DO 72 00. 40 2) No payments will be made for staudby, ic�le time, or lost profits associated 41 with this Ifem. 42 4. Mobilizations and Demobilizations for Miscella�ieous Projeefis 43 a. Measurement 4� 1) Measurement for this Itetn shall b� f4r each Mobilization and 45 Demobilization required by the Cantract Documents 46 b. Payrnent CITY Oi' FOAT WORTH SYCAMOR� CREEK INTERCEPTOR 1tEI IAIiLLITATION STANDARD COPlSTRUCTIpA! SPECIFICATlOI�! DOCUMCNTS CITY PROJECT NO. - 02200 Revised November 22, 2016 oi �o ao -a MOBCLIZATIpN AND REMOSILIZATTON Page 4 of 5 1 2 3 4 5 6 7 8 9 1� 11 12 13 14 15 16 1'i 1$ 19 20 21 22 23 2� 25 C. d. 1) The Work performed and materials furnished in accordance with this Item a��d measured as provided under "Measurement" wilI be paid far at the unit price per each "Warl� Order Mobilization" in accordance with Contract Do.cumeuts, Demobilizatiou shall be cansidered 5ubsi.diary to mobilizatioil and sha11 not be paid �or separately. The price shall include: 1} Mobilizatian as described in Section 1.1.A.3:a. ]} 2} Demobilizatian as described in Section 1.1.A.3.a.2) No payments will be made for stai�dby, idle time, ar lost prafits associated this Item. 5. Emergency Mobilizations ai�►ci D�mobilizations for Miscellaxieous Projects a. Measurement 1} Measurement for this Itern shall be for each Mobilization and Dernobilization required by tl�e Contract Documents b. Payment 1} The Work performed an� materials furnished in accordance with tl�is Item and rneasured as provided under "Measurement" wiIl be paid t'or at the unit price per each "Wark Order Emergency Mobilization" in accarda.nce with Contraet Docuinents. De�nobilization shall be cons�dereci subsidiary to mobilizatian and sha11 not be paid %r separately. c. The price shall include 1) Mobilization as descri�.ed in Sectio�� 1.I.A.A.a) 2} Demobilization as described in S�ction 1.I .A,3.a.2} d. No payments wil] be made for standby, idle time, or lost pxo�ts associated this Item. 2b 1.3 REFERENCES jN�T USED] 27 1.4 ADMINISTRATIVE REQUIltEMENT� [NOT USED] 28 1.� SUBNIITTALS [NOT USED] 29 L6 INFORMATIONAL SUBMITTALS [NOT IISED] 30 l.i CLOSEOiTT SUBMITTALS [NOT USED] 31 1.� MAINTENANCE MATERTAL SUBMITTALS [NOT USED] 32 1.9 QLTALITY ASSURANCE LNOT USED] 33 1.1Q DELIVERY, STORAGE, AND HANDLING [NOT iTSED] 34 1.11 FIELD [�ITE] CONDITTQNS [NOT USED] 35 1.1� WARRANTY [NOT USED] 36 PART � - PRODUGTS [NOT i7SED] 37 PART 3- EXECUTION [NOT USED] 38 END OF SECTION C[TY OF FQRT WORTH SYCAM�RE CREEK INTERCEPTOR REHABIL[TATIQN STANT]ARD C�NSTRUCTIOIV SP�CIFICATION DOCUMENTS C]TY PR0IECT NQ. - 0220Q Revised Novem6er 2�, ZQIb oi�aoo-s MOBILIZATION AND REMOffiLiZA7'lON Page 5 of 5 Revision Log 2 DATE I NAME SUMM�RY O�' CHANGE ] I/22/1b Michael Owen 11.2 Frice and Payment Procedures - Re�ised specification, including blue text, ta �make specificativn flexible for either subsidiary or paid bid item for Mol�ilization. CITY OF FflRT W4RTH S�CCAMORE CREEK INT�RC�I'`I'pl2 E��HABILITATION STAIVDAlib CONS1'RUCTIOi�! SPECIFICATIOI�f DOCUMENTS CiTY PRO:lECT I�iO. - 02200 Revised NoVemher 22, 201 G ��rr� ���� rr�r�r�rr����z� z��� �z��� O17123-1 CONSTRUCTION STAKING AN� SURVEY Page 1 of 8 1 2 3 PART 1- GENERAL 4 �.1 SLTMMARY 5 6 7 8 SECTION Ol 7 ] 23 CONSTRUCTI�N STAKING AND SURVEY A. Section Includes: 1. Requirements for construction staKing and construction survey B. Deviations from this City of Fort Worth Standard Specification 1. Na��e 9 C. Related Specification Sections include, but are not necessarily limited to: l0 1. Division 0--Bidding Rsquirements, Contract Forms and Conditions ofthe Contract 11 2. Divisinn 1— General Requirements 12 1.� PRICE AND PAYMENT PROCEDLTRES 13 14 15 16 l7 i8 19 2Q 21 22 23 24 25 26 2'1 28 A. Measurement andPayment 1. Construction Staking a. Measurement I) Measurement for this Item shail be 6y lump sum. b, Payment 1) The wark performed and the materials furnished in accordance w. ith this Item shall he paid for at #he lump sum price bid for "Construction Staking", 2} Payment for "Construction Staking" shall be made in partial paymeiits prorated by wark completed compared to tatal work included in the lump sum item. c. The price bid sha1S include, but not be limited to the following: 1) Verificatian of contr�l data provided by City. 2) Placement, maintenance and replacemea�t of required stakes and markings in the field. 3} Preparation and submitta3 of construction staking docu�nentation in the form of "cut sheets" using the City's standard template. 29 2. Consteuc�ion Survey 30 a. Measurement 3l I) This Item is considered subsidiary to the various items bid. 32 b. Payrn�nt 33 1) The work performed and the materials furnished in accordauce witl� tl�is 34 Item are subsidiary to the various Items bid and no other compensation wilI ho 35 allowe�i. 36 3. As-BuiltSurvey 37 a. Measurernent 38 1) M�asurennent for this Item shall be by Iump sum. 39 b. Payment 40 S) The work performed and the materials furnished iti accordance wit�t this 4l Itetn s11all be paid for at the lump sum price bid %r "As-Built Survey". CITY OF FORT WDRTH SYCANlORE CREEK 1NTERCEFTOR RE.HABILITATIQN STAi�IDARD CONSTRUCTION SPECIFICATIDN DOCUM�NTS CITY PROJECT NO. - 022Q0 Revised February 14, 2018 at �� a3 -2 CpNSTRLTGT[QN STAKING ANI?SURVEY Page 2 of S 1 2 3 4 5 6 7 8 9 2) Payment for "Construction Staking" shall be inade in partial payments prorated by work completed campared to tatal work included in the luinp sum item. c. Ti�e price bid shall include, but not be iimited to the following:: 1) Field measurernents and survey shots to identify location of eompleted facilities. 2) Documentation and submittal of as-built survey data anto contractor radline plans and digital survey �iles. 10 1.3 REFERENCES I1 A. Definitions I2 1. Construction Survev - The survey measurements made prior to arwhile I3 construction is in progress to control elevation, horizontal positian, dimensions and I4 conftguration o�structures/improvements included in the ProjectDrawings. 15 2. As-built Sur�ev —The measurem�nts made after the coiistruction afthe 16 improvement features are complete to provide position coordzna#es for the feaiures l7 af a project. 18 3. Constructian Stakin — The placement o�'stakes and markings to prowideoffsets 19 and elevations to cut and fiill in order to locate on the ground the designed 2[} structures/iinprove�nents included in tha Project Drawings. Construction stakiiag 21 sha[1 inciude staking easements andlor right of way if uidicated on the plans. 22 4. 5urvey "Field Ch�cks"—Measurements made after construction stakingis 23 e.ompleted and before construction work begins to ensure that struchires marked on 24 the graund are accurately located per Project Drawings. 25 B. Technical References 26 1. City of Fart �Vortlr — Construction Staking Standards (available an tihe City's website at: I�tfp:/lfortworthtexas.gov/tpw/coirtractors/ or https://apps.fortwor�htexas.gov/ProjectResources/ — Q1 71 23.16.01_ Attachment AuSurvey �taking Standards 27 2. City of Fart Worth - Standard Survey Data Collector Library (fxl) files{available an the City's websi�e at: 28 hYtp:/lforiwor�htexas.govltpwlcont��actors/ or https://apps.fortwortlitexas, gavlProj eetResattirces/. ). 29 3. Texas Departme�rt of Transportatian (TxDOT} Survey Maiival, lafiestrevision 30 4. Texas Saciety ai ProFessional Land Surveyors (TSPS), ManuaI of Practice for Land 31 Surveyi�ig in the State of Texas, Catagory 5 34 lA ADNIINISTRATIVE REQUIREMENTS 3� 36 37 38 A, The Contractor's selection of a surveyor must compl� with Texas Governrnent Code ���4 (qualifications based selection) for this praject. 1.5 SUBMITTALS A. Sub�nittals, if required, shall be in accordance with Section O1 33 Q0. 39 B. �1] submittals shall be recei�ed and revie�ved by the City priar to deli�ery ofwork. 40 1.6 ACTION SUBNIITTALS/INFORNiATIONAL SIIBMITTALS 41 A. Field Quality Control Submittals CITY O]^' FORT WORTH SYCAMORE CREEK INTERCEPTDR REHABILITATI�N STAA]DARD CON5TRUCTIdN SPECI�ICATION DOCUNIENTS CiTY PR0IECT NO. - 022Q0 Re�iscd Febru�ry 14, 2418 DL7123-3. CONS7'1tiJCTION STAKING AI�lD SURV�Y Page 3 af 8 1 1. Documentation verifying accuraey of field engineering work, including coarc�inate 2 conversions if plar►s do not indicate grid or ga'ound eoordinates. 3 2. Suhmit "Cut-Sheets" confflrming to the standard te�npIate pro�ided by the City 4 (refer to O1 7I 23.16.0 I— Attaehment A— Survey Staking Standards). S l.i CLOSEOUT SUBNIITTALS 6 A. As-built Redline Drawing Submittal 7 8 9 10 11 12 13 14 15 1. Suhmit As-Built Survey Redline Drawu�gs documenting the lacations/elevations of constructed improvements signed and sealed by Registered Prafessional Land Surveyor (RPLS) responsible for the work (refer to Q I 71 23.16.01 -- Attachment A — 5urvey Staking Standards} . 2. Contractor shall submit the praposed as-built and completed redlinedrawing suhmittal Qne (1) week prior to scheduling the project final inspection for City review and comment. Revisions, if necessary, shall be rnade to the as-built redline drawittgs and resubmitted to the City prior ta scheduling the construction final inspection. 16 1.8 MAINTENANCE MATERiAL Si]BNIITTALS {N�T USED] 1'i 1.9 QUALITY ASSURANCE 1$ 19 20 21 �z 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 3$ 39 40 41 42 43 A. Construction Staking 1. Construction staking will be performed by the Contractor. 2. Coordination a. Contact City's Project Representative at least one week in advance notifying the City of when Construetion Staking is sche.d�led. b. It is the Cantractar's responsibi�ity to coordinate staking such tk►at construction aetivities are not delayed or negati�ely irnpacted. 3. Geueral a. Contractor is respansible for preserviiig anc� maintaining stakes. If City surveyors are required to re-stake for any reason, the Contractor will he responsible for costs to pe��orm staking. If in the opinion ofthe City, a sufficient numher of s#akes or markings har�e been Iost, destroyed disturbed or omitted that the contractec� Work cannat take place then the Contractor wilI be req�ired to stake or re-stake flie def cient areas. B. Construction Survey 1. Construetion Sur�ey will be performed by the Contractar. 2. Coordinatian a. Contractor to verify that harizontal and ver#ical contrnl data established in the design survey an� required for constructitin sur�ey is available and in place. 3. General a. Construction survey vvilI be perfarmed in order to construct tha work shown on the Co.nstruction Drawings and specified in the Contract Documents. b. For constructioi� methods other than o.pen cuk, the Contractor shall perform construction survey and verify control data including, but not limited to, the following: 1} Verification that established benchmarks and cantrol are accurate. C1TY OF FORT WORTH SYCAMOR� CREEK II�TERC:�PTOR REHABII.ITATIpN STANDARD C�IVSTRUCTIpN SYECIPICATION DOCLIMEPlTS CITY PROJECT N�. - U2200 ReVised February l4, 2018 017123-4 CONSTRUCTION STAKiNG AND SURVEY Page 4 of 8 1 2) Use of Benchmarks to furnish and maintaiq all referenca lines and grades 2 for tunneling. 3 3) Use of Iine aird grades to establish the [ocatian o�the pipe. � 4) Suhmit to the City copies of feld notes used to establish all lines and S grades, if requested, and allow the City to check guidance system setup prior 6 to baginning each tunneling drive. 7 5) Provide access foz• tlie Gity, ifrequested, to verify the guidance system and S ihe line and grade of the carrier pipe. 9 6) The Cantractor remains fully respoi�sible far tl�e accuracy of tlie wark and lQ carrection af it, as required. 11 7) Monitor line and grade continuously d�aring constructian. 12 8) Record deviation with respectto desi�n line and grade onee at each pipe 13 joint and submit daily recards to the �ity. 14 9) If the installation does not meet tl�e specified tolerances {as outlined in 1S Sectians 33 45 23 and/or 33 OS 24), immediately notify the City and correct 16 the instalIation in accordance with th.e Contract Dacuments. 17 18 19 20 21 22 23 za 2S 26 27 28 29 3Q 31 32 33 34 35 36 37 38 39 40 41 C. As-Built Survey 1. Required As-Built Survey wi11 ba parformed 6y the Contractor. 2,. Coordination a. Contractar is tn conrdinate with C�ty to confirm whicli �eatures r�quire as- built surveying. b. It is the Contractor's responsibility #o coordinate the as-built surveyand required measUrements for items that are to be buried such that constructian activities ar� not deiayed or negatively impacted. e. For sewer mains and wafer rnains I2" and under in diameter, it is aeceptabl� to physically measure depth and ma.rk the lacatioxi during the progress of canstructio�i and taice as-built survey ai�er the facility has been buried. The Contractor is responsible for the quality contro] need�d to ensure accurac�r. 3. General a. The Contractor shall provide as-built surv�y including the elevation and location (and provide writteii documentation to tlse City) of construction features during the pro�ress af fhe tonstruction including the following: l ) Wafer Lin�s a) Top of pipe elevations and coordinates tbr waterlines at tiiefallowing locations: (1} Minitnum e�ery 250 linear feet, includi�►g (2) Horizontal and vertical points of inflection, curvature, etc. (3) Fire line tee (4} 1'Iugs, stub-outs, dead-end ]ines (Sj Casing pipe (each end) and al1 buried fittings 42 2) Sanitary Sewer 43 a} Top afpipe eler�ations and coordinates for force mains andsiphon 44 sanitary sewer Iines (non-gravity facilities) at tl�e following locatioiis: 45 (I) Minitnum every 250 linear feet and any buried fittings 46 (2} Horizontal and vertical points af inflecti.on, curvature, 47 48 ete. 3) Stormwater — Not Applicable CITY OF FORT WDRTH ST:ANDAI2b CQNSTRUCT[QN SPECIPICAT{ON DOCUMENTS Revised Tebruary lA, 2418 SYCAMORE CREEK INT�RCEPT�R REHAHILITATION CITY FROJECT �10, - 022Q0 017123-5 COi+lSTRUCTIDN STAKING ANDSURVEY Page 5 of 8 1 b. The Cantractor sl�ali provide as-built survey including the elevatianand 2 jocation (anci provic[e written documentation to filie City) of constructior� 3 features after the construction is completed including the folSowing: 4 1) Manholes 5 a} Rim and flowline elevations and coordinates for eachmanhole 6 2} Water Lines 7 a) Cathodic pratection test stations 8 b) Sampling stations 9 c) Meter boxes/vaults (All sizes) 1D d) Fire hydrants 11 e) Valves (gate, butterfiy, etc.) l2 �} Air Release valves (Manhole rim and vent pipe) i3 g) Blow off vaf�as {Manhole rim and val�e lid) 14 h) Pressure plane valves 15 i) Underground Vaulfs 16 (1} Ri�n and flowline elevations and coordinates far each 17 Undergiround Vault. 18 19 3) Sanitary Sewer a) Cleanouts 2Q (i) Rim and flowline ele�ations and coordinates for each 21 b) Manholes and Junction Structures 2,.2. (1) Rim and flo�uline elevations and coordinates for each 23 manhole and �uuct.ion sfi ucture. 24 4) Stormwater — Not Applicable �5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 26 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2� 11� WARRANTY �8 29 PART 2 - PRODUCT� A. A consiruction survey will produce, but will not be �imited to: 30 1. Recovery of relevant control poinfs, poin#s of curvafure anci points of intersection. 3l 2. �stablish teinporary horizonfial and vertical control elevatioiis (benchmarks} 32 sufficiently permanent and loeated in a manner to be used throughaut construction. 33 34 35 36 37 38 39 40 41 3. Th� locatjon af planned facilities, easements and improvements. a. Establishing finaI line and grade stakes for piers, floars, ga•ade beams, parking areas, utilities, streets, highways, tunnels, and other co�jstruction. b. A record af revisions or corrections noted in an orderiy manner for reference. c. A drawing, when required by fhe client, indicating the horizontal and vertical location of facilities, easements and impro�+ements, as built. 4. Cut �heets shall be provided to the City inspec#or and Survey Superintendent far all cQnstruction staking projects. These cut sIleets sha11 be on the standard city �emplate wliich can be ohtained frain the Survey 5uperinte�ldent (817-392-7925). 42 5. Digital survey files in the following forinats shall be acceptable: 43 a. AutoCAD (.dwg) 44 b. ESRI Shapefile (.shp} GCTY OF FORT WORTH BTANI]ARD CONSTRLTCTION SPECIFICATION DOCUMEI�TS 12evised Fcbruary 14,2D18 5YCAMORE CREEK INTERC;�PTOILREHABILITATION CITY PROJ�CT NO. - 02200 OI7123-5 CO3+]STRUCTIQIV 5�1AKWCi ANDSURVEY Page fi of B c. C5V file {,cs�}, fortmatied with X and Y coordinates in separate columns {use standard templates, if a�ailable) b. Survey files sha�l inelude vertical and horizontal data tied to original proj�ct eontroI and henchmarks, and shall include feature descriptions PART 3 - EXECUTTON G 3.1 INSTALLERS A. Tolerances: 8 1. The staked location of any improv�ment or facility should be as accurateas 9 practical and necessary. The degree of precision required is depandent an many 1� factors aIl of which must remain judgmental. The talerances listed l�ereafter are I 1 based an �eneralities anci, under certain circumstances, shall yieId to speeific 12 requirernenis. The surveyor shalI assess any situation by review of'the overall plans 13 and through consultation with respousible parties as to the need for specific 14 tolerances. 15 a. Earthwork: Grades for earthwork or rnugh cut shauld not exceed 0.1 ft. �ertical 16 tolerance. Harizontal alignment for earthwork a�id rougli cut should not exceed 17 1 A ft. taleranee. 18 b. Horizontal alignment on a structure shall �e within .Q.1fttolerance. 19 e. Paving ar concrete for str�ets, curbs, gutters, parking areas, drives, alleys and 20 walkways shall be located within the con�nes of tlle site boundaries aiid, 21 occasionally, along a boundary or any other restrictive line. Away from any 22 resfirictive line, these facilities should be staked with an accuracy producing no 23 more than O.OSft, tolerance from their specified locations, 24 d. Underground and overhead utilities, such as sewers, gas, water, telephone and 25 electric lines, shall be located horizontalIy within their prescribed areas or 26 easements. Wi�liin assigi�ed areas, these utilities sl�ould be staked with an 27 accuracy producing no more than 0.] fttolerance from a specified location. 28 e. The accuracy required far the vertical locafinn of ufiilities varies widely. Many 29 under�round utilities require only a minimum cover and a�oleranee of O.l ft. 30 should be maintained. Underground atid o�erhead utilities on plamied profile, 31 but not c�ependiug on gravity flow for perfor�nance, sllould not exce�d 0.1 ft. 32 tolerance. 33 34 35 36 37 38 3.9 40 4I 42 43 44 B. Surveying instruments shall be kept 'tn close adjustinent according to inanufacturer's specifications or in compliance to standards. The City reserves the right to request a calihration report at any time and recommends regular maintenance schedule be p�rformed by a certified technician every 6 months. I. Field rneas�reinents of ang�es and distances shall be done ia� such fashian asto satisfy the closures and tolerances expressed in Part 3.1.A. 2. Vertieal locations shall be established from a pre-established benchmarkand checked by c(osing ta a different bench mark on tlie same datum. 3. Caaistruction survey �eld work shall correspond ta the client's plans. Irregularities or conflicts found shall be reported �rompt�y to the Ci�. 4. Revisions, correctioiis a�zd othEr pertinent data shall be logge.d for futurereference. C1TY OF NUEiT WORTI-3 STANDARB CONBTRUCTION SPECI�'1CATIpi� aOCUMENTS Revised Febru�ry l4, 2015 SYCAMORE CREEK II�ITERCEPTOI2 REHABILiTATIOT�i CITY PROJECT I:Ip, - 02200 oi �t z3 -� CONSTRUCTION STAKIN� ANP SURVEY Page 7 of $ I 3.� EXAMINATION [NOT USED] 2 3.3 PREPARATION [NOT USED] 3 3.4 APPLICATION 4 3.5 REPAIR 1 RESTORATION 5 6 7 8 9 10 11 l2 13 A. If the Contractor's work damages or destroys one or tnoxe of the control monuments/points set by the Cit�, the monuments shall be adequately referenced for expedieilt restoration. 1. Notify City if any control data needs to be restored or replaced due todamage caus�d during ¢onstruc#ion operations. a. Contractor shatl perforrn replacements and/or restorations. h. The City may require at any time a survey "Field Check" of any monument or benchmarks that are set 6e verified by the City surveyors before further associated wark can move forward. 14 3.6 RE-iNSTALLATIO�T [NOT USED] 1S 3.9 FIELD �oR� STTE QUALITY CONTROL 16 17 18 l9 �0 3.8 21 �2 23 24 25 2b A. It is the Contractor's responsibility to maintain all stakes. a�ad cantral data placed by the City in accordance with this Specifie�tion. This includes easements and right of way, if noted on the plans. B. Do not ciiange or relocate stakes or control data without apprc�val from theCily. SYSTEM STARTUP A. Survey Checks 1. The City reserves the right to perform a Survey Check at any timedeemed necessary. 2. Checks by City personnel or 3rd party contracted surveyor are not intended to reiieve the coutractor of liis/her responsibility for accuracy. 27 3.9 AD�[JSTING [NOT U�ED] 28 3.10 CLEANING [NOT USED] 29 3.11 CLOSEOUT ACTIVITIES [NOT iTSED] 30 3.12 PROTECTION {NOT USED] 31 3.I3 MAINTENANCE [NOT II�ED] 32 3.14 ATTACHMENTS [NOT USEDj 33 E1VD OF SECTION 34 Revisian Log CITY OF FORT WORTH SYCAMORE CR�HK WTERC�PTOR REIIABIL�TATIOI� STAI�lDAAD CQNSTRUCTIOI�! SPECIFICATION i7QCUMENT5 CjT'Y F'Et01ECT NO. - Q2200 Revlsed Fe6ruary 14, 2018 01 71 23 - 8 CQNSTRUCT'ION STAKING ANA SURVEY Page S of 8 DATE NAME SUMMARY OF CHANGE 8/31/2412 D,lohnson Added instruc�ion and mndifted measurement & payment under 1.�; added 8/3112Q17 M. Owen definitions and reFerences under 1.3; madified 1.6; added 1.7 cioseout submittal reGuirements; modified 1.9 Quality Assurance; added PART 2— PRQDUCTS ; Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 Systcm Startup, Removed "Ulue text"; revisad measurament and payment sections for Construotion Staking and As-Built Survey; added reference fn seleciion compliance �viilt TGC 21141241$ M Owen 2254; revised action and Closeout suhmittal requirements; added acceptabie depth measurement criteria; revised ]ist of items raquiring as-built survey "during" and "after" const�uction; and revised acceptable digital sur�ey file format CITY OF FORT WOk"1�H SYCAMORE CREEK IIVT�RCEPTOR REHABILITATIOI�I STANDARD CONSTRUCTION SPECIFICATIdN DOCUMEN'I'S CITY PAOJECT NO. - U2200 Revised February14,2U18 Ql 74 23 - 1 CLEANII�lG Page 1 of 4 I 2 � P�T i - GENERAL 4 1.1 SiTMMARY 5 5 7 8 9 10 11 12 13 1� SECTION 0174 23 CLEANING A. Sectiou Includ.es: l. Intermediate and final cleailing for Work not including speeial cleaning of closed systems specified elsewhere B. Deviations from this City of Fort �Vorth Standard Specificatioiz 1. None. C. Related Specification Sectinns include, but are not necessarily limited to: I. Di�ision 0— Bidding Requirements, Gontract Forms and Conditions of the Contract 2. Division 1— General Reyuirements 3. Section 32 92 13 — Hyciro-Mulching, Seeding and Sodding 1.2 PR.ICE AND PAYMENT PROCEDURES 15 A. Measuremea�t and Payinent l6 I. War�C associaCed with ihis Item is considered subsidiary to the varioUs Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMiNISTRATIVE REQiTIREMENTS 20 A. Scheduling 21 1. Schedule eleaning operations so that dust and other e.anta�ninants disturbed by 22 cleaniug process wiIl not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion af Work and 'unrnediateiy prior to �na1 24 inspection. 25 1.� 5UBMITTALS [NOT USED] 26 1.6 ACTION SUSNIITTALSIIN�'�RMATIONAL SUBNIITTALS [NOT USED] 27 1.7 CLOSEOIIT SUBNIITTALS [NOT USED] 28 1.$ MAINTENANCE MATERIAL SUBNIITTALS [NOT USED] 29 3Q 31 32 33 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements l. Store cleaning products and cleaning wastes in containers sp�ci�cally designed for those materials. CITY pI'rORT WORTIi SYCAMORE CREEK INTERCEPTORREF�ABILITATIQN 5'j'ANDARD CONSTRUCTION SP�CIFICATION DOCUMENT5 CITY PROJECT N0. - 02200 Revised Iuly I, 201 I 01 74 23 - 2 GLEANING Pagc 2 of 4 l i.11 FIELD [S�TE] CONDITI�NS [NOT USED] 2 L12 WARRANTY [NOT U5ED] 3 PART2- PRODUCTS 4 2.1 OWNER-FiJRNYSHED [ou] OWNER-SUPPLIEDPRODUCT,S [NOT USED] 5 2.2 MATERiALS 6 '1 S 9 10 11 12 A. Cleaning Agents l. Compatible with surface being cl�aned 2. New and uncantaminated 3. For mai�ufactured surfac�s a. Material recommended by manufacfurer 2.3 ACCESSORIES [NOT USED] 2.4 �OURCE QUALITY CONTROL [N�T USED� 13 PART 3 - EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAIVIINATION [NOT USED] 16 3.3 PREPARATION [NOT USEDI 17 3.4 APPLICATION [NOT IISED] 18 3.5 REPAIR / RESTORATTON [NOT USEII] 19 3.6 RE-INSTALLATION [NOT i7SED] 20 3.7 FIELD [oa] SITE QUALITY CONTROL [NOT USED] 21 3.S SY�TEM STARTIIP [NOT tISED] 22 3.9 ADJ[TSTING [NOT i�SED] 23 24 25 26 27 28 29 30 31 32 3.14 CLEANING A. General 1. Pre�ent accumulation of wastes that create hazardaus conditions. 2. Conduct cleaning and disposal operations to camply with laws and safety orders of governing authorities. 3. Do not dispose af volatile wastes such as mineral spirits, oil or paint thinner in starm or saizitary drains or sewers. 4. Dispose of degradable debris at ar► approved solzd waste disposai site. 5. Dispose of nondegradable debris at an approved solid waste disposal site ar in an alternate tnanner approved by City and regulatory agencies. CITY OI� FORT VdqRTH SYCAMORE CREEK 1NTERCEPTOR REHABILITATION STANDARD CdNSTRi1CTI�N SP�CIF[CATION DOCIJMENTS C1TY PAOJECT iSO. - 02200 Revised duly 1, 20] 1 01 74 23 - 3 CLEA3�ING Page 3 of 4 1 b. Handie materials in a controlled maiiner with as few handlings as possible. 2 7. Thoroughly clean, sweep, wash a�id polish all Work and equipment assaciated with 3 this project. 4 8. Remove a11 signs of temparary construction and activities incidental ta construction S of required permanent Work. 6 9. If project is not eleaned to the satisfaetian of the City, the C.ity rese�ves the right tc� 7 have the ciean�ng completed at the axpense af the Contractor, 8 3 0. Do not bun� on-site. 9 B. Interanediate Cleaning during Consti•uction 10 1. Keep Work areas ctean so as not ta hinder health, safety or convenience of 11 personnel in existing iacility operations. 12 2. At maxi�num weekly intervals, dispose of waste materials, debris and rub6ish. 13 3. Confn� construction debris daily in �trategically located container(s): 14 a. Caver ta prevsnt b�owing by wind 15 b. Store debris avway irom canstruction or operational activities 16 c. Haul firom site at a minimum of once per week 17 4. Vacuum clean interior areas when ready to receive finish painting. 18 a. Continue vacuum cleaning nn an as-needed basis, until Final Accepta�ice. 19 5. Prior to storm ev�nts, thornughly clean site af all loose or unsecured items, which 20 may become airborne or transparted by flowing water during the storm. 21 C. Interior Final Cleaning 22 1. Remove grease, mastic, adltesives, dust, dirt, stains, fingerprints, labels and other 23 foreign materials from sight-exposed surfaces. 24 2. Wipe all lighting f�ture reflectors, lenses, lamps and trims clean. 25 3, Wash and shine glazing and mirrors. 26 4. Polish glossy surfaces to a c�ear shine. 27 5. Veirtilating systems 28 a. Clean permanent fiiters and repIace disposable filters if units were op�rated 29 during eonstructian. 30 b. C1ean duets, blowers and coils if units were operated without iilters during 31 construction. 32 6. Replace aIl burned out lamps. 33 7. Broom clean process area floars. 34 8. Mop affice and cantral room floors. 35 D. Exterior (Site ar Right of Way) Final Cleaning 36 1. Remove trash and debris containers from site. 37 a. Re-seed areas distutbed by location af trash and debris cantainers in accordance 38 with Section 32 92 13. 39 2. Sweep roadway to remove all rocks, pieces of asphal�, concrete ar any other object 40 that rnay hinder or disrupt the flow of traffic along the roadway. 41 3. Clean any interior areas including, but nat limited to, vaults, manholes, structures, 42 junction boxes and inlets_ CITY OF FORT WORTH SYCAMORE CREEK INTERCEPTOR REHABILITATION STAt�iDARD CONSTRUCTIQN SPECIFICATtON �OCUML'NTS CITY PROJECTNO. - 02240 ffevised luly 1, 2fl] 1 1 2 3 4 5 b 7 8 9 a� �4z�-a CLEAA]Ii�IG Yage 4 of 4 4. If �io longer required for maintenance of erosion facilities, axld upon appraval t7y City, remo�e erosion conttol from site. 5. Clean signs, lights, signals, etc. 3.I1 CLOSEQUT ACTIViTIES [NOT USED] 3.1� PROTECTION [N�T USED] 3.13 MAINTENANGE �NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Lag DATE NAME SUMMARY OF CHANGE 10 CTTY OF FORT VVORTH SYCAMORE CIZEEK II,ITERCEPTaR REIiABIL1TATION STANbAAD CONSTRUCT[ON SP�CIFICATION DOCUMENTS CiTY PROJECT NO. - 02200 Revised 7uly 1, 2011 017719-1 CLOSEOUT REQU[REIv1�t�iTS Page 1 of 3 1 2 3 PART1- GENERAL 4 1.1 S[]NilVIA1ZY S G 7 8 9 10 I1 12 1.2 SECTION 0199 19 CLOSEOUT REQUIREMENTS A. Section lncludes: I. The pracedure for closing out a cantract B. Deviations from this City of Fort Worth Standard Specification l. None. C. Related Specification Sectians inclucie, but are not necessarily limited fo: 1. Division 0-- Bidding Requirem�ents, Cantract Forms and Conditions of the Coniract 2. Division 1— General Requirements PRICE AND PAYMENT PROCEDIIRES l3 A. Measurement and Paynnent 1� 1. Work associated wi#h this Item is consiciered su6sidiary to the variaus �tems bid. 1S No separate paysnent will b� allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTR�iTIVE REQUIREMENTS 18 19 20 21 22 23 24 25 I.5 26 A. Guarantees, Bonds anc� Affidavits l. No application for fnal payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits reyuired for Wdrk or equipment as specified are satisfactorily fled with the City. B. Release of Liens or Claims 1. No application fnr final payment t�ill be acce�ted until satisfactory evidence af release of liens has been submitted to the City. SiT�NIITTALS A. S�bmit all required dacumentatson to City's Project Representative. CITY OF FORT WDRTH SYCAMORE CREEK 1NTERCEPTdR I�HABILITAi'ION STANDAIZD CONSTRUCTION SPCCIFICATION DOCUMENTS CITY PRO]�CT NO, - 02200 Revised July 1, 2011 0( 77 19 -2 CLOSEOUT REQUIREMF.NTS Page 2 of 3 l.b INFORMATIONAL SUBNIITTALS [NOT U�ED] 2 1.7 CLOSEOUT SU$NIITTALS [NOT USED] 3 PART 2- PR�DUCTS [NOT USED] 4 PART 3 - EXECi1TION S 3.1 INSTALLERS [NOT USED] 6 3.�, EXAMINATION [NQT IISED] 7 3.3 PREPARATION [N�T USED] 8 3.4 CLOSEDUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 14 l. Pt•oject Record Documents in accordance with Section 01 78 39 1] 2. Operation a��d Maintenance Data, if required, in accordance wiih Section 41 78 23 12 13 1� 1S 16 17 1$ 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 3$ B. Prior td requesting Final Inspe.ction, perfarm �ual cleaning in accordance with Section O1 74 23. C. Finallnspection 1. After final cleaning, provide �sotice ta the City Project Represei�tative that the Work is co�npieted. a, The City will make an initial Final Inspectian with the Coiitractor present. b. Upon cornpl�tion of #his inspection, the City will notify the Contractor, in writing within 1 p business days, of any paiticalars in which this inspection r�veals that the Work is defective or incomplete. 2. Upo�z receiving written notice fram the City, immediately undertake the Work required to remedy deficiencies and complete the Wnrk to the satisfaction of the C ity. 3. Upan completioi� of Wark associated with the items listed in the City`s written notice, inform the City, that the required Work has beezi completed. Upon receipt oftliis notice, the City, in the presence oft�ie Contractar, will make a subseyuent Final Inspection of the project. 4, Provide all special accessories tequired to place eacli ite;n ofequipment in full operation. These special accessory items inelude, but are not limited ta: a, Specified spare parts b. Adequate oi] and grease as r�quired �or the first lubrication of the equipment c. Initial fill up of all chemical ta��ks and fueI tanks d. Light bulbs e. F�rses f. Vault keys g. Haaadwheels h. Other expendable items as required for inifial start-up and aperation of all equipment 39 D, Notica oF Praject Cotnpletion CITY pF FORT WORTH SYCAMORE CREEK INTERC�PTOR REHABILITATIQN STA1VpARD COI�iSTRUCTION SPEC[FICATI03V DOCUM�NTS CITY PRD7ECT NO. - 02200 Revised July l, 20i 1 017719-3 CLOS�Oi1T REQUIREA�[ENTS Page 3 pf 3 1 2 3 4 S 6 7 S 9 l0 11 12 ]3 14 1S 16 17 3.5 3.10 CLEANING [NOT USED� 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.1� PROTECTION [NOT U�ED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACH117ENT,S [NUT USED] 18 3.G RE-INSTALLATION [NOT USED] 19 3.i FIELD [oR] SITE QUALITY C�NTROL [NOT USED] 20 3.8 SYSTEM STARTUP [N�T USED] 21 3.9 ADJLTSTING [NOT USED] 22 23 24 25 26 27 28 29 1. Once the City Praject Representative finds tl�e Work subsequent to Final Inspection to be satisfactory, t1�e City will issue a Notice of Projec� Campletion (Green Sheet). E. Supporti�sg Docurnentation l. Caardinate with flie City Project Raptesentative fo eomplete the following additional forms: a. Final Payrnent Rec�ue�t b. Statement of Contract Time e. Affidavit of Payment and Release of Liens d. Consent of Surety ta Final Payment e. P�pe Report (if required) £ Contractor's Evaluation oFCity g. P�rformance Evaluatior� af Conteactor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Cornpletion and Supporting Documentation, in aecordance with General Canditions, City wil] issue Letter of Final Acceptance and release the Final Payment Req�aest %r payment. REPAIIt / RESTOR.ATION [NOT USED] END OF �ECTION ltevision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH SYCAMOItE CREEK INTERCEPTf3R REHASILITATION STFINDARIa CQNSTRUCTjON SPECIFICATIOTI �OCUM�NTS CITY PROJECT NO, - 02200 Revised July 1, 2D11 r�ors� ���� ir�����r�r����� ���r ��.a�tc o��szJ-t OPERr1TION A3�]D MAINTE3VAAICE �ATA Page 1 af 5 1 � 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0178 23 OFERATION AND IWIAINTENANCE DATA 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products iurnished under Contract 8 2. �uch products may include, but are nat limited to: 9 a. Traffic Controllers i0 �. Irrigation Contrallers (to be operated by the Ciry) 11 c. Buifierfly Va�v�s 12 B. Devi�tions frorn this City of Fort 1�4'orth Standard �pecification i3 1. None. 14 C. Related Speci�cation Sectians include, but are r►ot necessarily limited to: 15 1. Division 0— Bidding Requirements, Ca��tract Forms and Conditions of the Contract 16 2. Di�ision 1— General Requirernents 17 1.2 PRICE AND PAYNiENT PROCEDURES i8 A. Measurement and Payment 19 1. Work associated witli tliis Item is considered subsidiaty to the various Items bid. 20 No separate payment will be allowed for this Item. 2l 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATNE REQiIIREMENTS 23 24 25 26 1.5 A. Scheciuie 1. SUbmit manuals in final form to the City� within 30 calendar days of product shipinent ta �I�e project site. SUBMITTALS 27 A. Submittals shall be in accordance with Section O I 33 QO _ All submittals shall be 28 approved by die City prior ta delivery. 29 1..6 INFORMATYONAL SUBMITTALS 30 31 32 33 3� 35 3b 37 A. Submittal Form I. Prepare data in form of an instructional m�nual for use b� City pea•soiinel. 2. Format a. Size� 8%a inches x 1 l inches b. Paper 1} 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer's printed data, or neatly typewritten CITY O�' C'ORT WORTH SYCAIViORE CRE�K 1NTERCEPTOR REHABILITA`1'IdN ST1�,AibARD CONSTRUCTI03� SPECIF[�ATION DQCUMENTS CiTY PkQJEG7' NO, - p22p0 Revised December 2a, 2012 OI 78 23 - 2 OPBRATION AHD MAINTENANCE DATA Page 2 of 5 1 2 3 4 5 6 7 8 9 io 11 12 13 14 IS 16 17 18 I9 20 3 4. d e. f. Binders a. Gommercial qualiry 3-ring binders with durable and cleanahle plastic cav�rs b. When multiple bniders are used, corr�late the data inta related consistent graupings. If available, provide an electranic fann of the O&M Manual. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduee larger drawings and fold to size af text pages. Provide fly-J�af for each separate product, or each piece of operating equipment. 1) Provide typed description of praduct, and major Gamponent parts ot' equipment. 2) Frovide indexed tabs. Caver 1) Identify eacI1 volume with typed or pri�rted title "OPERATING AND MAIN'I'ENANCE 1N�TRUCTIQNS". 2) List: a) Title ofProject b) Identity of separate s#ructure as applicable e) Identity of general subject matter covered in the mar�ual 21 B. Manual Content 22 1. Neatly typewritten table of contents far each volume, arranged in systetnatic order 23 a. Gontractor, natne of responsible principal, address and telephane number 24 b. A list of each product required to be inclu�ed, indexed to cantent of the volume 25 c. List, with each product; 26 1) The name, address and telephone number of the subco�stractor ar installer 27 2) A list of each product required to be included, indexed to canient of the 28 �alume 29 3} Identify area of responsibility of each 30 4) Local source of supply for parts and replaceme��t 3I d. Identify each product by product name and other identifying symbols as set 32 forth iii Contract Documents. 33 2, Product Data 34 a. IncIude only those siieets wliich are pertinent to tlie speci�c product. 35 b. Annotafe each sheet to: 36 I) Clearly identify specific product or part installed 37 2) Clearly identify data applicable to installation 38 3) Delete re%rences to inapplicable infor�►ation 39 3. Drawings 40 a. Supplement pro�uct data with drawi��gs as necessary to clearIy illustrate; 41 1) Relatians af compouent parts of equipine»t and systems 42 2) Control and flow diagrams 43 b. Coordinate drawings with information in Project R�cord Documents to assure 44 correct illustration of completed installatiou. 45 e. Do no# use Project Recard Drawings as maintenance drawiiigs. 46 4. Written text, as reyuired to supplement product data for the particular installation: 47 a. Organize in consistent format under separate headings for differ�irt procedures, 48 b. Provide logical sequence of instructions of each procedure. CITY OF FORT WOKTH SYCAMORE CREEK 1t�iTERCEPTOR REHABILITATION STANDAR.D CONSTRUCT�ON 5PEC1P[CATION DOCUMENTS CITY PROdECT NQ. - 022D0 Revised becember 20, �012 017823-3 pPEIZA7'IpI� AND MAIAITGNANCE DATA Page 3 of 5 1 5. Copy of each warranty, band and service contract issued 2 a. Provide information sheet for City personnel gi�ing: 3 1} Proper procedures in event of failure 4 2) Instances v�+hich inigl�t affect validity of warranties or bonds 5 C. Manual for Materials $nd Fii�ishes 6 1. Submit 5 capies of complete manual in final form. 7 2. Content, for arclsitectural products, applied maierials and finis��s: 8 a. Man�iacturer's data, giving full information on products 9 1) Catalog i�umber, size, compasition 10 2} Colar anc� texture designations 11 3} lnformation required %r reordering special manufactured products 12 b. Instructio�as for care and maintenattce 13 I) Manufacturer's recommendation for types of cleaning agents and methods 14 2) Cautions against cleaning agents and methods which are detrimental to 15 product 16 3) Recommended schedule fo.r cleaning and mai��tenance 17 18 19 20 21 22 23 24 25 26 27 28 29 3D 31 32 33 34 35 35 37 38 39 40 41 42 �}3 44 45 46 47 4$ 3. Content, for moisture protection a�ad weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of insiallation b. Instructions for inspection, rnaintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete inanual in final form. 2. Conten#, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Ferformance curves, engineering data and tests 3) Carnplete nomenclature and commarcial i�umber of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operatuig instructions 2} Reguiation, control, stopping, shut-down and emergency instruciians 3) Summer and winter operating instrUciions 4) Special operating instructions c. Maintenance procedures 1) Routi�ie operations 2) Guide ta "trouble shooting" 3) Disasseinbly, repair and reassembl� 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintena��ce instructions f. Description of sequence of oparation by coj�trol manufactur�r 1} Predicted life of parts subj�ct to �ear 2} Items recommended to be stocked as spare parts g. As installed cc�ntrol diagrains by co��trols maimfacturer h. Each contractor's coordination drawings 1) As installed calor coded piping diagrams CTTY O�' F'pRT WOR7'H SYCAIv[ORE CREEK INT�E2CEPTOR I2EI-IASILiTATI0A1 5TAIIDAR� COt�fSTRUCTION SPECIFICATION DOCi1MENTS CITY PRO]ECT NQ. - 02200 Revised December 2D, 2012 Ol 78 23 - 4 OPERAI'IdN AND MAII�ITENANCE DATA Page 4 oF 5 1 2 3 4 5 6 7 8 9 10 I1 12 13 14 15 rb 1� 18 19 20 23 22 23 24 25 26 27 28 29 � 4 i. Charts of vaj�a tag »umbers, with location a»d fuqction of each valva j. List of original manufachirer's spare parts, manufacturer's current prices, and recnmmended quantities to be maintained in storag� k. Other data as required undar pertinent Sections of Specificatians Content, for each electric and efectronic system, as appropriate: a. Description of system and component parts l) Function, nortnal operating characteristics, and �imiting conditions 2) 1'erformance curves, engineering data and tests 3) Complete nomenolat�jre and commercial nu.mber of replaceable parts b. Circuit directories af panelboards 1) Electrical service 2} CanNols 3} Communications c. As installed ealor coded wiring diagrains d. Operating procedures 1} Routine and r�ormal operating instructions 2} 5equences require�l 3) Speeial operating instructions e_ Maintenance procedures 1) Routine operations 2) Guide to "troubl� shooting" 3) Disasseinbly, repair and reassembly 4) Adjustment and checkin� f. Manufacturer's printed operating and maintenayice instructions g. List of original manufaeturer's spare parts, manufacturer's current pricas, and recommended quantities to be mai�atained in storage h. Othar data. as required under pertinent �ections of �pecifi�ations Frepare and include additional data when the need for such data becomes apparent during instruction of City's persanuel, 30 1.� CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERiAL SUBNIITTALS �NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintena�ice data by personnel with the foliowing criieria: 34 l. Trained and experienced in maintenance and aperation of deseribed products 35 2. 5killed as technical writer to the extent requireci to coinmunicate essential data 3� 3. Skilled as draftsman competent to prepar� r�quired drawings CITY OP FORT WqRTH SYCAM012� CR��K lt.lTEACEPTOR REHABILITATIaN ST.4NDARD CONSTRUCT1bN SPECIFI.CATION DOCUMCI+]TS CTTY pRqJECT NO. - 02200 Revised Deoamber 20, 2Q l2 017823-5 OPERATIQN ANA MAINTENANCE �ATA Page 5 of S 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 111 FTELD [SITE] CONDIT�ONS [NOT U5ED] 3 i.12 WARRANTY �NOT USED] 4 PART � - PRODUCTS [NOT USEDI 5 PART 3- EXECUTTON [NOT iTSEDj 6 END OF SECTION 7 Revision Log DATE� NAME SllMMARY DF CHANGE 8/31/2012 D. Tahnson 1.5.A.3 —title of s�ctian removed CITY pF FOR7' WORTH SYCAMORE CREEK INTERCEPTOR REHABILITATIOI�! STANbARb CONSTRUCTiQN SPECiFICi#TION DOCUM�NTS CITY PROJEC'i NO. - 0224� Revised Decem6er 20, 2D 12 r�r� ���� ��+r������+�it� �.��r ����rr� 01 7� 39 - 1 PROJECT RECORD �OCiTMENTS Page 1 of4 I 2 3 YART1- GENERAL � 1.1 SUMMARY SECTION O1 78 39 PR07ECT RECORD DOCUMENTS. 5 A. Section Includes: b 1. Work associated with documenting the project and recarding changes ta project 7 dacuments, including: 8 a. Record Drawings 9 b. 1Nater Meter Service Repor�s 10 a Sanita�y Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations frnm thrs City o� k'ort Worth Standard �pe�ification 13 1. None. 14 l5 16 17 C. Related Specification 5ections include, but are not necessarily limited to: 1. Division 0— Bidding Ret�uiremeiits, Cont�ract �orms and Conditions of the Contract 2. Division 1-- General Requirements 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and payment 19 1. Work assoeiated with this Item is considered subsidiary to tlie varivus Items bid. 20 No separate payment will be allowed for fihis Item. 21 1.3 REFERENCES [NOT USED] 22 23 1.4 ADNIINISTRATIVE REQ[]IREMENTS [NOT i1SEDj 1.� �UBMITTALS 24 A. Pri�r to suhmitting a r�quest for Final Inspection, deliver Projeci Record Documents to 25 City's Project Represe�itative. 26 1.G ACTION SIIBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 2s 29 1.� CLOSEOUT SUBMITTALS [NOT USED] 1.$ MAINTENANCE MATERiAi. SUBNIITTALS [NOT USED] L9 QUALITY A5SURANCE 3Q A. Accuracy of Records 31 1. Thoroughly coardinate changes withiu the It�cord Documents, making adeq�ate 32 and proper entries an each page of Speciiicatians and each sheet of Drawings and 33 ot3�er pocuments where such entry is requir�d ta sl�ow the change properly. 34 2. Accuracy of reeords shall be such tI1at future search far items show�� in the Contract 35 Doeumenis may rely eeasonably on information ohtained from the approved Project 3b Record Documents. CITY OF �'qRT WORTI-I 5YCAMORE CREEK [NTERCEPTORREHABIL�TATIOt�! S'1'ANbARb CONSTRLTCTIOI�I 5PEC1F1CATlOi� DOCUMk.1�iT5 C1TY PROJECT N0. - 02200 12evised ]uly 1, 2Ul I 01 78 39 - 2 PR�dECT RECORD DOCUMENTS Page 2 of 4 1 3. To facilitate accuracy of reeords, make entri�s within 24 hours after receipt of 2 infarmation that the change has occurred. 3 4. Pravide factual information regarding all aspects of the Worlc, b.oth conc�aled and 4 visible, to enable future modi�cation of the Wark io proceed without lengthy and 5 expensive site tneasurement, in�estigation and exam3nation. 6 LIO ST�RAGE AND HANDLING 7 A. Storaga and Handling Requireinents 8 1. Maintain il�e job set of Record Documents completely protected from deterioration 9 and from loss and damage until compl�tion of the Work and transfer of all recarded 10 data to t��e final P��oject Recard Docuinents. 11 2. In the e�enY of loss of recorded data, use means uecessary to again secure th� data l2 to the City`s appraval. 13 a. In such case, provide replacements to ti�e star►dards originally required by �I�e 14 Contract Docuxnents. 15 1.I1 FLELD [STTE] CONDITIQNS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODiICTS l8 19 20 21 22 23 24 25 26 27 2.1 OWNER�-FiJRNISHED [o�] OWNER-SUPPLIED PRODUCTS [NOT U�ED] 2.� RECORD DOCUMENTS A. 3ob set 1. Promptly following receipt of the Notice to Proceed, secure frain the Cit�, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion af the Work and prior to Final Inspection, provide the City i co�nplete set of all Fiiial Record Drawings iii the Coz�t�'act. �.3 ACCESSORIES [NQT iTSED] �.4 SOURCE QUALZ['Y CONTROL [NOT USED� 28 PART 3 - EXECUTTON 29 30 31 32 33 34 35 3.1 INSTALLERS [NOT U�EDj 3.� EXANIINATION [NOT USED] 3.3 PREPARATION �N�T USED] 3.4 MAINTENANCE DOCC7MENTS A. Maint�nance of Job Set 1. Immed'tateiy upon receipt of the job set, identify each of the Documents with the title, "RECORD D�CUMENTS - dOB SET". CITY OF PaRT WORTH SYCAMORE CREEK INTERC�P7'QR 1�HABILITATION STANI]ARD CONSTRIICTIOI� SPEC[FICATION DpCUM�NTS CITY PROJECT' NO. - 022Q0 Revised 7uly f, 20] 1 01 78 39 - 3 PRQJECT RCCORD DOCUMENTS Page 3 of4 1 2. PreservaYion 2 a. Considering the Contract completion time, the probable number of accasions 3 upon wllich tl�e job set must be taken out far new entries and for examination, 4 and the conditions under which these activities will be perFormed, devise a 5 suitable method for pratecting tlte job set. 5 b. Do iiot use the job set for any purpose except entry of �iew ciata and for review 7 by the City, until start of transfer of data to �na1 Projeet Record Docum�nts. 8 c. Maintain tha job set at the site of work. 9 3. Coordinatian with Construction Survey 10 a. At a minimum, in accordance with the 'rntervals set fortli in Sec�ion Ol 71 23, � 1 clearly mark any deviations from Contract Documents associated with 12 installatioa� af the infrastructure. 13 14 15 16 �7 18 19 2D 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 3f 37 38 39 40 41 42 4. Making entries on Drawings a. Record any deviations from Cantract Documents. b. Use an erasable colored pencil (not snk or indelibl� pancil), clearly describe t�e cl�ange by graphic 3ine and noYe as require�i. c. Date all entries. d. Call attention to the entry by a"claud" drawn araund the area o.r areas aifected. e. In the event of overlapping changes, use different colors for �lie averlapping changes. 5. Con�ersion of schematic layouts a. In same cases an Che Drawings, arrangements of conduits, circuits, piping, dLicts, and similar items, are shown schematically and are not intended to partray precise physical layout. I) Final physical arrangement is determined by the Coirtractor, subject to the City's approval. 2) Howe�er, design of future modifications of the facility may require accurate infarmation as to the fnal physicallayout of items whicl� are shown only schematically on the Drawings. b. Show on the jab set of Record Drawings, by dimensian accurate to within 1 inah, the centerline of each rUn of it�ms. 1) Fina3 physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item {"under slab", "in ceiling pl�iium", "exp�sed", and tl�e like}. 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of scheznatic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued eXcept as specifically issued in writiug hy the City. B. Final Prvject Record Documents 43 1. Transfer af data to Drawings 44 a. Carefully transfer change data shown on the job set af Record Drawings to the 45 correspanding �nal documents, coordinating tl�e changes as required. 46 h. Clearly indicate at eaeh affected detail and otl�er Dt•awing a full description of 47 cha�iges made during eonstruction, and the actual locatio. n of items. CITY OF FORT WORTI-1 SYCAMORE CREEK INTERCEPTOR REHABIL3TATID3�] STANDARD CONSTRUCTIDN SP�CIFICA`1'IDN DOCUMENTS CITY PRDJECT NO. - 02200 Re�ised ]uly 1, 2011 �17839-4 PROJECT RECORD DOCLIME3�IT� Fage 4 nf 4 r 2 3 4 5 6 7 8 9 10 ll 12 13 14 1S 16 17 t8 19 20 2� 1 22 23 24 25 c. C.all attention to each �niry 5y drawing a"cloud" around the area or areas affected. d. Make changes neafily, consistently and with the praper media to assure loi�.gevity and clear reproduction. 2. Transfer of data to other Dacuments a. If the Documents, other than Drawings, hava been kapt clean during pragr�ss af the Wark, and if entries therebn have been orderly to the approval af the City, tlse job set of those Documents, other than DrawiiSgs, will be accepted as fiiial Record Documents. b. If any such Doeument is not so approved by the City, secure a new copy of thai Document from the City at the City's usual charge for reproductian and handling, and carefully transfer ihe change data to the new copy ta the apprava[ of the City. 3.5 REPAIR / RESTORATION [NOT iTSED] 3.6 RE-INSTALLATION �NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 AD.TUSTING [NOT USED] 3.10 CLEANING [NOT LTSED] 3.11 CLQS�OUT ACTTVITIES [NOT LT�ED] 3.12 PROTECTTON [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHM�NTS [NOT USED] END OF SECTION Re�ision Log DATE NAME 5UMIVIARY OF CHANGE 2b CITY OF FORT WORTH SYCAMORE CRE�K 1N'I'�,t;CEPTOR REHABILITAT[ON 3TANDARI� CONSTRUCTIdN SP�G[FICAT[pN DOCUMENTS CI'I'Y PRO.T�CT Nq. - 02240 Revised July 1, 2011 33013D-1 S�WER ANb MANHOLE TESTING Page I oP5 i 2 3 PARTI- GENERAL 4 1.1 SiTNIlVIARY S 6 7 8 9 10 11 l2 13 l�4 1s lb 17 1$ SECTI�N 33 013Q SEWER AND MANHOLE TESTXNG A. Section Includes: 1. T�sting f�r sanitary sewer pipe and maiilioles prior ta placing in service a. Low Pressure Air Test and Deflection {Mandrel) Test 1) Excludes pipe with flaw 2) Hydrostatic Testing is not allowed. b. Vacuurn Testing far san'rtary sewer manholes 2. Before any newly constructed sanitary sewer pipe and manholes are plaeed into service it shall be cleaned and tested. 3. Pi�e testing wijl include lvw pressure air test and deflection (mandrel) test for 36- inch pipe and sinaller. 4. Hydrostatic testing is nat allawed. 5. Manhole testing will inelude vacuum test. B. Deviatians from this City of F'or� Worih Standard Specification l. None. 19 C. Related Specification Sections include, but are not necessarily jim'tted to: 20 1. Division 0— Bidding Requirements, Contract Forms, and Canditions of the 21 Cnntract 22 2. Division 1— General Reyuirements 23 3. Section 03 80 QO — Modi�catians to Exssting Cancrete Structures 24 1.� PRICE AND PAYMENT PROCEDiTRES 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Measure�nent a�id Payment 1, Pipe Testing a. MeasurEmsnt I) This Item is considered subsidiary to the sanitary se�ver main (pipe) complet�d in place. b. Paymezat 1) The work performed and the materials furnishing in accordance with this Item are subsidiary to the unit price bid per linear foot of sanitary sewer main (pipe) c�mplete in place, and no other compensation wi11 be allowed. 2. Manhole Testing a. Measurement 1) Measurement for testij�g manholes shall he per each vacuurn test. b. Payment 1) The work performed and the materials furnished i» accordance witi� this Item shall he paid for at tha unit price bid per each vaeuum t�st cotnpleted. c. The price bid shali include; CITY OP FpR'1' WORTH 5if CAMORE CREEK 1NTERCEPTOR REL-IABILITATION STANDARD CONSTRUCTIQN SFECIPICATION DQCUM�NTS CITY PROJECT NO. - 02200 Revised f�ecember 20, 2U12 33 O1 30 - 2 SEWER ANI7 MANHOL,� TESTING Page 2 of 5 ] I) Mobili�a�ioz� 2 2) Plugs 3 3) Clean-up 4 1.3 REFERENCES [NOT USED] 5 1.� ADMINTSTRATIVE REQUIREMENTS [N�T USED] 6 1.5 SUBMIT`TALS 7 A. Submittals shall be iii accordance with Section O1 33 04. 8 B. All subnnittals shall be approved by tE1e City prior io delivery. 9 1.6 ACTION Si1BNIITTALSlINFORMATIQNAL SUBMITTALS [NOT USED] 10 1.'� CLOSEOUT SUSNIITTALS i 1 A. Test and Evalc�atioii Reports 12 1. All test reports generated duriiig testing (pass and fail) 13 1.8 MAIl�TENANGE MATERIAL SUSNIITTALS [NOT USED] 14 1.9 QUALITY ASSURANCE l5 A. Certifications 16 1. Mas�drel Equipment 17 a. [f requested by City, provide Quality Assurance certification that the equipment l8 used has bee�1 des�gned and manufactured in accordance to the required l9 specifications. 20 1.14 DELIVERY, STORAGE, A1VD FIANDLING [N�T USED] 21 1.11 FIELD [SITE] C�NDITIONS [NOT USED] 22 1.1� WARRANTY [NOT USED] 23 PART 2- PRODIICTS [NOT USED] 24 PART 3 - EXECUTION 2S 3,1 INSTALLERS [NUT USED] 26 3.� EXAMINATION [N�T USED] 27 28 �9 30 31 32 3.3 PREPARATION A. Low Pressure Air Test (Pipe) 1. CZean the sewer main before testii�g, as outlined in Section 33 OA� 50. 2. Piug ends of all branches, laterals, #ees, wyes, and stubs to be included in test. B. Defl.ection (mandrej) test (Pipe} 1. Perform as last work item before final insgectioii. CITY pF' PbRT WORTt[ 9YCAN10RE CItEEK WTERCEPTOR REH;ABILITATION STANI}ARD CONS"TRUCT]DN SPECIFICATION DQCUMENTS C11'Y FROJECT NO. - 02200 Aevised Decemher 20, 2012 330130-3 SEWER AND MANHOLE TESTING Page 3 af 5 2. Clean the sewer main and inspect for offse# and obstruction prior to testiqg. 2 3 4 5 6 7 S 9 10 11 S2 13 14 15 16 17 18 19 20 21 22 23 3. Materials a. Mandrel used for deflection test 1) Use of an uncertified mandrel or a mancirel altered or modified after certi�reation will invalidate the deflection test. 2) Mandrel requirements a) Odd immber of legs with 91egs minimum b) Effeetive let�gth not less than its nominai diaineter c) Fabricated of rigid and nonadjustable steel d) Fitted with pulling rings and each end e} Staznped or engraved on some segtnent other than a runner indicating the fallowing: (1) Pipe mat�rial specification (2.) Nominal size (3) Mandrel outside diametar (OD) � Mandrel diameter must be 95 percent of inside diameter (ID) of pipe. C. Vacuum test (Manhole) 1. Plug liftitig holes and exterior joints. 2. Plug pipes and stubouts entering the inanhale. 3. Secure stubouts, manhole boots, and pipe plugs to pre�ent movernent while vacuum is drawn. 4. Plug pipes with drop coimections beyonc# drop. 5. P1ace test heac� inside the frama at the top af the manhole. 24 3.4 INSTALLATIQN 25 A. Low pressure air test (Pipe) 26 1, Ir�stall plug wifih inlet tap. 27 2. Connect air hose to inlei tap and a portable air contral source. 28 29 30 3i 32 33 34 35 36 37 38 39 40 41 42 �3 44 3. After the stabilization period (3.5 psig minimum pressure) start the stop watch. 4. Determine time in seconds that is required for the internal air pressure to rEaeh 2.S psig. Minimum pennissible pressure holding time per diameter par length of pipe is computed from the following equakion: T = (O.Q8S0*D*K) _ Q 5 � Where: T= shortest time, secands, allQwed for air pressure to drap to 1.0 psig K= O.OQU419*D*L, but not iess thau 1.0 D= nominal pipe diameter, inclles L= length of pipe being tested (by pipe size), feet Q= U.0015, cubic feet p�r minute per square foot of internal surface UNi-B-6, Table 1 provides required time for given lengtl�s of pipe %t sizes 4-inch thraugh 60-inch based on the eyuation ahove. Stop test if no pressure loss has occurred during the first 25 percent of the calculated test��g time. CITY OF FORT WORTH SYCAMOR� CREEK 1Ni'ERC�PTOR REI-IABILITA'fION STAN�ARD CONSTRUCTIqN SP�CIPICATI�N DOCUMEN7'S CITY PROJECT t�lO. - 0220D Revisad December 2D, 2012 33 O1 30-4 S�WER AND MANFIOL� T�STING Page �} nf 5 1 2 3 � 5 B. Deflection (mandrel} test {Pipe} 1. For pipe 36 inehes and smaller, the mandrel is pulled through the pipe by hand to ensure that maximum ajlowable deflection is not exceeded. 2. Maximurn percent deflection by pipe size is as fo�lows: Nominal Pipe Size Inches Percent Deflection Allawed 12 and smaIler 5.0 15 throu h 3 0 4.0 Greater than 30 3.0 � 7 C. Vacuum test (Manhole) 8 1. Draw a vacuum af ] 0 inch�s of inereury and turn offthe pump. 9 2. With the valve closed, read the Ie�e] vacuum leveI after the required tast tiane. 10 3. Minsmum time required for vacuum drop af ] inch of inercury is as follows: 11 Depth of 4-foot Dia 5-%ot Dia 6-foot Dia Manhole feet Seconds Secnnds Seconds 8 24 26 33 10 25 33 41 12 30 39 49 14 35 A�5 57 16 40 52 67 l8 40 S9 73 ** T=5 T=6.5 T=8 12 ** Fnr manh�les over 1 S feet deep, add "T" seeonds as shown for each respective 13 diamete.r for eac112 feet of additianal depth of manhole to th� fiime shown for 18 foot 14 d�;pth. {Example: A 30 foot deep, 4-foot diatneter. Tata] test time would be 70 15 seconds. 4D+6{S)=7� seconds} 16 17 4. Manhole vacuum [e�els observed to drop greater than 1 ia�ch of inercury will have 18 failed the test. 19 3.� REPAIR / RESTORATION [NOT USED] 20 3.6 RE-INSTALLATION [NOT USED] Z1 3.'� FIELD Qi]ALITY CONTROL 22 A. Non-C�nforming Wark 23 1. Low pressare air test �4 a. 5hould tl�e air test fail, find and repair leak(s) and retest. 25 2. Deflection (mandral) test (Pipe) 26 a. Sliould the mandrel fail to �ass, the pipe is considered overdeflected. C1TY Or FORT WORTH SYCAMQR� CR�EK INTERCEPTOR REHAB[Ll'I'ATIQN STANDARD CONSTRUCTION SPECIF[GATION DOCUMENTS CITY PROJECT NQ. - 022ap Re�ised Dacember 20, 2012 33 [!1 30 - 5 SEWER AND MANHOLE'f�ST1NG Page 5 of 5 I 2 3 4 5 6 7 8 9 3.8 3.].0 CLEANIl�iG [NOT i1SED} 10 3.9 ADJLTSTING [NOT USED] 11 32 3.11 CLOSEOUT ACTIVITIES [NOT USED] l3 3.1� PROTECT�UN [NOT USEDj 14 3.13 MAINTENANCE [NOT USED] 15 16 17 3.14 ATTACI3MENTS [NOT USED] b. Uncover overdef]ecked pipe. Reinstall if not damaged. c. Ii damaged, remove and replace. 3. Vacuvm test (Manhole) a. Should the vacuum test fail, repair suspecf area and retest. 1) External repairs a•equired for leaks at pipe connaction ta manliole. a) Shall be in accordance with Sectian 03 SO 00. 2) Lealcs wiYhin �lie manhole structure may be repaired internally or externally. SYSTEM STARTUP [N�T USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 18 CITY OF F�RT WORTH SYCA3v10RE CREEK INTERCEPTOR REHABILT7'ATION STANDARI] COAISTRUCTION SP�CIFICATIOT�! DOCUMGNTS C1TY PROJ£CT 1�Q. - 02200 Revised Pecember 2D, 2012 POST If�STALLATIOfV Ii/IAIVHOLE VACUUM TEST FORfVI Company P�ame: Address: Phone #: Celi: 1Mork: Coating Date: Crew �eader: �roject �iame: Cantrac4or: Owner: Indicate �ass/�ail: Location of Strucfure: IVianhole Pour or �lacement Date: l.ine & Statian #: Other: Sfructure iype: (chec� one) �' �I Ii�H �' �I i1�H 6' QI f�H 1'91�H Proiec4 #: iYPE ,� FL�liV DIV �Q3t iYPE � FLDlf�! DIV �QX JUf�CiIOR! �QX SIPFfOi� Ef�iRY BOX Il��T°�RINC STAiIOf� V�Cld�l7'1 ��St �CSl�I$S �o�� �%��� Inspeetion �ate: InspEction Campany: Inspector �lame: Repair Daie: Repair �ocation: iype of Repair: Repair Maierials: Gomments: 33 01 31 - 1 CL05ED CIKCUIT TELEVISI�N (CCTV) WSPECTION Page l of S 1 2 SECTION 33 �131 CLOSED CIRCUIT TELEVISION (CCTV) �NSPECTION 3 PART 1- GENE�tA�, 4 1.1 SUMMARY 5 A. Sectian Includes: 6 1. Raquiraments and procedures for Closed Circuit Television (CCTV} Inspeetion of 7 sanitary sewer or storm sewer mains 8 2. For sanitary sewer projects al] (existing: Pre-CCTV, proposed: Post-CCTV) ma.in 9 shall he inspected. 1Q S. Deviatious from tl�is City of Fort Worth Standard Speci�cation I1 l. No��e. 12 13 14 15 16 17 18 C. Related Specifieation Sections include, but are not necessarily limited to: 1. Division Q— Bidding Requirements, Contract Fortns, and Conditions of the Contract 2. Division 1— General Requirements 3. Sect�on 33 03 S 0— Bypass Pump'tng of Existing Sewer Systems 4. Section 33 04 50 -- C�ean�ng of Sewer Mains 5. Section O l 32 16 — Construction Progress Schedule 19 1.2 PRICE AND PAYMENT PROCEDiJRES 20 21 22 23 24 25 26 27 28 29 30 3i 32 33 A. Pr�CCTV Inspection 1. Measuremer�t a. Measuremeirt for this item will be by the linear foot of line televised for CCTV Inspection perfortned priar to ai�y line modification or eeplacement determined from tl�e distance recorded on the video log. �a 3. Pay�nent a. The wnrk perfornned and materials furnislsed in accorcEance with this Item and measured as provided under "Measurement" wi13 be paid for at the unit price bid per linear foot iar "Pre-CCTV Ins�ection". 1) Contractor wiI1 nat be paid for wnaccepted video. The price bid shall include: a. Mobilization b. Cleaning c. Digital iile 34 B. Post-CCTV inspection 35 1. MeaSurement 36 a. Measurement far khis jtem will be by the linear foo� of line televised for CCTV 37 Inspectiori performed following repair or Snstallation determined from tha 38 distance recarded on the video log. 39 2. Payment CITY O�' FORT WORTH SYCAMQRE CREEK IN'CERCEPTdR REHABILITATION STANDARD CONSTRUCTIOIV SPECIrICATION aQCUMENTS CiTY PROIECT NO. - 022D6 Revised March 3, 2D16 330131-2 CLOSED CIRCtI1T T�L�VISIQN (CCTV) INSPECTION Page 2 of 8 1 a, The wark parfnrmed and inaterials furnished in accordance with this item and 2 measured as provided under "Measurement" wil� be paid for at the uiiit price bid 3 per lin�ar foot for "1'ost-CCTV Iils�ection". 4 l) C�ntractor will nnt be paid for unaccepted videa. 5 3. The price bid sliall include: 6 a. Mobilization 7 b. Cleaning 8 c. Digital file 9 1.3 REFERENCES I4 A. Referance Standards I1 12 13 14 15 16 17 1. Referenc� standards cited in this 5peci�catian refer to the current reference standard pu.blished at th� time of the latest xevisian date ]ogged at the end of this Specifcatiaii, unless a date is specifically cited. 2. City of Fort Worth Water Depart�-nent a. City of Fort Warth Wat�r Depathnent �CTV Inspection and Defect Coding Program {CCTV Manual). City of Fort Warth Water Depaj�ment CCTV Spread Sheet. 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Caordination 20 1. Sanitary Sewer Lines 21 a. Meet with City of Fort Worth Water Department staff to confirm that tlie 22 appropriate equipinent, sof�ware, standard templates, defact codes aud de�ect 23 rankings az'e being used 24 2. .Storm Sewer Lines 25 a. Meet with City of Fort Worth TransportatiorY/Public Works Department staff to 26 confirni that the appropriate equipment, software, standard templates, defect 27 codes and defect rankings are beiiZg us�d, if required. 28 29 30 31 32 33 34 B. Schedule 1. Include Pre and Post CCTV schedule as part of th� Construction Pragress Sehedule par Section 01 32 16. 2. Schedule a date and tiine for City review (2 weeks minimum — Notiiicatio�� needs ta be sent out ta Praject Ma��a�ej- & Water Field Operations). 3. If CCTV is accepted by City, proceed with work. If rejected, coordinate with City per Part 1.4 A. 35 1.5 SUEMITTALS 36 A. Suh�nittals shal] be in aecordance with Sectiot� O1 33 00, 37 B. All subinittals shall be approved by the Engineer or the CiTy Inspector prior to delivery. 38 C. If inspected with Infrastructure TechnoIogies itPipes So�twar� per CCT'V Manual 39 provide video data per the CCTV Manual, Provide additional copy of videa in video file 40 {MP4} az�d H.264 — Advanced Video Cading and cornpression standard. 41 D. If inspected with ather software provide video data in video file {MP4) and H.264 — 42 Advanced Video Coding and compression standard. CITY OP FORT WORTH SYCAMOR� CIZEEK WTERCEPTOR REHABILITATIpN STANDAR� CONSTRUCTIdN 5PECIFIGATION l70CUME3VT5 CITY PROI�C7' NQ. - 023p0 Aevised March 3, 2016 330133-3 CLOSED CIRCUIT TELEVISTON {CCTV) [NSPECTION Page 3 of 8 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 2l 22 23 24 25 2fi 27 28 29 30 31 32 33 34 35 36 E. Inspection Report shall include: 1 �� Asset a. Date of Inspection b. City e. Praject Narne (Address accepted if ��aina does uot exi�t) d. Main Number — as shown on drawings or GIS ID (If Available) e, Upstream Manhole Sta�ion -- as shown on drawings ar GIS ID (If Availabie) �: Downstream Manhote Station — as shown on drawings or GIS ID(If Available) g. Pipe Diameter h. Material i. Pipe Length j. Mapsco Location Number k. Date Constructeci 1. Pipe Wa�l Thickness m. Grade percentage n. lnspector Name Inspection a. Inspection Number (i.e. 1s{,�nd�etC...) b. Crew Nuinber c. Operatar N�me d. Operator Comments e. Reasan f�r Inspection £ Equipment Number g. Cainera Travel Directinn {Upstrea�n to Downstream — Deviation will require written justifieation} h. Inspected Length (feet) i. Work Order Number. j, CityProjectNumber k. City� Contract Name 1. DQE/TPW Numher m. Consultant Company Name n. Consultant Contact Name o. Consultant Contact Phone Number p. Contractor Company Name q. Contractor Contact Name r. Confa�actor Contact Phoae Number 37 38 39 40 41 42 43 44 45 46 47 48 49 F. CCTV qverlay screen shall include (opening text to CCTV inspection) a. Date af inspection b. C�ty Narne c. City Prajectnumber d. Projact name e. Main nucnber f. Upstream station g. Downstream stativn h. Diameter i. Grade/Slope j. Material k. Length L Contractor CITY OF FORT WORTN SYCAMORE CRE�K ]I+iTERCEPTOR REHABILITATION STANDARD COAISTRUCTION SE'EC1C'1CATION DOCUMENTS CITY PROIECT NO. - 02200 Revised March 3, 2016 330131-4 CL05E1? CIRCUIT T�I.EVISION (CCTV)1NSPCCTION Page 4 of 8 2 3 m. Inspeeto�•s name n. Trawel direc#ion o. Date Construction 4 1.6 �NFORMATIONAL SUBMITTALS 5 b 7 A. Pre-CCTV submittals 1. 2 copies of CCTV �ideo results an USB drive 2. 2 hard copies of Ir►spection Report and ana pdf capy on USB drive 8 B. Additional information that may b� requested b� ihe City 9 1. Listing of cleaning equipment and procedures 10 2. Listing af flow di�ersion procedures if required l 1 3. Listing of CCTV equipnnent 12 4. Listing of backup and standby equipment l3 S. Listing af safety precautions and traffic coiitrol measLiras I4 1.� CLOSEOUT SUBNIITTALS 15 16 l7 l8 19 20 21 22 23 24 25 26 27 28 29 3Q 31 32 33 34 35 36 37 3S 39 40 41 A, Final CCT'V shall not 6e completed until all inanholes and surface covers are set to fina] grade. All as built changes to plan and prafile drawings (redlines}, are required to be reflected on th� post CCTV inspection infarmatian. Post CCTV shall not be completed untii al� as buiit correctiai�s have been made, 1. Post-CCTV submittals a. Two (2} copies of CCTV video results on LTSB drive h. Sanitary sewer videa �le(s) in MP4 or H264 Ad�anceci Video Codi�sg ar►d campression standard e. City Project Number displayed within text of sanitary sewer video. d. Construction Plans identifying the line sagments t�at were videoed. Include caver sheet, all redliiaes, overall line layout sheet(s), and plan and pro�le sh�et(s). 1) One (1) 11"X 17" copy e. Sanitaty sewer line segme�rt frorn drawings match line segments on Inspectian Report, f. Dne (1) ]iae•d copies of Inspectio�i Report (sanitary sewer log). g. One {j ) eIectranic copy of the Inspection Report (sanitary sewer Iog) in .pdf format h. Sanitary sewer video(s) must be s�bmitt�d to Water Field Operations minimum two (2) �veeks prior to tl�e final inspection. i. A pdf capy oiz USB drive shall be subznitted to and appraved by the City Inspectar and Field Operatio»s %r review prior to scheduling a project fnal inspection. j. CCTV spread sheet log in EXCEL lc. Construction Plans identifying t�re line segments that were videoed. Includ� caver slieet, ali redlines, overall line layout sheet(s), and plan and profile sheet(s). CITY OF FORT WORTH SYCAMOR� CREEK I3VTERCEPTOR REl-IABILI'I'ATIpN STANAARL] CONSTRUCTION 5PEC[FIG/�1TION DOCUM�AlT5 CITY PRQ7ECT NO. - 02�D0 Revised March 3, 2016 330131-5 CL05ED CIRCUIT TELEVISLON (CCTVj INSP�CTION Page 5 of 8 I 1.8 MAINTENANCE MATERIAL SUSMITTALS [NUT i7SED] 2 1.9 QUALITY ASSURANCE [NOT USED] 3 1.10 DELNERY, STORAGE, AND IiANDLING [NOT USEDj 4 1.11 FIELD [SITE] CONDITIONS [NOT IISED] 1.1� WARRANTY [NOT LTSED] PART � - PRODUCTS 10 11 12 13 14 15 I{ l7 18 19 20 21 22 A. Equipment 3. Closed Circuit Television Camera a. The television camera used shall be one specifically designed and constructed for sewer inspection. Lighting for the eamera shall �e suitable to allow a c�ear picture af the entire periphery ofthe pipe. Th;e camera shajl be operative in 100 percent humiditylsubmerged conditians. Ti�e equipinent will provide a view of the pipe ahead of the equipmenfi and of feaiures ta the side of the equipmer�t through turning and rotation af tlie lens. The camera shall be capable af tilting at right angies along the axis af tl�e pipe white panning the camera lens �hraugh a full circle about the circumference of the pipe. The lights on the camera shall also be capable of panning 90-degrees to tl�e axis of the pipe. 6. The radiaj view camera must ba solid stafe color and have remote coi�trol of the rotational lens. The camera shaIl be capable ofviewing the complete circumference of the pipe and manhole str�cture, including the cone-section Qr corbel. The camera lens shall be an auta-iris type �+ith remote controlled man�zal overrid�. 23 2. Video Capture System 24 a, The video anci audio recordings of the sewar inspections shall be made using 25 digital video equipment. A video enhancer r►�a� he used in conj�nction vvith, but 26 iiot in lieu of, the required equipm�nt. The digital recarding equipmeut shall 27 capt�re sew�r inspeetion on USB drive, witls each sewer segmeirt (from 28 upstream manhole to downstream manhole} insp�ction recorded as an individual 29 file in .MP�4 format. 30 b. The system shall be capable of printing pipeline ir�spectior► reports with 31 captureci images of defects or other r��ated significant visual information on a 32 standard color printer. 33 c. The system shall store digitized coSor picture images and be saved in digital 3� farmat ou a USB drive. 35 d. The system sl�all be able ta produce data reports to include, at a minitnu.m, all 36 observatian points and pertinent data. All data reports shajl match the defact 37 severity codes outlined ii� the City's CCTV ma�ival. 38 e. Camera footage, date & manhole numbers sha13 be maintaiiied in real time and 39 sl�all be displayed on the video moiiitor as well as the video character generators 44 il3uminated footage disptay at the contral console. CITY OF FORT WORTH STAI+l�ARD CONSTRUCTIpN SP�CIFIC:4'I'lON DOCUMENTS Re�ised March 3, 20 f 6 SYCAMORE CREEK IN'��RC�PTOR 1tE1iRBILI"l'ATION CITY FROIECT Nq, - 0220� 33 O1 31 - 6 CLQSEb CIRCU[T TELEVI510N (CCTV) INSPECT[ON Page 6 nf 8 PART 3 - EXECUTION 2 3.1 INSTALLERS [NC}T USED] 3 3.2 EXAMINATION [NOT USED] 4 3,3 PREPARATION S A. General 6 1. Prior to inspecfiion abtain pipe and inanhole asset identiftcation numbers from the 7 plans ar City to be usad during inspections. Inspections performed using 8 identification numbers other thau the plans or fram assigned numbers from the City 9 wi11 be r�jected. � 6 2. Inspection shall not coinrnence until the sewer seciion ta be televised �as been 1 I completely cleaned in canformance with Section 33 04 50. 12 13 14 15 16 17 18 19 zn 21 22 23 24 25 26 27 28 29 30 31 32 33 8 9 3. Once the video inspectian is re�iewed ai�d accepted k�y tha City Inspectar, the video will be sent for review to Water Field Operations. 4. Water Field Operations will review and docurn�iYt all defieiencies, tlien send an internal memorandum to the City Inspector listing the deficiencies. 5. Tf no deficiencies are identified, Water FteId Operations will provide a sig�ied copy of the "Receipt for Sanitary Sewer Videos" form ta tlte City Inspeetor. 6. City Inspector will inc(ude the list of �ideo defects to the cantj•actars punch list and sehedule a fi�sa�e iilspectio��. 7. The "Receipt for Sa�iitary Sewer Videos" farm must be presentad at the �mal inspection Inspection shall not commeiice until the sewer sectior� to be televised has been completely cleaned in conformance with Section 33 04 50. (�ewer system should be connected to existiilg sewar syste�n and shnuld be active) Inspectia�� of nev,�ly installed sewers (not yet in service} shaIl not begin prior to completion ofthe follawxt�g; a. Manlsole final grade is set b. Manhole lining is complete c. Sewer main is cleaned d. Sewer air test is complete e. Vacuum test af inanholes f Installation of all lateral services g. All sewer mazn and manhole wark is camplete 34 O�ice revievved and aeeepted by Water Field Op�ratious the sewer system shauld be 35 connected tn existing sewer system and should be active. 36 10. Teanporary Bypass Pumpiiig {i�required} sI1a11 conform to 5ection 33 03 10. 37 38 39 1. Coordii�ate with City o� Fort Worth TransportationlPublic Works Departme�it far CCTV equipment and cleaning requiremeiits. 4Q 3.4 INSPECT`ION (CCTV) 41 A. General B. Storm Sewer Lines CITY OF FORT WORTH SYCAMORE CREEK ]�ITERC�P'POR It�HAB14[TATION STANDARD CQNSTRIJCT]ON 5I'ECIF'ICAT[qN DpCCJM�NTS CITY PAOlECT N0. - 02200 Revised Mazch 3, 2016 33 01 31 - 7 CLOSEQ CIRCUfT TELEVISIDN (CCTV) INSPECTIQN Page 7 of 8 1 2 3 4 5 6 7 8 9 10 11 5. 32 13 14 6. 15 7. 16 17 18 l9 S. 20 9. Pipe material transitions 21 10. Other locations that do not agpear to be typical for normal pipe conditions 22 31. Note lacations where camera is uncierwater and level as a% of pipe diameter. B. Pipe 1. Begin inspection immediately after cleaning ofthe mai�. 2. Mave camera through the line in down.stream at a mocierate rate, stopping when necessary to pertnit proper documentation of the main's condition. 3. Do noi move camera at a speed greater than 30 feet per minute. 4. 1. Use manual winches, power winches, TV cable, and power rewinds that do nvt obstruct the camera view, allowing for proper evaluatian. During investigation stop camera at each defect ala�ag the main. a. Recatd the nature, loeation and arientation of tne defect or infiitration lacation as specified in tha CCTV Manual. Service connections, Pan the Camera to get a complete overview of serviee cannection including zooming into service connection Include iacation (i.e. l o'clock, l l o'clock, etc. .. } Joints, Include comment on candition, signs of damage, etc... Visible pipe defects such as cracks, broken or d�farmed pipe, holes, ofiset joints, obstructions, sags or debris (show as % of pipe diameter). If debris has been found in the pip� during tlne post-CCTV inspeetion, additiona] cleaning is required, and pipe shall be re-televised. IniiltrationlInf�ow locations 23 12. Provide accurate distance measurement. 24 a. The meter device is to be accurate to the nearest 1110 faot. 25 26 27 28 29 3a 31 32 33 34 35 36 37 38 39 40 4i 42 43 13 � CCTV inspections are to be cantinuous. a. Do not provide a siiigle seginent of main on more than 1 USB drive. b. A single segment is deimed from manho.le to manhole. c. Only single segment vid�o's will be accepted anei shall include rnanhole inspections (manhale to manhole). d. Individual manhole inspection will raquire writteu�ustification. Pre-Installation Inspect�on for Sewer Mains to be rehabilita#ed a. Fei�form Pre-CCTV inspection immediately after cleaning of the main and befare rehabilitation work. b. If, during inspection, the CC'i`V will nat pass t�roUgh the entire saction of rnain due to blockage or pipe defect, set up so �I�e inspection cari be performed from tha opposite manhole. c. Provisions for repairing or replacing the impassable location are addressed in Section 33 31 20, Section 33 31 21 and Section 33 31 22. 1 S. Pnst-Installatian Inspection a. Prior to inserting the catnera, flush a�d clean the main in accordaz�ce to Section 33 04 5�. l6. Documentation af CCTV Inspection a. Sanitary Sewer Lines CITY OF FORT WORTH SYCAMORE CREEK II�fTERCEPTOR REHABILITATION STAI�iQARb CONS'CRUCTION SPECIFICATI03�1 DOCUMENTS CITY PRD.I�CT ND. - 022QD Ite�ised March 3, 2016 330131-8 CLOSED CIACLIIT TELEVI3ION (CCTV} INSYECI'CON Page 8 oF 8 1 2 3 4 5 fi 7 8 9 10 11 I2 13 I4 I5 IG 17 18 19 20 2I 22 23 24 25 26 27 1) Follow the CCTV ManuaI (CCTV standard inanual supplied by Cit� upon request) for the inspection video, data lagging and reporting or Pai�t 1,S E of thzs sectian. b. Storm Sewer Lines 1) Provided documentation for vidsa, data ]ogging, and reporCing in accarda��ce with City. af Fart Worth Transportatioi3/Public Works Deparhnent requirements. C. Manhole 1. Include condition of manhole in its entirety and interior corrosion pratecti�n (if applicable) (Caznera should pan the entire manhol� from top as w�11 as whil� lot�vering into m�nhole, also sl�ow complete vievt+ of invert}. 2. In�ltration/Inflow locations 3. Post-Tnstallation Inspection a. Complete manhole installation before inspection begins. 3.s REPAIR / RESTORATI�N [NOT IISED] 3.6 RE-INSTALLATION [N4T USED] 3.7 FIELD [oR] SITE QUALITY CONTRQL [N�T U�ED] 3.$ SYSTEM STARTUP [NOT USED] 3.9 ADJiISTING [NOT USED] 3.10 CLEA1vING A. See Section 33 04 50. 3.11 CI�OSEOUT ACTIVITTES [NOT USED] 3.12 PR�TECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAM$ SUMMARY OF CHANGE 12/24/2012 R. ]ahnsan Various— Added requirements €or coordination with T/PW for Storm Sewer CCTV D3I03/2016 7 Kasavieh Vario�s—Alternative tQ CGTV Manual, modified submittal detai.l requirements 09/12/2b19 ] Kasavich Various—�lliernative to CCTV Manual, modified submittal detai] requiremants 28 CITY OF 1'ORT WORTH SYCAMORE CREEK INTEACEPTOR REHAHILITATION STANDARD CONSTRUCT[ON SP�CICICATION DOCUM�:NT3 CITY PR07ECT NO. - 022D0 Revised March 3, 2fl16 33031D-1 SYPA5S PUMPING OF EXISTING SEW�R 5Y5TEM5 Page l of 5 1 2 SECTION 33 03 10 BYPASS PUMPING OF EXISTiNG SEWER SYSTEMS 3 PART1- GENERAL 4 5 6 7 8 9 �a 11 12 13 1.1 SUMMARY A. Section Includes: 1. Bypass pumping of the existing sewer system, required on 18-inch and larger sewer linas unless oY��erwise specified in the Gontract Documents B. Deviations from this City of Fart Wortl� Standard �pecification I4 1.� 15 l6 i7 18 19 20 21 z2 23 24 25 26 27 28 29 30 31 C. Related Speci�catian Sections inciude, but are not necessarily limited to: l. Division 0— Bidciing Reyuirements, Contract Farms, and Conditions of the Contract 2. Di�ision 1— General Reyuirements PRICE AND PAYMENT PR�CEDiJRES A. Measuremant and Payment 1. Measurement a. Measurement for this It�rn vvill be by lump sum. 2. Paymeirt a. The work perfarmed and materia3s furnished 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 c. Transpartation and storage d. 5etup e. Confin�d space entry f. Plugging g- Pumping h. Cleait up �, Manhole restoration j. Sucface rest�ratian 32 1.3 REFERENCES 33 34 35 36 37 38 l.4 39 A. Reference Standatds 1. Reference standards cit�d in this Speciiication refer to tl�e current reference standard published at the time of the la�est revision date jogged a# the end of tl�is Specification, unless a da�e is specifically cited. 2. Oceupational Safa�y and Health Organizatioii {OSHA). ADMINI�TRATNE REQUIItEMENTS A. Coordinatian CITY OC FORT WflRTH SYCAIv[OiZE CRE�K INT�IZCEPTOR REHABILITATION STANDARI] CONSTRUCTION 5P�C1PICATION DOCUMENTS CITY PROJECT NO. - 02200 Revised December 2�, 2012 33 03 l0 - 2 BYPASS PUMPING OF EXISTING SEW�R SYSTEM$ Page z af 5 1 2 3 4 5 6 7 S 9 10 11 12 13 l. Schedule meetiiig witl� City to. review sewe�• shutdown prior to replacing or rehabilitating any facilities. 2, City reserves the right to delay schedul� due to weatlier conditions, or ather unexpected emergency within the sewer sys#em. 3. Review bypass pumping arrangement or layout ij� the field witl� City prior to beginning aperations. Facilitate pr�liminary bypass �umping run with City staff present to affirm the operation is satisfactory to the City. 4. After replacement or rehabilitation of facilities, coordinate the reestablishment of sewer flow with City s#aff, 5. Provide oiisite continuous �nonitaring during alI bypass pumping operations using one of the fo.11o�wing methods: a, Personnel an site b. Portable SCADA eyuipment 14 1.5 SUSNIITTALS 15 A. Submittats shall be iii accordance with Section Ol 33 4Q. Ib B. All submittals shall be approved by the City prior ta delivery. 17 1.6 ACT�ON SUBMITTALS/INFORMAT�ONAL SUBNIITTALS I8 19 20 21 22 23 24 25 2G 27 28 29 3Q 3l A. For 18-inch and larger sewer lines, submit a detailed plan and description outlining a11 provjsions and grecautians t�iat will be taken wiY� regard ta the handliiig of sevver f7ows. Submit the plan to the City for approval a minimum of 7 days prior to commencing work, Include the follawing details: 1 _ �.. �l � _ . «_ I'raject Nan�e ant� Project Number lz. Ad�ress , �rn;��+ M��, :rer anci Yl�one Nun�ber � ,J AEr �rr,atz B_ypas, Cont�ct� ai5� Phu»e NumE�e!��� 2. General Summary 3. 5chedule for installation and maintenance a�the bypass pumping system 4. Staging areas for pumps 5. Pu�np sizes, capacity, number of each size, and power requirements G. Ca1cu[atioils for static lif�, friction losses, and veIocity 32 7. Pump cur�es showing operating range and system head curves 33 8. Sewer pIugging mathods, �,. 34 9. Size, ' lengtl�, material, joint type, and rrmathad for installatian af suction and 35 discharge piping 36 10. Method of naise cantrol for each pump �id/or generator, if required 37 1 I. Standby power generator size and location 38 12. Suctian and discharge piping plan 39 l3. Emergancy actioll plan identifying the measures taken in th� eveiit ofa pump 40 failure or sewer spill 41 14. Staffing plan for i°esponding to alarm co.nditioz7s identifying rnultiple contacts by 42 narne and phone nuinbers (office, mobile} CITY OF FORT WORTH SYCAMDRE CREEK INTERCEPTOR REHABIL[TATION STANDARD CONSTRUC'CION SPECIFICATION DOCUMENTS CITY PRO]ECT ND. - D220U Revised Decacnber 20, 2.012 33031Q-3 BYPASS PUMPING QP E7C�STiNG SEWER SYSTEIVIS Page 3 af 5 1 15. A contingeney plan to implement in the event the replacement or rehabilitation lias 2 unexpected delays or problems 3 1.'� CLOSEOUT SUBNIITTALS [NUT i75ED] 4 L� MAINTENANCE MATERIAL SUBMITTALS [N�T iTSED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT IISED] 7 S 111 FIELD [SITE] CONDITIONS [NOT U�ED] 112 WARItANTY [NOT USED] 9 PART � - PR�DUCTS 1D 2.1 OWNER Fi7RNISHED �oa] OWNER-SUPPLIED PRODUCTS [NOT USED] 11 rz 13 l4 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 3A� 35 36 37 38 39 2.2 EQUIPMENT A. Pumping 1. Pro�ide equipment that will convey 100 percent af wet weatlier peak flow conditions. 2. Pro�vide fully autamatic self-priining pumps. Fooi-valv�s or vacuum pumps are not permitted far priming the systern. 3. Pumps must be constructed ta allow dry rz�nning far periods of time to account for dae eyclica! nature of sewer flow. 4_ Pro�ide 1 stand-by pump for each size tn be maintained an site. Place backup pumps on line, isoIated from tl�e primary system by valve. 5. Iimultiple pu�nps are reyuired to meet the flow requir�mants, provide the necessary fittings and comiections to incorporate multiple discharges. 6. Noise le�els of the pumping system �nust follow #he requirements af tlie City nnise ordinance %r gas wells. B. Piping 1. Install pipes with joints which prevent ihe incident of flow spillage. C. Plugs ar Stop Logs l. P1ugs a. �elect a piug that is made for the size and potential pressure head that wi11 be exper�enced. b. Provide an additional anclior, support or bracing ta secure plug when �ack pressure is present. c. Use accurately calibrated air pressure gauges for manitoring the inflation pressure. d. Place inflation gauge at location outside of canFined spaee area. Keep the inflation gauge and �alve a safe distance from the plugs. e. Never over infla�e the plug beyond its pressure rating. 2. Stop Logs a. Use stop log devices desigj�ed fo�• tlie manlinle or sewer �auit structure in use. CITY OF FORT WORTH SYCAMORE CREEK I3VTERCHPTDR Ii�HABiLITATION STANDARD CONSTRUCTION SPECSFICATIqN DOCUMENTS CITY FRQJECT NO. - Q2200 Revised Becemher20, 2D12 330310-4 BYPASS PUMPING OP �XIS�'TNG SEW�R SYSTEMS Page4of5 h. If applicable, obtain stap logs from City that inay b�e us.ed on speci�c structures. 2 2.3 ACCESSORIES [NOT USED] 3 2.4 SOURCE QUALITY C�NTROL [NOT USED] 4 �ART 3 - EXEC[ITION 5 3.1 INSTALLERS [NOT IISED] 6 3.� EXAMINATION [NDT USED] 7 3.3 PREPARATION 8 9 10 11 12 l3 A. Locate the bypass pipelines in area to miniinize disturbance to existing utilities and obta�n apprava� of those lacations from the Cify. B. Make preparations to comply with OSHA. requirements when working in the presence of s.ewer gases, oxyg�n-deficient atmospheres and confined spaces. C. Do nat begin bypass praparation and operation untiI Ciiy appro�al of the s�bmittals requested per this Specification. 14 3.4 IN�TALLATTON 15 ]6 1� 1S ]9 20 z� 22 23 2� 25 26 27 28 29 �0 31 32 33 34 35 3b 37 38 39 4D A. Install and operaCe pumping and piping equipment in accordance to ihe submitials prouided per this Speci�catiori. B. �ewer flow stappage 1. 1'lugging a. Use confined space procedures and equipme►at durir�g installation when necessary. b. Thoroughly clean the pipe before insertion of the plug. c. Insert the plug seal surface completely so it is fully suppo��ted by tlie pipe. d. Pnsition the plug where there are not sharp edgas or protrusians that may damage the plug. e. Use pressure gauges for measuring inflation pressures. £ IVlinimize upstream pressure head before deflating and removing. C. Sewer flow control and manitoring 2 3 4 Take sufficient precautians to ensure sewer flow operatinns do not cause tlooding or damage to publ�c or private property. The Contractor is responsible for any damage resulting from bypass pumping oparations. Begin continual monitoring of tha sewer systefx�. as soon as the sewer is plugged or blacked. Be prepared to iminediately start bypass pumping if needed due to surcharge conditions. Sewer discharge may be into another sewer manhole o.r apprnpriate vehiele or container only. Do not discharge sewer into an open en�ironment such as an open channel or earthen holding facility. Do nofi construct bypass facilities where ��hicular traffic inay traVel over the piping. a. Provide details in t�ie suction and discharge pipiiig plan that accommodate both the bypass iacilities and traiftc without disrUpting either service. CITY OF FORT WORTH SYCAMOR� CREEK INTERCEPTQR REHABiL]TATIQN STANDARD C.ONSTRUCTIDN SPECIFICATIQN DOCUlV1EN'TS C1TY PROJECT NO. - Q2200 Revised December 20, 2Q12 330310-5 BYPASS PL1MPTi�iG Or EXISTING SEWER SYSTEIvlS Page 5 of S 1 2 3 4 5 6 7 8 9 ro 11 12 13 14 15 16 17 18 3.� REPAIR 1 RESTORATION [NOT USED] 3.6 RE-INSTALLATTON [NOT USED] 3.7 FIELD �oa] SITE QUALITY CONTROL A. Field [oR] Site Tests and Inspections 1. Perform leakage and pressure tests of the bypass pumping pipe and equipment hefore actual operation begins. Have City stafF an site duriilg tests. 3.8 SYSTEIWI STARTUP [NOT USED] 3.9 ADJUSTING [NOT IISEDj 3.10 CLEANING [NOT USED] 3.11 CLOSEOiTT ACTIVITIES A, Once plugging or blocking is no louger necessary, remove in such a way that permits tlze sewer flow to slow�y ret�arn to normal — preventing surge, surcharging and major downstream disturbance. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Lag DATE NAM� SUMMARY O�' CHANGE 12/2�/2012 D.lahnson 1.6 — Clarified submittals required for 1 S" and farger iines �9 CITY OF FORT WORTH SYCAMORE CItE�K INTERCEPTOR REHABILITATiON STAI�IDARD CONSTRUCTTON SPECIFICATIQN DOCUMENTS CITY P12DJECT iVO. - 02200 Revised Decem6er 20, 2012 r�r� �,�+�� �r�r�,�r������� �.��� ����+� 330510-i UTILITY TRENCH �XCAVATION, �MBEDMEi�fT, ANDBACKFILL Page 1 af23 SECTION 33 0� 10 UTILITY TRENCH EXCAVATION, EMBEDMENT AND BACKFILL PART 1- GENERAL 1.1 SiTMMARY A. 5ectian IncIudes: 1. Excavation, Emhedment and Backfill for: a. Pressure Applications 1) Water Distribution ar Transmission Main 2) Wastewater Force Main 3) Reclaimed Water Main b. Gravity Applications 1) Wastervater Gravity Mains 2) Stor�n Sewer Pipe and Culverts 3) Storm Sewer Precast Box and Culverts 2. Ineluding: a. Exca�ation of all material encounter�d, inclUding rock apd unsuitable materials b. Disposal of excess unsuitable materiai c. Site specific trench safety d. Pumping and dewatering e. Embedment f. Concrete encasement for utility lines g. Backf Il h. Gompaotion B. Deviations from this City of Fort Warth Standard S�ecification � ,� � ,�„ C. Related Specification Sectious include, but are not necessarily limited to: I. Division 0— Bidding Requirements, Corrtract Forms, and Conditions af the Contract 2. Division 1— General Requirements 3. Section 02 41 13 -- Selective Site Demolitian 4. Section 02 41 15 — Paving Remaval 5. Section 02 41 14 — lltility RemovallAbandonment 6. S�ction 03 30 00 — Cast-in-p[ace Concrete 7. Sectian Q3 34 13 — Controlied Low Strength Material (CLSM) 8. Section 31 10 00 — Site Clearing 9. Section 31 25 00 — Erosion aiid Sediment Control 10. 5ectiott 33 OS �6 —[Ttility MarkerslLocators 1 l. Section 34 71 13 —Traffic Confrol 1.2 PRICE AND PAYMENT PROCEDiTRES A. Measurement a�nd Payment CITY OP' FORT WQRTH STANbA17D CqNSTRUCTION SPECIFICATION I]OCUM�NTS SYCAMORE GREEK INTERCEPTOR REHABILITATION Revised December 12, 2016 CI1'Y PRQ.I�CT NO. - 02200 33 05 10 - 2 UTILITY TRENCI-I �XCAVATTQN, EMBEDM�NT, x1NDBACKFILL Paga 2 nf23 1. Trench Excavaiian, Embedmen� and Backf�ll associated with the iiistallation of an underground utility or �xcavation a. h�[easurem�nt 1) This Item is cansidered subsidiary to the installation of tlie utility pipe line - - -�- --- ---- --- - as designated in the Drawiz�gs. b, Payment 1) The work perforrt�ed a�id the inaterials furnished in accordance with this Ttem are considered subsidiary to the installation of the utility pipe far the t}�pe of embedinent a�id backfill as indicated on the plans. No other coinpensation wi1I be aIinwed. 2. Imported Embedment or Backfill a. Measurement I) Measured by the cubic yarc� as delivered ta the site and recorded by truck ticket pro�ided tn the City b. Payment I) Imported �11 shall only be paid when using ma#erials for �mbedment and backfill otlier than those idcntified i1i the Drawi�}gs. The wor�C perfarrn�d and materials furnislied in accordance with pre-bid item and measured as provided under "Measur�ment" will be paid for at the uz�it price bid per cubic yard of "Imported Embedmen�/BackfilI" delivered to the �ite for: a) Variaus embedmentlbackfill rnaterials c. The price bid sliall iiiclude: I) Furnishing backfili ar embedment as specified by this Speci�catioii 2) Hauling to the site 3) Placement and campaction af bacl�fill or embedment Coircrete �ncasement for Utility Li��es a. Measurement 1) Measureci by the cubic yard per plan quantity. b. Payment 1) The work perfarmed aa�d materials furnished in accordance with tljis Item and measured as provided under "Measurement" will be paid far at the unit p�•ice bid per cubic yard of "Concrete �ncasement for Utility Li»es" per plan quantity. c. The price bid shall �nclude: 1) Furnish�ng, hauliug, placing and finishing concrete in accordance vvith 5ection 03 30 �0 2) CIean-up 4. Grouiid Water Contrnl a. Measurement 1) Measuremeirt shall be lump sUm when a ground water control plan is specifieally required by the Contract Docurnents. b. Payment 1) Paytnent shall be per the lump sum priee bid far "Ground Waier Control" including: a) Sub�nittals b} Additional Testing c} Gro.und water control system installation d} Grouiid water cont�'ol systetn operations a�3d maintenance e) Disposal of water c�TY ar roxr wa�TH STANDARD CONSTRUCTI�N SPECI�']CAT[qN DOCUMENTS SYCAMOR� CR�EI4 [NTERCEPTpR REHAHELI'CA'I'ION Re�ised Decemher 12, 2016 CITY PR07ECT NQ. - 022D0 33OS 10-3 UTILITY TREA]CH EXCAVATiQN, �MB�DMENT, ANDBACKFILL Page 3 of23 �} Remo�al of graund water control system 5. Trench 5afety a. Measurement 1) Measured per linear foot of excavation for all trenches that req�ire trench safety in accardanc� with OSHA excavation safety standar�}s (29 CFR Yart 1926 Subpart P 5afety and Health regulatioiis fo�• Construction) b. Paym�nt 1) The work performed and materials furnished in accardance with this Item and rneasured as provided under "Measurement" will be paid f�r at the unit price bid per liuear foot of excavation to comply with OSHA exca�ation safety standards {29 CFR Part 1926.650 Subpart P), including, but not limited to, all sUbmittals, labor and ac�uipment. 1.3 REFERENCES A. Definitions 1. General — De�nitions used in tl�is section are in accordance with Termir►ologies ASTM F412 and ASTM D8 and Terminoing� ASTM D6S3, unless otherwise noted. 2. Definitions for trench width, backfi�l, embedment, initial back�ill, pipe zone, haunchuig bedding, springIine, pipe zone and foundation are defined as sliown in the following schematic: Y L d � .� Q � �� tS ._ .�11,/i1`�',.� � �` � . .,.. i �� � I ��1���`�i.'U � � Y � L-= I �I `L L i � T� ! � � n � �= C — �� I �r�i.l�L�� i�iL -- � + ���'�i`� ra����-�c� . • � � , --- - - ----- ----�—r --- � � I� C) C � ��A�"�. �- - - -I � - _�-� - r!(CAl'A'EL' ��E\�h Vd �.,=;z.ir:- ;.��...��.� - - - �' PAVEC r�R� k5 "�� �,'tiPAVEO A�rRS � k� r ' } : � �� `.�' -di: � i �..-._. 1 CITY OP FORT WORTH STANDARD CONSTRUCTION SP�CiFICATION DOCUMENTS SYCAMORE CREEK 1t3TERCEPTQR REHABIL�TA7"ION Revised December 12, 2016 C1TY PROJECI" NO. - D2200 � I 33 65 10 - 4 ITTILITY TRENCH EXCAVATION, EMSEDMENT, nND BACKFILL Aage 4 of 23 3. DeleierioUs materials — Har�nful materials such as clay lumps, silts and organic material 4. Exca�ated Trench Depth -- Distanc� fram the surface to the bottom o� the bedding or the trench faundation S. Fiz�a1 Backfill Depth a. Unpaved Areas — The depth of the final backfill measured fram the top of t11e initial backfill to the su�•fac.e b. Paved Areas -- The depth of the final backf ll measured from the top of the initial back�ll to bottom of permanent or temporary pa�ement repair B. Referenee Standards 1. Raference standards cited in this Specif�cation refer to the curreii# reference standard published at the time af the latest revision date lagged at the end oithis Specification, unless a date is specificaliy cited. 2. ASTM Standards: a. ASTM C33-08 Standard specificatians for Concrete Aggregates b. ASTM CSS-O5 Soundness af Aggregate by Use of Sod�um Sulfate or Magnesium Sulfate c. ASTM C 136-01 Test Method �or Sieve Analysis af Fine and Coarse Aggregate d. ASTM D448-�8 Standard Classification for Sizes of Aggregate for Road and Bridge Construction. e. ASTM C535-09 Standard TestMethod far Resistance ta Degcadation ofLarge- Size Coarse Aggregate by Abrasioi� and Impact in tlle Los Ai�geles Maclune f. ASTM D58$ — Staudard Test method for Moisture-Density Aeja#ions of Soil- Cement Mixture g. ASTM D698-07 Test Method for Laboratary Conipactio�z Characteristics of Soil Using Stand Efforts (12,404 ft-lb/ft3 600 Kn-m/M3)). h. ASTM 1556 5tandard Test Methods for Density and Unit Weight of Soils in Place by Sand Cone Met�iod. i. ASTM 2487 — t� Standard Classificatian of 5oils far Engineerii�g Purposes (Unified Soil Classificatian System} j. ASTM 2321-09 ilnderground Installation of T�ertx►oplastic Pipe far Sewers and Other Gravity-Flow Applicatians k. ASTM D2922 -� Standard Test Methods for Density of Soi1s and Soil Aggregate izi Place by Nuclear Methods (Shallow Depth) I. ASTM 3017 - Standard Test Methad far Water Content of Soil and Roek in place by Nuclear Methods (Shallow Depth) m. ASTM DA254 - Standard Test Method fnr Minim�,un Iiidex Density and Unit Weight of Sails a3zd Calculations of Relative Density 3. OSHA a. Occupational Sa%fiy aiid Healtli Administration CFR 29, Part 1926-Safety Regt�laiions for Canstr�iction, Suhpart P- Eaccavatians 1.4 ADMIN�STRATIVE REQUIREMENTS A. Coordinatioii 1. CTtility Company Notification a. Natify area utiliTy companies at least 48 hovrs in advance, excluding weelcends and holidays, before starting excavation. CITY flF FORT WORTH SYCAMORE CREEK II�ITERC�PTDR IiEHABILITAT[ON STANbARD G�NSTRi7CTION SPECIPICATION DOCUMENTS Ret�ised Decemher 12, 201b CITY PROJECT N�. - 02200 33 DS 10 - 5 UTILITY TRENCH EXCAVATION, EMBEDMENT, ANDB.ACKFILL Page 5 af23 b. Request the location of buried lines and cables in the vicinity of tlie proposed work. B. Sequencing 1. Sequence work for each section of the pipe installed to complete the embedrnent and bacl�ill placetnent ox� the day the pipe foundation is campiete. 2. Sequence wark such that procfors are complete in accordance with ASTMDb98 priar to commeneement of cnnstruction activities. 1.� SUSNIITTALS A. Submittals shall be in accordance wifih SecHon O1 33 00. B. AII submittals shall be approved by the City prior to canstruction. 1..6 ACTION SUBMITTALS/INFORM�TIONAL SUSNIITTALS A. Shop Drawings l. Provide detaiSed drawings and explanatian for ground water and surface water control, if reyuired. 2. Trench Safety Plan in accordance with Occupational Saf�ty and Health Administration CFR 29, Part 1926-Safcty Regulatians for Consta�uction, Subpart P- Excavations 3. Stockpiled exca�atian andlor backfill material a. Provide a description of the storage �f the excav�ted material only if the Contract Documents do not allow storage of inaterials in the right-of-way of the easemant. 1.� CLOSEOUT SUBNIITTALS [NOT USED] 1.8 MAINTENANCE MATER�AL SUSNIITTALS �NOT USED] 1.9 Q[7ALITY ASSi1RANC`E [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage 1. Withiu Existing Rights-nf-Way (ROW} a. 5poi1, imported embedment and backfill materials may be stared wi�hin existing ROW, easements or temporary construetion easements, unless speeifically disallowed in tlie Cantract Dacuments. b. Do not block drainage ways, inlets or driveways. c. Provide erosion contro! in accordance witli Section 31 25 00. d. S�ore materials oniy in areas harricaded as provided in tlae traffic cantrol plans. e. In no��-paved areas, do not store material on the root zone of any trees or in �andscaped areas. 2. Desigiiated Storage Areas a. If t�ie Contract Documents do not alIow the storage of spoils, embedment or bacicfill maierials within the ROW, easement or temporary construction easement, then secuee and maintain an adequafie storage location. b. f'rovide an affidavit that rights lia�ue been secured to store tl�e materials on C1TY OF FORT WORTH STAI�QAl2D CONSTRUCTI�N SPECIFICATION DOCUMENTS SYCAMORC CREEK It��'ERC�PTOR REHABLLITATION Revised December 12, 2016 CITY PROJEC'I' NO. - 02200 33osin-� UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKPILL privat� property. c. Pt�ovide erasioa� control in accorda��ce with Section 31 25 00. d. Do not block drainag� ways. Fage 6 of23 e. �nly materials �sed %r 1 working day will be allowed to he stored in the work zot�e. B. Deliveries and haul-off - Caordinata all deli�eries and haui-off. 1.11 FIELD [SITE] COND�TIONS A. Existing Conditions 1. Any data which has been or inay be provided on subsurface conditions is not intended as a repr�sentation or warranty of accu.racy or continuity between soils, It is expressly understaod that neither the City nor the Engineer will be responsible far interpretatians or conclusions drawn fhere from by the Contractar, 2. Data is made a�ailable for the convenience of the Contractor. 1.1� '{�VARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 �WNER-FURNISHED {ox] OWNER-SUPPLIED PRODUCTS z.� MATEItTALS A. Materials Utility Sand a. Granular and free flowing b. G�nrrajly meets ar exceeds the liznits on deleterjous substances per Tah1e I for fine aggregate according ta ASTM C 33 c. Reasonably free of organic material d. Gradation; sand material consistiiig of durable particles, free of thie� ar efongated pieces, Iumps af clay, loain or ve�etable matter and meets the following gradation may be used for utility sand embedment/backfill, and graded vditl� following limits whax� tested in accordance wit�} ASTMC136, Sie�e Size Percent Retained a/a'? 0 ,�" 4-5 #4 0-1 � #i 6 Q-20 #50 20-7U #1 QO GO-90 #200 9p-1 QQ 2. Cr-ushed Rack a. Durable crushed rock or recycled coucrete b. Meets the gradation of ASTM D448 size �ilimbers 56, 57 or b7 c. May be unwashed d. Free from significant silt clay or unsuitahle materiajs e. Fereentage of wear nofi more than �� percent per ASTM C 13l or C53.5 £ Not mare than a 12 percent maximum loss wlieta subjective to 5 cycles of sadium sulfate soundness per ASTM C$8 CITY aP rORT WORTH STAI�IDARb CON3TRUCTION SPECIFICATION bOCUMENTS BYCAMORE CREEK INTERCEP7"QR KEFIARILITATION Revised December 12, 2016 CITY P1201�CT NC}. - 0220D 33 as � a - � L]TILITY TR�NCH �XCAVATIOI*1, EMBEDMENT, AND BACKFILL Page 7 of23 3. Fine Crushed Rock a. Durable cruslxed rocic b. Meets #11e gradation of ASTM D448 siz� numbers 8 or 89 c. May be unwashed d. Free from s3gr�iiicant silt clay or unsui#able materials. e. Have a peroentage of wear not morE than 40 percent per ASTM C 131 or C535 f. Not mare than a 12 percent m�imum loss when subjective to 5 cycles of sodium sulfate soundness per ASTM C88 4. Ballast Stone a. Stane ranging from 3 inches to 6 iilches in greatest dimension. 6. May be unwashed c. Free from significant silfi clay or unsuitahlc maierials d.. Percentage of wear not raore tha�� 40 percent per ASTM C131 nr C535 e. Not mare than a 12 percent maximum loss when subjected to 5 cycles of sadium sulfate soundnes� per A�TM C88 5. Aceeptable Backfll Material a. In-situ or import�d sails classified as CL, CH, SC or GC in accordance with ASTM D2487 b. Free from deleterious materials, boulders over G inch�s in size and organics c. Can be p�aced free from voids d. Must have � , 20 pereent passing the number 204 siev� 6. Blendeci Backfill Material a. In-situ soils classified as SP, SM, GP or GM iii accordance with ASTM D2487 b. Blended with in-situ or importad acceptable backfill material fo meet the ree�uire�nents af an Aeceptable Backfill Material c. Free fram deleterious materials, boulders over 6 inches in size and organics d. Must ha�e 20 percent passing the numher 200 sieve 7. Utiacceptable Backfill Material a. In-situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM D2487 8. Select Fili a. Classifed as SC or CL in accardance with ASTM D2487 b. Liquid limit less than 35 c. Plasticity index between S and 20 9. Cement Stabilized Sand (CSS) a. Sand 1) Sliall be cleai�, durable sand tneeting gradiug requirements for iine aggregates of ASTM C33 and tl�e following requ.irements: a) Classified as SW, SP, or SM by the United Soil Classification 5ystem of ASTM D2487 b} Deleterious materials (1) Clay lumps, ASTM C 142, less than 0.5 percent (2} Lighriveight pieces, ASTM C123, less tlian 5.0 percent (3) Organic impurities, ASTM C40, color no darker than standard color {4) Plasticity index of 4 ar less when tested in accordaiiee with ASTM D4318.. b. Minimum of 4 percent cement content of Type I/�I portland ceme��►t CTTY OP PORT WORTH STANDARD CONSTRUCTION SPECIPICATIQN DOCUMENTS SYCAMQRE CREEK IN'f"ERC�PTOR REHABILITATION Revised December 12, 2016 CITY PROJECT NO. - 0220p 330510-8 UTILITY TRE3�ICH EXCAVATION, EMBEDMEN'T, ANb.BACKFILI. Page S of23 C. �&t0I' 1} Potable �ater, free af soils, acids, alkalis, organic matter orother deletcrious substances, meeting requireme�ts of A�TM C94 d. Mix in a statianary pug �nill, weigi�-batch or cantinuous mixing plairt. e. Si��ength 1} SQ to 150 psi compressive strength at 2 days in accarc�ance with ASTM D1633, Me#hod A 2} 200 to 250 psi compressi�e strength at 28 days in accordance with ASTM D1533, Method A 3} The tnaximum campressive strength in 7 days shall be 40Q psi. Backfill that a�ceeds the maximum compressive strength shall be re�noved bythe Coritractor for na additional compensation. f. Random samples af delivered product wil[ be taken in the f eid ai paiirt of delivery for eacl� day of placement in the work area. Specimens will be prepared in accordance with ASTM D1632. 10. Controlled Low Strength Mat�rial (CLSM} a. Conform to Section 03 34 I3 11. Trencla Geotextile Fabric a. Soils ot��er than ML or OH iaa accordance with ASTM D24.$7 1) Needle punch, nanwor�en geotextile composed of polypropylene fibers 2) Fibers shall retain tiieir r�lative positian 3) I��ert to biological degradation 4) Resist natural�y occurring ch�rnicals 5) UV Resistant G) Mirafi 140N by Tencate, ar approved equal b. Soils Classified as ML or OH in accordance with ASTM D2487 1) Higli-teuacity manofila�nent po�ypropylene woven yar�i 2) Percent open area of $ percent to 10 percent 3) Fibers shall retain their r�lative position 4) �neri to biological degradation 5) Resist naturally occurring chemicals b) UV Resistant 7) Mira� FW402 by Tencate, ar approved equal 12. Coucrete Encasement a, Conform ta Section 03 3Q 00. 2.3 ACCESSORIES [NOT IISED] 2.4 SOURCE QUALITY CDNTROL [NOT IISED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATYON A, Verificatian of Conditions 1. Review all known, idetttified or inarked utilities, whether public or private, prior to excavatian. CITY OF FORT WOR'CI-1 STANAARD CQNSTRUCTIUN SPECIFICATION DOCUM�N7'S SYCAMOI� CREEK INTERCEPTOR RL'.1-IABILITATION Revised becem�er 12, 2016 GITY PROJECT I�IO. - 02200 33 os ia - 9 UTILITY TRENC�E EXCAVATION, EMBE�M�NT, A3VDBACKFILL Page 9 of 23 2. Locate and protect all known, identified and inarl�ed utilities or underground faeilities as excavation progresses. 3. Notify al] u�ility owners within the project limits 4$ hours prior to beginning excavation. 4. The information and data shown in the Drawings vvith respect to utilities is approximate and based on record iilformatian or on plrysical appurtenances observed withiu the praject limits. 5. Coordinate with tlie Owner(s) of underground facilities. b. Immediately notify any utility owner of damages to underground facilities resulting from construction activities. 7. Repair any darnages resulting from the construction activities. B. Notify the City smmediately of any chang�d condition that impacts excavation and installation af the proposed utility. 3.3 PREPARATION A. Protection of In-P1ace Conditions 1. Pavement a. b. Conduct activities in such a way that does not damage existing pavement that is designateci to remain. 1) Where desired to move equipment not licensed £or operation on puhlic roads or across pavemeilt, provide means to protect tlie pave�nent from all damage. Repair or replace any pavement damaged due to the negligenee of the contractor outside the limits ciesignated for pavement removal at no add�tional cost tQ the City. 2. Drainage a. Maintain positive drainage during constructivn and r�-establish cirainage for all swales and culverts affected by canstructian. Trees a. b. c. d. e. f. When operating outside of existing ROW, stake permanent and terrsporary construction easements. Restrict aIl canstruction activities to the designated easements and ROW. Flag and protect all trees designated to rernain in accardance witli Section 31 10 00. Canduct e�cavation, embedment aiid backfill in a manner such that there is no damage to the tree canopy. Prune or trirn tree limbs as specificalSy allowed by the Drav�ings or as sp�cificaIjy allowed by the City. 1) Pruning or trimming may anly ba accompiished with eqUipments specificatly designed for tree pruning or trimming. Remove trees specifically desi$nated tn be removed in t��e Drawings in accordance with Section 31 10 00. �, Above ground Structures a. Pratect aIl abave ground sti-uctures adjacent to the constri�ction. b. Remove above ground sEruct�res clesignated for �•emo�al in the Drawings in accordance with Section 02 41 13 5 . Traff c CITY pF PORT WORTH SyCAMflRE CREEK iNTEKC�PTOR REHABILITATION STANDARD CONSTRUCTION SPEC]FICATION DDCUMENTS Revised Iaecem6er 12, 20IG CITY PROJECT NO. - 0220D 330510-1p UTLLITX TRENCH �XCAVAT{ON, EMBEDMENT, ANI�BACKFILL Fage ] 0 of23 a. Maintain existing traf�c, except as modifed by the traffic control plan, and in accordance with Section 34 71 13, b. Do not block aceess to driveways or alleys %r extended geriods of time unless: 1} Alternative access has been provided 2} Praper noti�catioiS has been provided to the property owiier arresident 3} lt is specifically allowed in the traf�c coirtrol plan c. Llse traf�c rated plates to maintaiu access until access is r�stored. 6. Traff'ic Signal — Po1es, Mast Arms, Pull boxes, Detecfor loops a. Notify the City's Traffic Services Division a minimum of 4� haurs prior to any excavation that could impact the operations of a�� existing traffic signal, b. Pratect a�1 traffic signaI poles, mast arms, pull boxes, traffic cabinets, coilduii and detector Ioaps. c. lmmediately notify the City's Traffic Services Divisian if any damage occ�rs to any component of the traffic signal due to the contractors actirrities. d. Repair any damage to the traffic signal poles, mast arins, pult bo�es, traific cabinets, conduit and detactor loops as a result of the construction activities. 7. Fences a. Protect all fences designated to remain, b. Lea�e fence in the equal or better condition as prior to constructioii. 3.4 INSTALLATION A. Exaavation 1. Excavate to a depth indicated on the Dravvings. 2. Trench excavatians are defin�d as uncIassified. No additional payment shall be granted for rock or oth�r in-situ materials et�countered in the trench. 3. Excavate ta a widtla su�cient for laying the pipe ' in accordance with the Drawings az�d bracing in acenrc�ance with the �xcavation 5afety Plan. 4. The bottom ofthe excavation shaif be firm and free from standingvvater. a. Notify the City in7mediately if the water andlor tlYe in-situ soils do i�ot provide for a firm trenc�� bottom. b. The City will determine ifany chan.ges are r�quired in the pipe foundation or bedding. 5. Unless otlierwise permitied by the Drawings or by the City, the limits of the axcavation shall not advance beyond the pipe placerr�eut sn t�at tl�e trench may be backfilled in the same day. 6. Over �xcavation a. Fill over excavated areas with the speciiied bedding material as specifiied far the specific pipe to be installed. b. No additional paylnent will be made for over excavation or additional bedding material. 7. Unacceptable Backfill Materia]s a. In-sit�i soils classified as unacceptable backfill material shall be separated from acceptabl� backfill materials. b. If the unacceptable backfill material is to be blended in accordanee wit� this Specification, then s�ore material in a suitable location uiitil the material �s 6�ended, c. Remove all unaccep#able inaterial frorn the project site that is not ulteiided to be blanded ar modified. CITY OF FDRT WORTH SYCAMORE CRE�K INT�RCEPTOR IZEHABILITATION STANDARp CONSTRUCT]ON SP�CIFICATION DOCUMENTS Revised Deeem6er f�, 20[6 CITY PROJECT NO. - 02200 33 05 1 D- 11 UTILITY TRENCH �XCAVATION, EMBE�MENT, AI�ID BACKFILG Page 11 of22 I:? S. Rock — No additional coinpensation will be paid for rock excavatio» or otlier changed field conditions. Shoring, Sheeting and Bracing l. Engage a Licen�ed Professianal Engineer in the State of Texas tQ design a site specitic excavation safety system in accordance with Federai and State requiremen#s. 2. Excavation protection systems shall be designed according to tlte space limitations as inr3icated in the Drawings. 3. Furnish, put in place and maintain a trench safety system in accordance with the Excavation Safety Pla» and required by Federal, State or local safetyrequirements. 4. If soil ar water conditions are encountered that are not addressed by the current Excavation Safety Plan, engage a Licensed Professional Engineer in tha State of Texas to modify the Excavatian Safety Plan and provide a revised submittal to the City. 5. Do not allow soil, or water containing soil, to migrate through the Excavation Safety Systam in suff'icient yuantities to advei:sely a%ct the suitability of the Excavation Frotection System. Movable bracing, shoring plates or trench boxes used to suppnrt the sides ofthe trench excavation shall not: a. Disturb the embedmeiit lacat�d in the pipe zone or lower b. Alter the pipe's line and grade after tha Excavation Peotectson Syst�m is removed c. Compromise the compaction of the ett�bedment located belaw the spring line of tlie pipe and in tne haunching . �� ,�ecial �l�o����ig d�s���ita U� �: ,ee�i i, i .,,�", :'. ress�or��l ,,er to pro�ide �u��c�rt fo�- sides uf exc:a �.�.,., = i"ciuelin� soifs anei -• � ��tic grc�unct water pressur�s a� applice�i�.� a�t., w prevenl �round ���- �;�lents ai'Fectin� adjace�jt instalfatio��:� or im��ro�ei��e��ts sitch as 5t:uc:tE.-� � A�nents, and utilities. S��eciai sl�ariitig m�y he a pceman�tfactw�eci syste�r-� *.d hy Coi�tractc�r's Pnofes�io+ial E��gi�leer to meet praject sitz �neE�t� ba�ed on man��fact«rer's stai7ddrei ci�si�r�. ��•�:� s�c�rin� reyuiret��nts for propas�:d 4vark or utility install�tion ad,if...E �t � � LflWWL. �tikifj LDW WL area in �eld an� harri�;ad� off from construction �cilE ��' , - � � elated activities including, L�ut ��c�t li�nited to, I, '- - . �{ �ta�in� or stora�e, o�i tap oi LDW WL. -- -- ��• .�•�• r�ntral systein when perfo��ning e�cavation activities n�n �:;�i �- ,►:.r l.uvvl+VL to: f�.ffective�y reciuc�, hyctrc�statie pressitre a�feetii7.g ex�avatic��is, !.velc�p suhstantially dry aF�d sta�sle sub�rade foi• suf�seyu�nt c,on�t�-t�cticm .:rati� ��. , ..�..�nt �.-�� �_�inrs, s�epa�e, boils, quick c�ndit�on ar soft���ing aFrc�undation 'sti=�ita, a � Maintain :�i.�bility af sides and bottom of'excavatians. .�n ed�e �f praposed trenc�t or slrc�ri��g is withtn a di�tance equxl to �i�e dia��cter DWWL Frc��n outside af wall of LDVI� WL, r��f�e or ap� : M�tii�taEn �ninim►�n� of fi�ur {4) feet h�riz�i�t�l c{eKranc�: ,oroposccl uiility and LDWWL � i� • r �'�r tri.�- tir�� CITY OF F�RT WORTI� STANDARD COI�fSTRUCTION SFECIFICATTON DOCUME3VT5 SYCAMORE CREEK INTERCBPT'OR REI3ABILITATION Revised Decemher 12, 2016 CITY PRO]ECT ND. - 022U0 33 05 10-12 UTILITY TRENCH �XCAVA770N, EMBEDMCN?, ANDBACKFILL Page 12 of22 utility and LDW�L. 2) D�y at�ger melh��d re�;ac•�,; :�,, i� -�i n c��le is 12-ir,che-, aiicl i�-r: • i�� c[iameter. Open C'ut Cc�rtstr�tctio�� �i�d Ai.�get• pits I) 3'e�•f��rm hand �xcavation when ��ithin fou�- (4} feet oF L.nV� W L. ?} f�.�np�o�� i�ydrauii� c,r pi��uE��atic shoriit� ....�.�;:.�-, `'^ :::... :.._._ JF�--'�iG_.;-; ;,; impaet driveii �i��rin� c�r pikitig. 3) Expose iu� more than 3U-fe�t of tren ��t prior to b�� �iifiiiliia,v �'�� ��ttaximui� of oiae (1) foot c�f ve��tieal trej3ch sha�l be un-brac:ed �t a time n�intaiil coilslat�t �resstire an face �Fexca�atecf soil. � ',on ren�c�va! nf sl�oriEig systern, i��ject flowabfe fifl into vc�id space leFl �iii}d b� shoring syste�ii. Com�jly H�ith Section Q:i 34 13 —Controlled Lc»u Streiicti� Material (CL�M}. 6) WheRt eclge e7f utility exca�atic�n is �reate�• ti��n oize dia«�eter c�f L,[)W WL ti�nEn ����t ide ,��^,II ��f LfZ1h'Va�� . u�.-0 a cili�I�l[1 r'=` -C�l11 �. .�. u��ir� ci !jti D. Water Cantrol 1. �urface Water a. Furnish all materials and equipment and perfarm all ii�cid�lltaI vrork required to direct surface water away irom the excavation. 2. Ground Water a. Furnish all inafierials and equipment to dewater g�•ound wa�er by a method which preserves the u��disturbed stat� af filie subgrade soiis. b. Do not allow the pipe to be submerged wit�3in 24 hours after placetnent. c. Do not allow water to flow aver concrete until it has suff'iciently cured. d. Engage a Licetzsed Engine�r in the State of Texas to prepare a Grourid Water Control P1an if any of the fallo�ing conditions are encountered; 1) A Grouncl Water Control Pla�i is specifically requireci by tlse Coi�tract Dacuments 2) If in the soEe judgment of tl�e City, gro�and water is so se�ere that an Engineered Groun� 1Nater Control Plan is required to pratect ti�e trench or the installa#ion of #he pipe which may incluc�e; a) Ground water leve�s in the trench are unable ta be �nainta'rn�d below the t4p of tlie bedding b) A firm trenclr bottam cannot be maintainad dua to ground water c) Ground water enterii7g th� excavation undermi��es the stability of the excavation. d) Ground water entering the excavation is transparting unacceptable quantities of soils tlirough the Excavation Safety System. CITY UF FORT WORTH SYCAMORC CR�EK ]NTERCEPTOR REI IABILI'['A'I'ICIN STANDARD COAf5TRUCTIpTI SPEGCFiCATION DOCUME[�lTS Ravised Decem6er 12, 2d 1 G C[TY AR07ECT NO. - 0226D 33 05 10-13 UTILITY TRENCH �XCAVATION, �MB�DME3VT, t1ND BACKFILL Page i 3 of 22 g• h. In the evei;t tliat there is no bid item for a Ground Wa�er Control and the City requires an Engineered Graund Water Gontrol Plan due ta conditions discovered at the site, the contract�r will be eiigible to submit a chang� ordEr. Controj af ground water shall be considered subsid"►ary to #he excavation when: 1} No G�-ound Water Contral Pian is sp.eci�cally identified and required in the C.ontract Documents Ground Water Controi Flan installation, operation and maintenance 1) Furnish all materiais and equipmentnecessary to implement, operate and maintain the Ground Water Contra� Plan. 2) Onee the excavation is complete, remove al! ground water control ec�uiprnent nof called to be incorporaieci into the work. Water Disposal !} Disgose of ground water ir� accordar►ce with City policy or Ordi�iance. 2) Do not discharge ground water onto or across private property without written permissian. 3) Permission from the City is required prior to c#isposal into the Sanitary Sewer. 4} Disposal shall not violate any Federal, State or jocal regulations. E. Embedment and Pipe Placement 1. Water Lines less than, or equal to, 12 inches in diameter: a, Tlae antire embedment zone shall be oi unifor�n material. b. Utility sand shall be generally used for embedment. e. If ground water is in suificient quantity to cause sand to pump, then use crushed rock as embedment. 1} If crushed rock is not specifically idanti�ed in the Contract Documents, then crushed rack shall be paid by the pre-bid unitprice. d. Piace evenly spread bedding material on a firm trench bottom. �. Provide �rm, uniform bedding. f. Place �ipe on the bedding in accordance with the alsgnment of the Drawings. g. In no case shall the top oFthe pipe be Iess t13an 42 inches from the surFace of di� proposed grade, unless specifically called for in the Drawings. h. Place embedment, including initial backfll, to a minimum of 6 uiches, but not more than i2 inches, above the pipe. i. Where gate vaIves are present, the initial backfill shall extend to 6 inches above the elevation of the valve nut. j. Form all blocking against undisturbed trencl} walI to the dimensinns in the Drawings. k. Campact embedment and initial backfill. L Place marker tape on top of the initial trench backfill in accordanca with Seetion 33 Q5 26. 2. Water Lines 16-inches through 24-inclies in diameter: a. `The entire em6ed�nent zone shall be of unifonn material. b. Utility sand may be used for embedment when the excavated tre»ch depth is less thail 15 feet deep. e. Crushed rock or iine crushed rock shall be used for embedrn�nt for excavated trench depths l 5 feet, or greater. d. Crushed rock shall be used for embedme�rt for steel pipe. e. Provide trench geatextile fabric at any location where crushed rock or fine crushed rocic come into contact with uti3ity sand C1TY OF FORT WORTH SYCAMQRE CR�EK INTERCEPT(]R REHABILETATIOIZ STANDARD CONSTRUCTION SPECIrICA'fION BQCUMENTS Revised De�emher l2, 2416 C3TY PROJ�C7't�lO. - D2200 33DS10-14 UTILITY TRENCH EXCAVATION, EMBEDMEtdT, ANDBACKFILI. Page 14 of22 f. �• h. i. J• k. Place evenly spread bedding material an a firm trencl� bottom. Provide �rnn, uniform b�dding. 1) Additional bedding may be raquir�d if ground �ater is present in tl�e trench. 2) If additianal crushed rock is required uot speeifically identified in the Contract Doc�ments, then crusI�ed rock shaIl be paid by the pre-hid unit price. Place pipe on the hedding according to the alignment shown on the Drawings. The pipe line shail be wi�hin: 1) �3 inches of the elevation on the Drawings for 16-inch and 24-incl� water lines Place and compact embedmeiit material to adequately suppart haunches in accordance with the pipe manufact�irer's reaommendations. Place remaining embedment including initial backfill to a minimum of 6 inches, but not more than 12 inches, abo�e the pipe. Where gate valves are present, the initial backfiIi shall extend to up to the �alve nut. m. C.ompact the embedment and initial backfill to 95 percent Standard Proctar ASTM D b98. n_ Density test may be performed by City ta verify that the c�oinpactianof embedment meets requirements, a. Place trench geot��tile fabric an top of the initial backfill. p. Flace marker tape on top ofthe trench g�otextile fabric in accordance with Saction 33 OS 26. V1�ater Lines 3Q-inches and greater in diarneter a. The entire embedment zone shall be of uniform material. b. Crushed rocic shall be used for embedment. c. Pra�ide trench geotextile fabric at any location where crushed rack or fine crushed rack come into contact with utility sand. d. Plac� evenly spread bedding material on a firm trench bottam. e. Provide f�rm, unifortn bedding. 1) Additional bedding may be requi.red if ground water is present in the trench. 2) If additional crushed racl� is required whieli is not specifically identiited in the Contract Docuinents, then crushed roctc shall be paid by the pre-bid linit price. f. P[ace pipe on tlra bedding according to the alig�iment shown on theDrawings. g. The pipe li�ie shall be within; l) �1 inch of the elevation on the Drawings for 30-inch aiid larger water iinas ls. Piace and compact �mbedinent material to adequately support hauneiies in accordai�ce with the pipe manufacturer's reeommendations. i. Far steel pipe greater than 30 inches in diameter, the initial embedment lif�shajl not exceed the spring l�ne prior tc� compaction. j. Place remaining embedmant, including initial back�ll, to a minimum of G inches, but not more than 12 inc.hes, above the pipe. k. Where gate valves are pr�sent, the initial backfill shall extend to up to thevalve uut. 1. Ca�npact i11e embedment and iniiial backfill to 95 percent Standard Proetor ASTM D 698. C1TY OP FORT WORTH STANDf1.[2I? CqNSTRUCTIO1r! SPECIFICATION DOCUM�I�TS SYCAMOR� CRI;L;K INTEKC'EFTOR REHABILITATION Revised December 12, 2Qi6 CITY PROIECT NQ. - U2200 33 05 10- 15 UTILITY TREIVCH �3XCAVATIflN, EMBEI3MEiVT, AND BACKPILL Page IS of22 m. Density test may be performed by Cii}� to verify that the compaction of. embedment meets xeguirements. n. Place trench geotextile fabric an to.p oftl�e initial backfili. o. Plaoe marker tape on top of the trench geotextile fa6ric in accordance with Section 33 OS 26. 4. Sanitary Sewer Lines and Storm Sewer Lines (�} a. Tlte entire embedment zane shall be of uniform material. b. Crushed rock shail be used for embedment. �. Place evenly spread bedding material on a firm trench bottom. d. Spread bedding so tl�at lines aiid grades are maintained and that tliere are na sags in the sanitary sewer pipe line. e. Provide firm, uniform bedding. 1) Additinnal bedding rnay be reguired if ground water is present in the trencli. 2} If additiona! crushed rock is required which is not specifical3y identified in the Contract Documents, then crushed rock shall be paid by tlie pre-bid unit price. £ Place pipe on the bedding a�carding to the alignment shown in theDravaings. g. Th� pipe �ine shall k�e within f0.1 inches of the eIevation, and be consistent with the grac�e sl�own on the Drawings. h. Place and compact embedment material to adequately suppart haunches in accordance with the p'r�e manufacturer's recommendations. � k, �n_ n. For sewer lines greater than 30 inches in diamefier, th� �mbedment lift shall not exceed line privr ta eornpaction. Place rema'tning embednaent including initial backiiil to a minimum of 6 inehes, but not inare than 12 u�ches, above the pipe. Compact the embedment and initial backfill to percent Standard Prnctor ASTM D 6.98. Density test may be perfonned by City to verify that the campaction of embedment meets reyuirsmants. Placa trench g.eo�extile fabric . . . _��. FIace mar�Cer tape on top of the trench geotextile fabrie in accordance with Section 33 OS 26. 5tarm Sewer (RCP) a. The hedding and the pipe zone u� to the spring line shall be af uniform material. b, Crushed roek shall he us�d for embedment up to the spring line. c. The specified backfill material may he used above the spring line. d. Place evenly spread bedd'u�g material on a firm trench bottom. e. Spread bedding so that liues and grades are maintained and tiiat there are no sags in th.e storm sewer pipe line. f Provide firm, uniform beddiug. 1} Additior�al beddittg may be required if ground water is present iiithe trench. 2) If additional crushed rock is r�quired which is not specifically identified in the Cc�ntraet Daeuments, then cruslied rock shall be paid by the pre-bid unit pr�ce. Place pipe on the hedding accarding to tlie alignment of the Drawings. CITY pI= POI�'I' WORTH SYCAMORE CREEK WTERCEPTQR R�CHABILITATION STANDARD CONSTRUCTION SP�CIPICA'1'lO1V I]OCUMENTS CiTY PROJECT NO. - 02200 Revised Decembar 12, 2U16 3305IO-15 U`PILITY TRENC�[ EXCAVATI�N, �MBEDMENT, AAlDBACKFILL Page 16 of22 h. The pipe line shall be within f0.1 inches of the elevation, and be cansistent t�vith fhhe grade, showii on the Drawings. i. Place embedmeut material up to the spring line. 1) Place embedrnent to ensure that adequate snppart is obtaiy�ed in the liaunch. j. Cornpact the em6edment and initial backfill to 95 percent 5tandard Proctor ASTM D 698. k. Density test may be performed by City to verify that the coinpaction of embedment meets requirements. 1. Place tre�scli geotexti�e fabric nn top af pipe and crushed rock. 6. Starm Sewer Reinfdreed Concrete Box a. Crushed rock sha11 be used for bedding. b. TIYe pipe zone and the initial backfill shal! he: 1) Crushed roc�, or 2) Acceptab�e backfill rnaterial colnpacted to 95 percent 5tandard Proctor density c. Place evenly spread compacted badding material on a firm trench bottam. d. Spread bedding so that lines and grades are maintaiired and that there ai•e na sags in the storrn sewer pipe line. e. Provide firm, uniform hedding. 1} Adetitional bedding may be required if ground water is present inthe trench. 2} If additional crushed rock is required u+hieh is nat specifically identifed in the Contract Dacuments, then crushed rock shall be paid by the pre-bid unit f. g• h. � price. Fill the annu�ar space betw�en multiple boxes wi�i crushed rock, CLSM accarding to 03 34 13. Place �ipe o� the bedding according to the alignment of the Drawings. The pipe shall be within �Q,1 incl�es of the eler+ation, and be consistent with the grade, shawn on tha Drawings. Compact the embedment ii3itial backfill to 95 percent Standard Proctar ASTM D698. Water Services (Less tl�an 2 Inches in Diameter) a. The entire embedmenf zone shall be af uniform material. b. Utility sand s�iall be generalIy used fnr embedment. c. Place everily spread bedding material on a�rm trench bottotn. d. Frovide firm, uniform bedding. e. Plac� pipe on the bedding according to the aligiiment of tha Plans. £ Campact the initiaj back�ill to 95 percenf Standard Practar ASTM D698. Sanitary Sewer Services a. The entire embedment zone shall be of uniform ma#erial. b. Crushed rock sl�all be used far embadment. c. Place evenly spread bedciing material nn a frm trench 6flttom. d. Spread bedd'uig so that l�nes and grades are maintained and that there are no sags in the sanitary sewer pipe line. e. Provide firm, uniform beddiiig, 1) Additianal bedding may be rec�uired if ground water is present i��the trench, CITY OF FORT W�RTI-I SYCAMORE Cl2EEK INTBRCEPTOR REHABILITATION STANDARI] CONSTEiUCT10N SP�CIFICATION DOCUMENT5 CITX PR07ECT NO. - 02200 Ravised Decern6er 12, 2014 3305 f0- 17 UTILTTY TR�NCH �XCAVAi'ION, EMBEDNiENT, AND SACIfFILL Page 17 of22 2} If adciitional crushed roc�C is required wiiich is not specifically identified in the Cantract Documents, then crUshed rock shall be paid by khe pre-bid �init price. f. Place pipe on the bedding according to the alignment of the Drawings. g. Place i•emaining embedment, including uiitial backf'iij, to a minimum of 6 inches, but not more than 12 incl�es, above the pipe. h. Compact the initial backf Ii to 95 percent Stanciard Proctor ASTM D598. i. Density test may be required ta verify that the compaction meets the density requirements. F. Trench Backfill 2 3. 1. At a minimum, place backfill in such a manner t3sat the rec�uired in-place daiisity and moisture content is obtained, and so that there will be no damage to the surFace, pa�ement or structures due ta any trencls settlement or trench movement. a. Meeting tl�e requirement herein does not reliev� the respansibility to damages associated with tlse Work. Backfill Material a. Final baek�ll depth less than 15 feet 1) Backf 11 witlt: a) Acceptab�e backfill material b) Blended backfll material, or c} Select backfill material, CSS, or CLSM when specifically required b. Fin�l backfll depth 15 feet or greater: (under pavement or future pavement) 1) Backfill depfh from 0 ta 15 feet deep a) Backfill with: (I) Acceptable backfill material (2j Blended backfijl material, ar {3) Select backfill material, CSS, or CLSM when specifically required 2j Backfill depth fram 15 feet and greater a) Backfll with: (1) Select�ill (2) CS�, or (3) CLSM when specifical�y required c, Fina[ backfill depth 15 feet or greater: not under pavement ox future pavement) 1) Backfill with: a) Acceptable backiill material, ar b) Blended backfill material d. Backfill for service lines: 1) Backfill for water or sewer service �ines s1�a11 be the same asthe requirement of the main that the service is connected to. Required Compactian and Density a. Final baekf'iIl (depths Iess than 15 feet) 1) Cnmpact acceptable hackfill material, ble�ded backfill material or select backfill to a minimum of 95 percent Standard Proctor per ASTM D698 at moisture content within -2 to +5 percent ofthe aptimum moisi�►re. 2} CSS or CLSM requires no compaction. b. Final backfiil(depths 15 feet and �reaterlunder existing or fut�ire pavementj 1.) Compact select backfill to a minimum of 98 percent Standard Proctor per ASTM D 698 at moisttire content within -2 to +5 percent of the optimu�n moisture. CITY DP FORT WORTH SYCAMORE CREEIC 1Ni'ERCEPTOR REHAB]LITATiO 5TANDARD CO3VSTRUCTION SPSCIFICATION DOCUII+IENTS CIT4T FROTECT Nfl. - 022C Revised December 12, 2016 33 05 10 - 18 UTILITY TRCNCH CXCAVATION, BMBEI]MENT, F.NDSACKFILL Page 1 S vf Z2 2) CSS or CL�M requires na compaction. c. Final backfill (d�ptlis 15 %et and greater/not und�r existing or future pavement) 1) Compact acceptable back�ll material blended backf I] material, or select ba�kfll to a minimum of 95 percent Standard Proctor per ASTM D 698 at maisture canient within -2 to +5 percent of the opiimum mofsture. 4. Saturated 5oils a. If in-��tu soils consistently demonstrate that they are greater than 5 percent over optimum moisture content, the soi[s are aansidered saturated. b. Flood'uig the tre»ch or water jetting is strict�yprohibited. c. If saturated soils are identified in the Drawings ar Geotechnical Report in the Appe�idix, Contractar shaIl procead with Work %llowing a�l backfill procedures outlined in the Drawings for areas of soil saturation greater than 5 percent. d. If saturated soils are e�scountered during Work but not identifiecl in Drawings or Geotechriical Report in the Appendix: 3 ) The Contractor shall: a) Immediat�ly notify t�se City. b) Submit a Cantract Clairn for Extra Work associated vvith directian from CiTy. ' 2) The City sha11: a} Investigate sails and d�termine if Wark cau proceed in the identified location. b) Direct the Contractar of changed backfill procedures associated with the saturated soils tl�at may include: (1) Imported backfill (2) A site specific backfill design Placement of Back�ll a. Use only campactioii equipment specifi.cally designed for compaction of a particular soil type and within tl�e space and depth limitatian experieuced in the trench. b. Floading the trcnch or water setting is strictly prohibited. c. 1'lace in loose lifts not to exceed 12 inches. d. Carnpact to specified densities. e. Campact only on top of initial backf'ill, urrdistuebed tre�rch or previously compacted backfill. f, Remove any loose matarials due to the movement of any treiich 6ox or shoring or due to slowghi►�g of the tre��ch wall. g. Ii�stall appropriate tracking balls for water and sanitary sewer trenches in accordance with 5ectiar� 33 OS 26. Bacl�ll Mea;is �7d Methods Deznonstration a. Natify the City in writing with suificient time for the City ta obtainsamples and perfor�n standard proctar test in accordance with ASTM D698. b. The results of the standard proctor test must be received prior to beginning excavatian. c. Upon commencing of backfill placement far the project the Contractor shall demo�istrata ineans aiid methods to obtain the required densities. d. Demnnstrate Means a��d Methods far campaetion including: 1} Depth of lifts for backfill which shal] not exceed 12 inches 2) Method of moisture control for excessi�ely dry ar wet hackfill C[TY OF FQRT WaRTH SYCAM.ORE CREEK I3�ITERCEPTQR 12EEiABTLITATIQN STANDARD CONSTRUCTI0�1 SP�CIrICAT]ON DOCUMENTS CITY FR07ECT N0. - 022d0 Revised Dacember 12,201b 33 05 10-19 UTILITY TR�NCH �XCAVATION, EMBEDMEt�T, AN�SACKFILL Page 19of22 e. f. 3) Placement aiid moving trench box, if u�.ed 4) Gompaction techniques in an open trencll S} Campaction techniques around strucfiare Pro�ide a testing trench box io provide access to the recently back��led material. The City will prnr�ic�e a qualiiied testing la6 fulI time during this period ta randomjy test density and moisture continent, 1) The testing lab will provide results as a�aiiable oi� t�e job site. Varying Ground Conditions a. Notify tl�e City ofvaiying ground condi�ions a�id the need for additia�ial proctors. b. Request additianal proctors when soil conditions change. c. The City may acyuire additianal proctors at its d�scretion. ci. Signiiicant changes in soil conditions will require an additional Means and M�thods demonstration. 3.� REPAIR [NOT IISED] 3.6 RE-IN�TALLATION [NOT USED] 3.7 F�ELD QUALITY CONTROL A. Field Tests and Inspections c. d. e. Proetors a. The City will perform Practors in accordance with ASTM D698. b. Test tesults vaill generall� be available ta within 4 calendar days and distributed to: Z ) Contractor 2) City Project Manager 3} City Inspector 4) Engineer Notify the City if the charaeteristic of the soil changes. City will p�rform new prockors for varyi�sg soils: 1) V1�hen indicated in the geotechnical in�vestigation in the Appendix 2) If notiiied by the Contractar 3) At the convenience of tlSe City Trenches where different soil types are present at different depths, theproctors shall be based on the m'rxture of those sails. 2. Density Testing of BackfilS a. Density Tests sha13 be in conformance with ASTM D2922. b. Pro�ide a testing trench protection for trench depths in excess of 5 feet. c. Place, move and remave testing trench protection as necessary to facilitate all test conducted by the City. d. For f nal back�ll depths less tktan 15 feet and trenches oF any depth nat under existirtg or future pavement: 1) The City vvill perform density testing twice per working daywhen backfi3ling operations are being conducted. 2) The testing lab shall take a minimum of 3 density tests of tl�e current lift in #he available trench. e. For fina� back�ll depths l5 feet and greater de�p and under existing or future pavement: CITY OP' FDRT WORTH SYCAMORE CREEK INTERC�PTQR REHABILITATION STANDAItD CQNSTRUCTION 5PECIFICATION BOCUMENTS CT'i'Y PROJECT NO. - 02200 Revised Decemher f2, 2016 33OS10-19 UTILITY TRLNCH EXCAVATION, EMHEDMEI�IT, ANDBACKPILL Page 21 af22 1) The City will perform density testing twiee per working daywhen backfilling operations axe being conducted. 2) The testing lab shall take a minimum of 3 c#ensity tests of the current Iift in the available trench. 3} The testing la6 will remain onsite sufficient time ta test 2 additional lifts. f. Make the excavation available fortesting. g. The City will deterinine the laeation of the test. h. The City testing lab will provide results to Cantractor and the City's Inspector upon completinn of the testing. i. A formal report wi1� be posted to the City's �lectronic j. document management and collabQration system site within 48 haurs. k. Test reporfs shall include: 1) Location of test by statian number 2) Time and date of test 3) Depth of testing 4) Fi01d mnisture 5) Dry density 6) Proctor identifier 7) Percent Proctar Density Density oiEmbedinent a. Storm sewer boxes that are �mbedded �vith acceptable backfili material, blexided backfill material, cement modified backfill material ar select material will follow the sam� testing gy-ocedure as backfill. b. The City may test fine crushed rock ar crushed rock �mbedment in accordanee with ASTM D2422 or ASTM 1556. B, Non-Coi�forming Work l. All non-canforming work sl�all be reznoved and replaced. 3.$ SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLO�EQUT ACTNITIES [NOT USED] �a� PTi�tUT�:�TjUt� n F� U Protect xnd ;a�;,}.�. � .. _�,isa,1.. :�i�t� �'" �� ._- illl�lll�� _ `rJfE1C�i �iC !J :_..-,-'ii. Restc�re damageci pG�inar�e�tt facifities to �r.:-consh•uction conc�itiptis u�t�e�s replacement o�• �E�ai�daiiment of facilities is ir�dic�ted on Drawi��gs. �' , . , : .� „e" C _ �IEc�w water� to po��d in . � .' �� ,' ilh foss of density nr „ ............. ......_ ,.....,. ,. _.__. .......,,;r .... .._.....__� _ "' � �t� �ave E �ose areas at ��� ; ..ua<<��,���� �t. < <� � ���.. Cc�a�ti��ge»cy pia��s far ��ropased worlc or utility i��stallation adjacei�t to o�• across a L,DW WI.�: l. Canduct dn-site emergency drill ��ri��r tu commenui��� ���i•����ci uiilix'� i�i~_�li�.ti::ic_ .,�k R. :�,...._ ...._._..,. .,�_...._ _ ,� _�..� r A � - -••---- - 3.13 MAINTENANCE [NOT LTSED] 3.14 ATTACHMENTS [NOT USED� C1TY OF FORT WORTH SYCAMORE CREEK INTERCEPTOR REHABILITATIOM STAN�ARD CONSTRUCTION SP�CI�ICATI�I•1 DOCLTiv[ENTS CITY PR07ECT ND. - 02200 Revised December l2, 2016 33OS 1Q-20 UTILITY TREIVCH EXCAVATLQN, ENiBEDNfENT, AND BACKFILL Page 21 of22 END OF SECTION Revision Log DATE NAME SUMMARY DF' CHANGE 1.2 — Added Item for Concrete Encasement for lltility Lines Various Sections--- Revised Depths fo lnclude LS' and greafer 12/20/2012 D. 7ohnson 3.3.A —Additinnal notes for pavement protecUon and positive cirainage. 3.4.E.2 —Added requirements for hackfifl nf service lines. 3.4.E.5 — Adc3ed language prohibiting f7ooding of trench 1.2.A.3 — Clarified measurement and payment for canceete e�casement as per plan 6/1 812 0 1 3 D. Johnsan quantiTy 2.2.A —Added language for concrete encasement 12/12/1b 7. Arega 2.2.A.1.d IVlodify gradation for sand material CITY OF FOR'� WORTH SYCAMDRL� CRCEK INTERCEPTOR 12EIiABILITATION STANDARD CDNSTRUCTION SPECII'ICATION D�CUMENTS CITY PROJEC'I' NQ, - 02200 Revised �ecember li, �016 33 a5 ] 0 - 20 iJTILTTY TRENCH EXCAVATION, EMBEDMENT, ANIIBACKFjLL Page 22 of 22 r�l� ���� r,��r�r�rt�r���tr t��=r �z�,��c CITY OF POR'T WORTH 5YCAMORE CRE�K INT�.RCEPTOR REHI:BILITATION STANDARD COI�ISTRUCTEON SPECIFICATIQN DOCUMENTS CIT'Y' PROJECT Np. - 022Q0 Revised Decemher I2, 2016 33U513-1 FRAME, COVER, AND CrRADE RINGS Page I of 6 1 2 3 PART1- GENERAL 4 1.1 SUMlYI�RY 5 6 7 S 9 10 11 12 13 14 1.� 15 16 l7 1$ 19 20 21 22 23 1.3 24 25 26 27 28 29 3Q 31 32 33 34 35 36 37 38 39 SECTION 33 0513 FRAME, COVER, AND GRADE RINGS A. Section Includes: , . . ,� H � . B�: ,_Deviations from this City ofFort Worth Standard Specification 1. ---� _� ..�_ ...._ .. �..... �.... ... C. Related Specifrcation Sectians include, but are not necessarily limited to: 1. Division 0— Biddin.g Requirernents, Contract Forms, and Conciitions afthe Contract 2. Division 1-- General Requirements PRICE AND PAYMENT PROCEDiTRES A. Measurement as�d Payment 1. Measurement a. This Item is considered subsidiary fo the structure containing tl�e frame, cover and grade rings. 2. Payment a. The work performed ai�d the materials furnished in accordance with this Item are subsidiary to fhe unit price bid per each structure camplete in place, and no other cotnpensation will be allowed. REFERENCES A. Raference Standards l, Reference standards cited in this �pecification refer to the current referei�ce standard published at the time of the latest revisiou date logged at the end of this Specificatian, unless a date is specifically cited. • . I v� �' ' d! �ii5 I IVt � AS Standard �� . � �, r^�- '„ ' , • , ASTM A53b - Stai�dard Speeif�� . , .. ., �� ASTM C478 - Specification for , Ma��h , - ASTM D 1248 — Staj�dard Spec" :� �._ � ._ � .--� � ic Mc - . rxlrusion Materials TM D79Q — Standard Test Methods for F�l�xural Properties of i lnreii�forced ,� Rein#��rce Plastics ancf Electt�ic�l Insulating M�terials _. � T'M D25G — 5tandard Test Methods for DeteriniEting tk�� Izod Pendulum ; �;�act Resista«ce of Plastics tiTM G I54 - Standartl Practice For Uperati«�, Fluoreseent Lig��t Apparatus fot- ' ti Ex.pn�ui�e �f Nnn�t�etaflic Materi�[� CITY OP FORT WORTH 5YCA3v10RE CACEK INTERCEATOR REHABILPI'ATION CITY PROJECT NO. - 02200 33OS 13-2 FRAME, CQV�R, AND GRADH AINGS Page 2 of6 1 2 3. American Association af State Highways and Transportation Of#ici�ls {AASHTO) 3 a. AASHTO M346 — Staudard Specification for Drainage, Sewer, Utility and 4 Related Castings 5 1.4 ADMINISTR.ATNE REQUIREMENTS [NOT USED] 6 1.� SUBNIITTALS 7 A. Sub�nittals shall be in aecordance with Section O1 33 00. 8 B. All submittals shall h.e approved by the Engineer or the City priar to c�elivery andlor 9 fabrication for specials. IO 1.6 ACTION SUBNIITTAL5/INFORMATIONAL SUSNIITTALS I1 12 13 14 15 16 17 1$ 14 20 2l 22 23 24 zs 26 A. Product Data . . ,��li �.; cas� vJlill: . , manufacturer's n�me _ ,� ._ _.,�__.. c. Country of arigin 2. Pz•o�ide man�ifaeturer's: a. Specifications b. Laad tables c. Dimension diagrams d. Anchor details e. Installation instructions B. Certificates l. Manufacturer shall certify t11at all castings confann to the ASTM a�id AASHTO designatians. 1.7 CLOSEOUT SUBMITTALS [NOT USED� 1..8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] �7 1.9 QiTALITY ASSURANCE [NOT USED] 28 1.10 DELiVERY, STORAGE, AND HANDLING [NOT USED] 29 1.11 FIELD [SITEj CONDITIONS [NOT USED] 36 1.1�, WARRANTI' [NOT USED] 31 PART 2 - PRODUCTS 32 3..1 OWNER-FiTRNISHED [oR] OWNER-SIIPPLIED PRODUCT� jNOT IISED] 33 3�.� EQi7IPMENT, PRDDUCT TYPES, MATERiALS 34 A. Manufacturers CITY OF FORT WOR'I'I3 SYCAMDRE CREEK 1NTERCEPTOR 12E]-IABILITATIpN CIT'Y PRQJ�CT Np. - 0220D 33D513-3 FRAME, CQVER, At�D GRAL7E R1NGS Paga 3 of 6 1 2 3 4 5 6 7 8 � � I 2. Any product that is not listed on the Standard Products List is considered a substitutian a��d shall be seahmitted in accordance wifh Sectinn O 1 25 Q0. �1SeC-�iili- iGi'I.niiic CI1Si;: :cll'Gi1T]:i. ��TMA4•.I i.•-- - �- ----� �)��48.i3E I,etter 9 Jse e,•-tEn -_ _-_ :���-�,= t}�a� .,�i,; ���� Eo ASTM A`,` �:��:�-- tSTM 10 D790, retaining at ieast IS% of'c�ntro! values, or b�tter. 11 . Use elean castif7g ca}�abke of witf�standing applicatEan of AASHTO HS-20 �•� h�cl�� 12 loadi�jg with perma��e�it c��formation. 13 Specin�ens oi co�nposite covers sl�all he tested For ul#imate flexE��•�I st�'eng�17 14 -etai�rtin� at I�ast 75% of e:oi�tr�l valites for load aj�d c�etlec#ion at failure an��� 15 �nnditionittg specimens accarding to ASTM G I SA Cycle l f��r 1000hrs. 16 17 IS 19 2Q 2] 22 23 24 25 26 27 28 29 3q 31 32 33 34 35 36 37 38 39 4� 41 42 43 � �}5 4b 47 "overs . Size to set t1�Esh with the frae�ze with no lar�er than a I!8 inch �ap I�e#vveen the F�-ante a�3d ca�er F�. Provide witf� mini�num l.5 i�tch ��icle picl+ slcst� i�� liei� of picl. holes. Prnvide gasket itt fi'an�e and co�er. ' =:id�rd Din�ensic�ns �nitary Sewer � Provi�e a clear �peEliE�g t�f 30 inches fc�r all sa��itary sewer fratnes and eover assembEies unless oil�erwi�e specified in the Conh•act D�cui�e�lts. t Co�zlpasite fran�e wa![s at st�•eet �evei ofat least 7/8 inch t�ickness where vel�icle� i��ay �ass. � �rm Drain i •ovide a clear o��e��ii�g of 2? 1/2 inches for all storn� drai�� fraEl�es, ��lets and cover assembiies unless other•wise specifiec� in tf��, C��tracY �; CITY OF FORT WO12TH � ���cunle��ts. 1-ro�ide a mi�iimuit� c[ear �pening af �(1 in�l�� ; for all stni7n :-. _.�::• manholes and junction stE•uctures. ► �n�posite fran�e walls at street fevel ��3" ' ;�/8 inch thicicness {�ere vei�icles may pass. „ l�abels �rer 1 Cast lid witl� lhe ward "WA�TER" in at least I.25 incli letters across the � iCi. .nitary Sewer ,' Cast Eici with the wnrd -''SANITARY SEW�R'' iti at lea�t 1.25 inch letters Rcross tlt� lid. ° ���rm �raii� , C'sst Gd witl� tf�e word "STORM DRAIN" i�i at keast i.2S iElch fetters acros� ti�e I id. � ���ntry of Origin ; '�Wer with the counti�y of origin inolded or casted into tite cop visibie �.� �i, � ���:�._.lA In ... ' SYCAMOR� CRE�K INTFRCEPTOR REIiABILTTATION CITY PRQJECT Nq. - 0220f1 330513-� FRAME, COVER, AND GRA17� R1I�IG5 Page �t of 6 1 2 3 4 5 6 7 8 9 i0 ll 12 l3 14 15 16 17 18 19 20 21 22 23 24 ..�_ ,,,.,_ ., �� � Name o►• zhbreviation c�f i»anutaeliner muldea or cast�d int� the cuver ai�d frame i Manutaet�iring dr�te molded or castec� iitto ti�e cover and fra»�e. i • �.,� C:overs 1 P��ovide water ti�l�t �;askct o�3 al) hiijged cnvers. Wafer a? �'�'Qvide hii��ed cc�vers foi� all ��vnter skr�[ctur�s. ��nitar�f Sewee � Pr��ide hin�ed co�ers for al I ma��kic�les or sU•��chn�es const�vctecE over �-inci� sewer lines ajjd larger anel for manholes where rim elevation� .; �;reater thnn l2 inclie5 ��bove the surface. "" � '"" '�1' BO�illl� �)'StC1115 � �i c�eriaks �� All cat�siituents of locking sy�tems must be made oi i�r��i-corrc�sive m�terials: A�.�stenite -31 G 5tainle�a or a hi�l� strength po�yme�' �,r�de. .,�z�tl� Rin�: 1. Pro�ide � r� �5 if� sizes fi�o�n ll�-inch up to 4-inch. '. Slc�pe ad �. .�rade rings to be used �vl�en requir�d. '�. G�-aele rin�s t� be rec��clec{ hIDPF. .It,int Sealant 1. Prnvide �n apprcn�ed t�tityl rf�b�er seala��t in an extruda�le or fl�t tape form. Provide sealaj�t th�t is not depenclant an a chemical �Ction foE- its adhesi�e � � �� It H . � : ;� � :..��[i. 25 2.3 ACCESSQR,IES [NOT USED] 26 2.4 SOURCE QUALITY CONTROL [NOT iJSED] 27 PART 3 - EXECUTION 28 3.1 INSTALLERS [NOT USED] 29 3.� EXAMINATION [NOT USED] 30 3.3 PREPAR.ATION [N�T USED] 31 32 33 34 35 36 37 38 39 3.4 IN�TALLATION l f�ar tiDPF i�racie Rii�gs: �. Cle��n debris fi•on� thc tup t�f the concrete coi�e o�- top s�ab with a��hisk, bro��m cr• chisel tn i�isurc a flat seating surface. t�i° concrete ma»hales, plac� butyl rubber sealant a�ainsi t[ie interiar surfaee ot ', male iip of the first ring tk�at will sit on tEte cc�ne sectiott. . [�, .tall a seconc! applicatiocs of sealant to that riiig, between fir5t sealant and tl�e �.>f.;s. The; second application c�f the sealant izekps the F�rst ring to seal level. CITY OF FORT WORTH SYCAMORE CREEK ]NTERCEPTOA REHAI3IL[TATION CITY PROJECT NO. - 02200 330Si3-5 FRAME, COVER, AND GRt1b� RiNG5 PegeS afB 1 2 3 4 5 6 7 8 9 16 1l 12 i3 �� 15 16 l7 18 19 20 21 22 23 24 25 26 �� 28 29 30 31 32 33 34 35 36 � . . • . � , . �. �ip as passibl�, being caxetul to cover the entire j6U degrees of the r�ng. .;nstall the s�co��d rin� (male li� dc�wn), o�� top of ti}e fi�•st rir��. Co�npre�� tl�e �ealant by standing on t�� ring�. �=oi�tiE�tEe steps D&� using cornbi��ed l�eiglits oF fl�t ai�d slc-- ' �- -� -��uired fior �acli manhale to abtain a}7eiglit diffej•e�ice withu� - �fter castin� is installed in ste� G. Prior to placin� the castin�, instalt an approved sealatlt to tl�e cop �� .. �� the �ealant is between the �asting a»d aGl 360 degrees of the flat �,,,� <«.�� .�, tlze top j•iit�. �. �Il HDl'E rin�s are instalEed rnale lip dnwn c�n cnncret� tna��hales. I�tst�ll cast-ii�-place concrete sEErro��ndtng HDPE �rade adjust��eEzt rik�gs. Do . - -,� : - .. �fHDPE manhole grade riags with cnnerete. � , � tR�� ,_ � i �E� F 1 _:-�:��: .rl I r1_. �ii i�.� . 2. For all o�Iier Grade Rings: a. Place as shown ir� the water and sanitary sewer CitSr Standard Details. b. Clean surfaces of dirt, sand, rnud or ather foreign matter before placing sealant. c. Sea� each grade ring with sealant specified in this 5pecification and as shown on the City Standard Details. B. Frame and Cover ' .r wafier structures install fi ; , , � . •�licahle City StRntiard ll�;� ,i� � - �,� ry Sewe�• a. For sajiitai�• sewer struct«res m�talk trame, covtr and grade rin�� in i��corcl�nCe with appliea6le City Standard Det�il. �.�:�i'lli DI•ain .�or sior��� drain structures iEtistall fi-ame, caver and grade rir�gs in �ccordance �viti� ap}�licable Ci:ty Sta��darci Detail. �• � -- ' 3 - � - - � � • - -- , C. ]oint. Sealing 1. Seal frame, grade rings and struct�rre with specifiec� sealant. D. Concrete Collar l. Prov�de concrete collar aroiuid all frame ar3d cover assemblies. CiTY OF FORT WOATH SYCAMORE CIi�EK INT�RCEPTOR 12�HABILITATION CITY PRQJ�CT NO. - 02200 33C1513-6 FRAM�, CdVER, AND GRADEItINGS Page G of G 1 3.5 REPAIR. / RESTORATION [NOT USED] 2 3.6 RE-INSTALLATTON [NOT USED] 3 3.7 FIELD [oR] SITE Qi1ALITY CONTROL [NOT USED] 4 3.� SYSTEM STARTUP [NOT USED] 5 39 ADJ[TSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT iTSED] 8 3.12 PROTECTION [NOT USED] 9 3.13 MAZNTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] 11 �2 END OF SECTTON Revision Log DATE NAME SUMMARY 4�' CHANG� 6/2512014 F. Griffin �artected errar in Part 2-2.2-B-4-d-2-a. Caver size shauld be 22 %a inches rather than 19'/� inches. 1/22J2016 F. Gri#'f�n part 2-2.2-B-4-d-2-a., Cover size updated to 30 inches to matcl� Detail 33 p5 ] 6- D417. b121/17 R. Sauceda Modified ta allow use af composite irame and cover 711119 G.Vaughn Modified for approved composite caver 13 cr�rY or ro�m wax-rx SYCAMdRE CREEI� INT�RC�.PTOR REHABILITATION CITY PRO]HCT NO. - 02200 33 31 12 CURED Li�! PLACE PIYE (C1PP) Page I of ! 8 SECTION 33 31 12 CURED 1N PLAGE PIPE (CIPP) PART1-G ENERAL 1.01 WORK 1NC.LUDED A. Furnish labor material�, equiNm�r�t anc� it�cid�ntaEs [�c����ary iar cne reh�bili�.ation or deteriaratcd n-mch through 60-inch gravity sewer lines by the Cured-In-Place Aipe (CIFP} method, or approved alternatives, es �ndieated �•�thira the draw�ng� 1.02 RELATED WORK A. B. C. D. E, F. G. il. Division 0— Bidding Requiremants, Contract Forms and Gonditions afthe Cpntract Division l — General Require3nents Sectian 33 O1 30 — Sewer and Manhale Testing 5ectian 33 O1 31 — Closed Circuit Tele�ision (CCTV) Inspection Section 33 03 1 Q—�ypass Purnping of E�cisting Sewer �ystems Seetian 33 04 50 — C.leaning of Sewer Mains Section 33 31 SO — Sanitary Sewer Ser�ice Connections and 5ervice Line 5�r-tion �3 34 60 — i�nt�� fur SaniS��, uet cr 5L� uctu��.� 1.03 STANDARDS A. ASTid[ C 58 i Standarci Prsctic� fic�r D��Ermining Ctacmi�al [�$s1 iancp �t'i'iterm�5ettin�* kt -ins i�sL� i; Glass Fiber Reinfarced Structures,intended for Liquid 5ervice. B. ASTM D 543 — Standard Practice for Eval�ating the Kesistance aF Fl�.,u�:^ za ih,.,uicaI R....�.�-�w C. ASTM D b38 - Test Method for Tensile Properties af Ffast�es D. ASTM � 7�0 — Standard Test Meth�ds for Flexuraf Properties of Unreinforced and Reinfarcad Plastics 3r� Electrical Insulating Materials. E. ASTM D 883 - Definitions and Terms Relating to Plastics F. ASTM D I600 - Abbreviations, Acronyms. and Code� fn TPrms Relatin� �� pl�stir� G. ASTM D 2583 — Barcal F�ardnes�s H. ASTM D 2990 —Test Method fo: TE,�isii:, ��u���p._ ,sivc �nc� Fle .LL�aE C�„�p a�,d L�� ,p-Ru}�i�,c uf Pl.:s�ic I. ASTM D 3567 - Standard Practice for Determ�ning Dimensions of Glass-Piber-i�einforced Thermosettin� Resia Pipe (RTRP} and f itt�ngs. J. ASTM D 36$ t—�taitdard Test Method for Chemical Resistance of Glass-Fiber-Reinfarced 3'hermossttinr; Kes�n Pipe in a Deflected Conditian. K. A�TM D 5!;�5 �'-�nd -� Tr ..: A,i� hod fnr Si�'�i:in �nr�. �n� �=�on: �ii�n of T',vtiie �-��; ic �t--:_, M�rhodl. CITY OF FORT WORTH $TANI7AR� CONSTRUCTIOt3 SPECIFICAT[ON DOCUMENT REVISED I�ECEMBER 2a, 2012 SYCAMORE CREEK INTERCEPTOR REFIABILITATION CITY PROJ�CT NO. — 02200 ADDENDUM i�3o. 4 33 31 12 CLJI2CD IN PLACG PIPE {CIPP) Page Z of 18 I ., �� N. O. �'. Q• R. S . --,; - - -- -. .� . . i . _ .. . .., . A:� � M D 581 �- Standard Specificatian for Cured-[n-Place Tf�ermosetting Resin Sewer Pipe, ASTM E 1252 - 5tandard Practice For Genera] i'echniques for Obtaining lnfrared Spect�•a far (lualitative Analysis. AS'CM �'412 - Definitions of Tenns Relating to Plasiic Pip.i��� Systems ASTM F I? lb - 5tandard Pract�ce for Rehabilitation of Existing Pipelines and Conduits by the Ii�version and Curing of a Resin-Impregnated Tube. ASTM F' 17'43 - Standard Practice fa�� t�ze Rei�abilitation of Existing Pipelines and Conduits by the Pulled- [n-Place Installation of Cured-In-�'laee Therinosettin� Resin Pipe (CIPP}. ASTM F 2019 — S�a�tdard Practice for Rel�abilitation of Existing Pipelinas and Coj�duits by the Pull�� in Place Installation of Glass Reirtforced Plastic {GRP) Cureci-in-Place T'ttern�o5etting ltesin Pipe (C1PP) ASTM D?990 - Standard'i'est methads for Ten��ile, Cnmpressi�e. and Fiexural CrPep Rnd Cr��p Rurtti�re �, �i . . 1.04 PRICE AND PAYMENT PROCEDURES A. Measure�nent and Payment l. Cured in I'lace Pip� (CIPP) a. Measurement 1) Measured horizontally along the surface from center line ta center line af the manliole or appurtenance. b. Payment 1) The wark perfonned and �naterials iw•nished in accordance with this ]tem and ilreasured as provided under "Measurement" will be paid for at the unit price bid per ]inear foot for "CIPP" installed for: .� .. ... .. . -- ;r r' , f?) 4$ 9uiii...�, w..vV�C �l� , ) 54" Sanitary Sewer Pr . . _...� . . a �. _ �_ �., . ,• , c. The price 6id shall include: I) Mo6ilization 2) Furnishing and installing CIPP as specified by the �rawings 3) Hauling Q, {��snng�l nf excecs n1aterial 5} C.lean-up bl Cleaning 7� '�'�ci�n� :s � � r. ;;: i.�Tnei �u[hurit�, ,s:::!4*a'��ri+,��,, ;�r trancl�i�,� ��:illT1 Lr�u�1'�I1;1: t�on is} �'�xnpietr �rhr �ae�rk. r ull3t �0�dt1' � ,. _........ , - „I CITY �F FORT WORTH ��'�_',,RT;?k�-+:�'E!;b: i!�.Tr�?! �3=[�r��k �tl:!-E,'�rlLs f:'tTl;)N STANI�ARD CQNSTRCICT[pN SPECIFICP:'l lUtv f x3(-� i��r��+���� C'i i�Y f Rf?,1F.� T�rl c����i�tl REVISED DECEMSER 20, 2012 n I]i�ENllUM 1�iu. �1 33 31 l2 Ci1RED 3N PLACE Y1P� (C]PP) P�ge 3 af 18 b. c. . i ivl. .,�.,.,,.�....0 i�. ahi� ��.,.ii .,ii...� V� .,� u�� nu�ai i„�� i...,, u. �:�....-.u..__.�:_ ...�i._ _:1. surface foliowin� tlle pipe centerline for the length identified during the Pre-CCTV inspection fli7d directed by The City, Payment � � 7'he wo.rk perfnrmed and mat�rials fiirnished in accordance with this [tem and measured as pra�ided onder "Me�surei7�ent" will he paid foE• at the unit price bid per linear foot for "Sewer Pipe, Point Repair" installed for: a) 24" Sanitary Sewer Pipe b) 48" Sanitary Sewer Pipe c} 54" Sanitaiy Sewer Pipe d) Various Sizes as indic�Yed within tf7e Dr�wings. The pi-icc Uic� shall include: i} Furnishing and installi�tg pipe as specified by the Drawings ?) CauUliizg �} Pavement ren�oval 4) Excavat�on S) Haulin,� 6) Bypass Pumping as specified in SecYion 33 03 10 7) Disposal of excess ntaterial 8) �'�n-nishin{;, ptacement and compactio�i af backfill 9) Clean-up l0) Cleanine � I } Testin� � �') Ci1} �nd otner aur�or::z _ s, .,:ehnlcrr o, ..•�a.�hi . ur,i:r Lnord��.�z:io:: [o cnmr,:�� _ t11E �vork 3. Service ftecanncctian, C1PP a. Measureinent l) Measueeinetlt for this [tern shall Ue per each service reconnected. �. Payment 1) The work performeci and anat��-ials furnished in accardance with this Item and measured as pro�ided under "MeasuremenY' will be paid for at the unit pt•ice bid per each "Service Reconnection, C�PP". c. The priee Uid shall include: 1) Mobilization 2} F�u•nishing and installing CIPP as sp�cified Uy the Drawings 3) Hauling 4) Disposa[ of excess material 5) Clean-up b) Cleaning 7) Testing ,�J �. ��� "'l1C! �il; . ^.11k�::,, ��y_ ,�,ke,t� �- _ s.:- _ �n .�_ � 4luiii� • _,�l��ui�,.�, i . ,,,..III�, ., t.�e� work. C3TY OF FORT WORTH SYCAMORE CREEK INTERCEPTOR REHI�BILfTATEQN STANdAftD C�NST[tUCTION SPEC[FICATION �OCUM�N`C C1TY PRDJECT N0. — a220D REVISED DCCEMBER 20, 2012 ADDEN�UM Nn. 4 33 3l l2 CURED [N P!.,AC�F I'IPF. (CIPP) P��� 4 of 18 1.05 SUBMITTALS A. Subrnittals shall be in accordance with Section 01 33 00. B. All suUmittals sllall be appi•o�ed by tlze City prior to delivery. ."�uaccu� shall bc liab�r nrid at „sk �s.; ,,:I --.-- _-- ---- -- - �----- �__ � --_- . �-. � _.. _..___. ... �-- :vithauC prinr submittal acceptance b�• the '. • ` y�, _'. ��. -' - - --�_ � _ . :.� _ - - _ - { the project site returned to its origii�al � . •• - '•��- - condition, or betier, at no additional cost to the Contract. C. StrUctura) calculations for each CIPP ]iner size and praduct loca#ion, including the thicknesses. All calculations and c4esigns sr�bjnitted shal� be stamped and seaFed by an E��gineer registered in the State of Texas for approval. D, InSertion lacations per this sectian paragraph 3.04. �. "fhe metllods and equipment used to reinstate cormectiijg sewers. F. Detailed m��l�od for ad�ressin� sam}�ling r�ec�uiremunts. " ��TV Inspection repoits as specified in this sectian paragraph 3.{3i ,a�ail3.lyt) 4i �. � � mufacturer's recoinme��ded installation �rocedures. Cei�tification o#`�`e�:+lractt�r"s �����Surt ��*y the t';PP E���nufacturer. Certification that C1PP tube is manufacturcd per �STM F'"? l ti a,�d ASTM F2C 19, �}�-i;�ir�al eo.py of al! labcratory analysis reports far al1 CiPP -a.::-i�� and m�,t� --- ;r^cified in th' :: u.n , ,ragraplfs I.O6 and 2.03, �.. GJarranty per paragraph 1.U6.F. ��1 : -oduct Data . 5hop drawings which detail shorK- and lang-term prope��ties (prvvidin� alt supportin�. test data) of all ;.ompanent materials and constructioii. -. Recocnmendatinns for material sforage and temperature control, C[PP liner handling, insertion, curing, trimming and finishing, per manufacture��. , �0-year F'lexural Ci�eep Modulus tesi data per this section parag��aph 2.03 ,. Materia! �afet� data sheets for all hazarcfou� chtmicals used or expecied t� be on,it�. . F,etii�� u. T,;chnical da#a s�tieet showing physica] aiid chemicai properties h. Test results of chemical resisting tesiing perfonnrd by resin inanufact�Erer -. Fro�icfe calculations ro su�port CiPP design thickness after eurn�g. List the toltiowing criteria used ror the calculations: ��. Ass�irned host pipe condition ii tr'-.:'v'„n� :u,�„g;';ahla [ IP�atinn � 4it'lSli�'.'� � .�r '{ ' 1 �.{' -'i'� `l ���^� �Vi� CITY(7f f�i-�C�'I'��5:{}nTil� tiyc rkR�!f'u��f f.�..�: G!.3T�ir��i-:tFk�{}klx�t-rnRIl.11r1ffnn� STANC3Att13C{i�hJiT'[;�r{"r?�)N 5PL-{'II�lr ;� ��r{z!y I?�](`+:•vl�iVl l�!I \' I'kuaLE I�(+.- 1�'-)��u REVISED DGC'%MtiER ?U. 2U12 APPENDUM No. 4 33 31 12 CURED IN PLACE PlPE {CIPP) Pttge 5 of 18 U. e. f, g• I�. i. .I- k. fvioduliEs of �uii �ti.-rn� � Soil Density, per geotecluiica[ infc�rmation Long te�7�i madulus af elastieity Live loadi�tg Factor of safety agai�3� l��t .::. ; Assumed pipe ovalit}' Mean & Mi�zimu�r� pi��.. :=- .. �, Flexural nlodulus, redtEctio�l. and strengtil N, Cured-[n-Place Pipe: 1. Su6mit �eld measurements oi'cured liner thickness for deteE•mining payment. 2. Furnish an aPFidavit certifyin� tl�at all C1�'P meets tl�e provisions c�f this Sectian and meets the reyuFrements of above reterenced AST'M siandards l�. Point Re�airs I. 5uhntit prc�duct data for eaeh pipe product, fitting ai�d jointing material. 2. Submit Pre and Post inspection vidcas as specitied in tf�is section para�;raph 3.01 and 3.U9. �'. 1"est Sam�ale Caupons: provide praposed details t'or repair to liner wl�era test coupons are removed. Aropased details are to be si�;ned and sealed by an engi�teer licensed in the State of Texas. See Paragraph 1.OG.F.! I.OG SYSTEM DGSCRfFT[ON A. Resin-i�ipregnated flexib}e tul�e� i���er��,Cj 1[1fR � xi5#III� 5�.��+'Ca, expand�.d �.��insF tlle ex� .ting .�=wer interio; surfaces, a��d cured l�y circulating ]teated water, steam, or ambient tentper'at�n•e water or ai�•, througliout the tube from m�niiole to mailhole. B. CIP� cures into a hard, impermeable, corrosian-resistant liner of specitied tliickness and pF�ysical p��ape�-ties, with a unifo3•m1y s��iooth interior su�•face. C. CIPP Materia[ and InstallatioEi; Comply with ASTM D 5813, ASTM P 1216, and ASTM F 1743, as mo�ified by this specificatiQn. The Owner reserves the ri�ht ta approve materials or installatioi� practices ���h�ch ,'ifi.a• frum th..�; ;r���d�,u� �1�.,- m nt 1.07 QUALITY ASSURANCE A. Manufacturiug and lnstallation I1/'•-•-• i':�:..� F_ _"'_' ilt I "_ �"' "'. "'__:il.`' _.�Al.:_""_t"':. �'_: �('.::'_::" ' .'1'' _ _ ,..,. . . . t. „�_,. - -- :�-' _ . . , �� —, '� r• '-.- .. _.. -�d 11 '- `.4't )C ��_ �] i �r 17i1 l• :. 2. Finished pipe shali be the product of I manufacturer. 3. Liner manufacturing operations shall be perfoimed at 1 location. �. �E,t� ..,,,. „a� ins ,�i, n ,,.. �;it3 . ' � 1° -PP i� � �� ; � c : .��� � �.d �iameter as �roject sewer and be on the City's iist of approved contractors. C17'Y OP 1�OR'C VWORTH SYGAMORC CR��K IIvT�KCEP'I'pR REHABIL[TATIQN STANQARD CQNSTRUCI'IOI� SPECIF1CATlON DOCUMENT CI'CY PRO]CCT I�lO. —0220D [2�VISED �ECEMBER 2U, 2012 ADD�NDUIv] No. 4 33 31 12 CURCD [N PLnGE PIPE {CIPP) Page 6 uf 18 Y'Oi .:i� �i��ill-i61 ul 11.,,-�lini�.;�i u�}�l -,ufiwi,� u .] L�:� iin5 �.__,�r_i. C._t `: � n.. :t k�_,« _.:.-_Il �--_-i �- 11.a'�__� ,_.. least 3a0,000 iinear feet of CfPP liner work in sewets using a simiFar resin and fiexible tube and using th� specif�c m�thod of insta�lation and curing being �sed. D. F'or each �nethod of ii�stallati�n and curing usec� an this praject, the ClP� Iiner Work sha�l 6e supervised by a foreman havin� previausly s�ipervised a ininimum of 50,006 line��• feet of CIPP liner using a simi..lar resin and f�exible tub.: and ��ain ;�he sp��i�,t ��,.,�;��d ot'installation and curii�g method proposed. 6. The entity perfonni��g tl:� �:et-out af �"_ il i lir�er shaiJ h�ve been performii3g Chis tY�� of w�rk fo� ni.inin�um oithree year- and previoi;il�}� w,t-aut at least 35Q,000 linear feet o.f CIPP lir �-. F-. Ut:;-6:+g t!�� c:aurse alf ihe Wnr�., make no substitutions of materials, design valu�s or �,� �_ ��-_ �_�� �- . s�eciG�;l ti��u;":.Fit the prinr �vr:l±en �;r��r�:l�E vFi�le (]WIl2�, {�. C�iPP :.i::�r fit: `oles �.4MFI�F PREPARA�!'ION: The Cont��d•-'��� �?��1? ;�rovide i1at plate sa�nples ot the installed C[PP f���e�:� �irr st����n�ient Ecsiiri� c�t iK� �yY11 S'i':r,1 �tiU[S�CT��S dS Ih� p�•imnry i���ieri�ls, Ees�iij�. i-'KYil��win� ��nstaflation, in place coupon sampfe5 may be requested by the Owne�� Ea supplement 1'lat plat san�ples i,, ��Mntii�n �,�•�;�,tirt�ew sF1' i��talled �roduct. Flat plate sainpEe4 st+afl he preoared and t��#ed �sin� tlle ��at p1at� sa�t�pVin� �rethud 'u7 accordance ve�ith the pixscedures irt Sectioi} .8.! of 11STM F1216, In �lace cnupon samples, if requested, shall be from coupons taken firvm the installed liner. The sample vill be constructed af the same materials (tube and resii�/catalyst) as is used for that givei� liner �nstallati�n. ihe samples shall be large eno�gh to pro�ide �ve (5) sample specimens each for Short �'errr� Flex��ral (Bending) properties ar�d T'ensile properties, as per ASTM D79Q and ASTM D638 -; �pectir+ely. The sain�les shall be identified by; Date, Project Nai�ie, 5ize, Thickness, Resin and 'atalyst. �AMPLE TESTiNG: The cw�ed sarnple shall 6e tested by an indeWendent testing labora�arv. � s ecommended by the CIPP liner manufacturer a��d appraved by the Owner, for the bending and �ensiie prnperties, as per AS'fM D790 and ASTM D638 respective�y. Final payment will nor be made until test results are received. The Contractor shall be respansible for any deviation from tl�r �peci�ed physical Pro}��rties and thase e�aluated through testing. Failure to meet tlse specified physical properties will result in Ehe Cli'f' liner being considered defective work which wil! b� i�anclled in accordance witli para�raph 3.1 I. '�R[1+1PL[NG FKEQUENCY: _. In place co�apon sarr�piin�: i'he in place coupon sampling may �e requested �rr ts� xo t�v[f cn�a�nn� a#'�: lPP �iner uM�d iakeR fi�om within 20-feet of a manhole as appraved i�y rhe Ckwp�r'-, represc�tativc. `l est coupans shall be Eaken at the top of pipe or the 12 0' clock wos[tion. : If initial testine indicates that a�y one material property frnm either of the two samples ���r dia�net4r falls'belUw 4hr ���i��mum �)0°�o threstsold, additinnal coupons will be taken , t �ocations along t}re liner as required to provi�e representative samples of the CIPP Liner. �'i�e�e �dditional sainpl.es will be used to deter�nine the extent af the defciency. Cost for ,a<<ditioata� �:a.�,nling, testing and analysis is fihe responsibility of the Contracro�'. I� I !;�t �late ��ampllrl�;; '+ '! loe� I'I;�? ��f�+c .sampling s11a11 be pzrfQrmed far �ac1t separate instaHat`toit �f �'�P!'_ !=���r ;;�n�pie: c�n� (� j i fr;± pl�te sampEe frorn each ir�di�idual pi}�eline liner inslalled. ',�� '' i. 1�HICk N85S: Tt7e sti�alV thickness af the felt tube shall be ordered to the next �tandard 1,� IiifhT �1st�r�!:?�nta� tiil'4':E:�Y_,t4 `�17OVC I��ii II.�T�l��L�I�S CG�r�::!afPfl l�QC14f] fF}I�'Ifl'�P.CC CIII1111lftPr� Tnri ai�n�•nyFrl, 4 1" � ^�_ . � , -t��ise �p�ciPi�ci �u pruv3dr �'orexc�ss r�5in u�;. �.�,+ shr � ap;irir-r� ,.,f !1-,r �,.:�� s�:.� ��Li :; i�- .-c.al1 hP si�Pj tn allor� an e�c��s �:fi'frve t+, �t t � -]0•�� �� �. , CITY OF FORT ����lt`! :N �TqNDARD Cfih�"I�KL�C77C)N `sYELIFIt�,t'!!r?N 11`�C°JNIEPf'r �1�-V15CI) IJECEMBER 20, 2D12 1���.�+i�1Ar7_RT� I}�}�k�l{ IItiT!?li4'I�P'rlT�i I:f�H�nu�� t�.��-inTy t,t31' °fi�ll�l' I �v�p. -!:�'')r]�7 ,�+E7[7F,.NDUM IVo 1 33 31 l2 CURL"•D IN PLAC� PIPE (C[PP) Page 7 of' l8 itnpt��;nat�on. � n� m.inimwn �,al� r��ic���taa Sllilll Uc c12[CI'll'3l11C4 ni d ltlllllElll�IT1 vt thl'w �i) lc..;at�Un� on a cut sectian of the GPP flat plate sa�nple usin� a method vf ineasurentent accurate to the nearest UA05 inch. The miiiienum valEie shall meet the requirzrne�tts of this section, paragraph Z.03 & 2.04. H. CIPP Liner Handling: Cnntractor sl��►[l exercise adequate care duri��g transportation, handling and insiallatioi� to ensure the CIPP material is not torn, cut, nr otherwise daiziaged. If any parl ar paits of the CIPP rnaterial becames tor�l, cut or otl�erwise damas�ed before or during insertion, it shall be rep�ired or replaced in aecordance witli the manufact�rer's recainme�tic�ations a�td appeoval by tlte Owner before proceeding E'urther; and at the Contractor's expense. C[i'P Liner L,abeling: F.acli liner tube sliall be IaUelad by the liner ma��ufactu��er with tlie name ot�the Contractor, tl�e lacation nf the liner manufacturer, tlte name af the praject, the IiRe�� tf�ickness, the diameter of'tf�e liner, the Einer leng#h, and the location where it is to be iiistalled, Certifications Manufacturing a��d ]nstallation a. Operate pipe �nanuf�cturing and installatian undeE• a quality mana�e�nent syste�n certi�ed by third party lS0 900p. Provide proof of certification upon request. b. !f [nstaller is different co��npany tl�a�i Manufact�u�er, tlie�t insEaller �nust peovide Cei'tit[Cation from the 3nanufacturer Ehat he/slie is licensed and fufly trained as an installe�- of the Producl t�poii request. K. Wa�7•anty: The Cnntractnr shafl warrant the completed work ag�inst defect in workmanship and rnaterial for a periad of ane ( l} year from d�te af tin�l acceptance. The Qwner, w!i i le not acting as quality cc�ntrol a�ent for the Cont��actor, shall be allowed ta view and docu�nent any portion of chis contract, includi�ig but not lin�ited to verifying type and quantities of resin used at any point during this work. TesYing %r chemica[ resistlnce shall be perfornzed on a previausly prepared sample of the finished product, proposed forthis project. A certified aft'ida�it, signeck Uy an afficer oithe company, shall l�e provided stati�zg that the resin the tests a�ply to �►nd the resin submitteel fnr t1�is project are the sa�ne. � .as A. For ail other tests aF�nished ai�d etu•ed CIPP liner prnperties specilied in Part 2 of this specification, previous test daia will not be acceptable. DBLiVERY, STORAG�, AND HANDLING Storage and Handling [tequireme�tts ]. Follow mai�ufacturet's recon�mendation on all stnrage and handli�lg requirements. PART�-PRODUCTS 2.01 GENER4L i�. r+ll lll�:'_�ilSi c`iT1U 11lSidii3T1Q17 [JI'OGB�L1F�.i PfQVIQcai �'y 'iii2 l.Oli:.""_ "�� '. '] 111 :i� '�YI' . �- :.••• t r•- -•.all be ec�ua[ to or exceed the requirenzcnts of'Seetions 5 and ASTM F1216 (d- inch thraugll GO-incli} and F20 ! 9. B. Wri�tkles in the finished liner pipe which cause a baefcw�ter of nne (]} incii ar irore or reduce the hydraulic capacity afthe pipe {wrinkles which exceed Fivr parccnt �5^a) of the pip� diameter� �r: ur.acceptable a7d CITY OF FdRT WORTH STANDARD CQNSTRUCTI�Ai SPECiF1CATEQN DOCUMENT REV35ED pECEMBER2fl, 20E2 SYCANIORC CREEK [NTERCEPTOR RGHABILITA7'lON C[TY PR07CCT NO. — Q2200 ADD�NDUM No. 4 33 31 l2 CURCD 1N PLACE PTP� (CIPP} Page 8 af 18 .11u�! �., rl ❑�.:ci., �..N31..:�i irr il' l .,... .,::�i .i i��� wutlliiu.�dl ..v�i .,� C.- i:°-- -.�. ��ir:.._.. 1i ii,4 '-c'l' ! liner pipe t1�at red�ce the structural stabiliry oftf�e pipe are unacceptable C. If a void between the wrinkle and ti�e Pipe exists, the Contractor shail repair or replace that section o.- � �ipe at no additioj�al cosl to the Owner. Methods ofrepair shall be proposed �y the Contractor and s�bmitted to the Owner for re�iew and approval, D. Separations of liner seams in the �inish� ' l ae are uble 4, ` ,;d or repaired by the Canr�acior �t no ad�i�ianal cost to tr� •- • if a�------ •�f a li�-�- ���•-- �•• •,he Contractor shall repai!• �r replac? t�;at �Prtion of the pi�r,. -, --- -'iEion ,_--: .�, h� C��•,^---- �_� �,�•:� pair sl�all Ue �7l'O�i� . C� :h l.�iliirc - - -- � SJ�?kl'�ii.:.J li` tfS (a �� - ! . � . 'i,- ,..I vr - _'�. �. Cant.-�r�� :� �iI :- .,r. n�'b�� fnr crntrol n: �� i- ar:_ria' a�ri -,r, . .•,nl �•, rn•nvi�i: a tmie+�:d C iri- ..�, , ::ni;!'1U17' n'", r: _ �jJ rifjP, in . _ . . �1 �. ' �. �i� rd �� ..�L-- -�t1t�� he i�� 2.42 MANLIFACTURERS A. Onl� the Manufacturer/Installers as listad in the City's Standard Products List will be considered as shawn in CP.cfinn ni �n nn � f'he Manufacturer!lnstailer musy cs�inpiy with [his apceitication and related Sectic�ns. Any product that is not listed on ttr� �P�!�dard Produets List is considered a s�bstitution and shall 4�e submitted in accordance with Section �] 1�5 r)(M 2.03 MATBRiALS i. �� �iilis � l:` ] 2. The liner cot�sists of abs�oi•bent non-woven felt or seamless spiraliy wound �tass fibe��. The wet-out liner s1�a11 Ha�e a relatively unifarm tl�ickness that when compressed at installation pressures will eq�al ar exceed the calculated minimum design CIPP wa31 thickness. ;'i. 4• .. ��. � ��L ... i� .. „ .�, -� �it1•ollud ,�__._ ! . � _ .,. �• , �it ,�„ �..G ,�_ _.�� . . --- "- -- f 111{� j]t'G�UC£ N� . ll � _:i -_......_.. ul ,i '� N., . ..c_ • 4. Constr•uct liner to withstand installation pressures, have sufficient st�•ength to br�dge missing pipe and siretch to fit irregular pipe sections. 5. Manufacture to length necessary to tally span th� distanee i�etw�en manhu�es. if�clude su�'Ficient amou.nt of material for sealing at �nanholes and product sample, if ren,t�r.red. 6. The waLl color of the inte��ior pipe surface af CIPP after installation shal.l I�e :� I i,ht ret�err:ve 4oio� ;u that a cleaE•, defiailed examinatipn with CCTV inspection per Section 33 OC 31 can be macle. k,.11ivaC.i�ll- oilCl�� u�.l(] ��1 i�1 PIFr...]Eui�w...�� �}fl(.� t�. a�....� u. ���f��_ li.... � Contractor shal] malce allowances in d�termining th� fe�t tube length and circumferenee for stretct� �luring instailatian and shrinkage during cvring. The minimum lertgth shall be that which :�ntinuousfy spans half the distance fror�� tl�e center of the inlet manhole to the next manhole, plus che liner overlap shown oii t1�e l�rawinAs. The C�ntractve shall verify the lengths in the field before *h� felt tube is cut and impregnated. Individual insta6lation runs may include o�e or more manliole- -i- �nnle sections as a�pro�ed by tl�e Owner. CITY OF FORT WQRTH SYCAMORE CR�EK ]N7'CRC�P'I'pR REHA[31LITATfON STANDARD CQNSTRUCTEON SPECIPICAT[ON DOCUMENT ('ITY I'ui }lF+. "1� �IU. � n7?�!�! REVISED 1]EC�M��R 2D, 2012 ::!?I)hNDl1t�Y Nn. 4 33 31 l2 CURED IN PLAC� PIP% (C[PP) Page 9 of 18 Y 1 i�c Uia�j�ete� of the cx,��in� p�ptn n,ay oe �z�3gvr lhait lh.; t�.,���ir.a] jns�ue d�amc��r du� to �virt;s�on of the concrete. It is the Cont�•actar's responsibility to determine the required diameter of tl�e liner. l(}. The nomi�al wall thickness shall be at ]east the calcuiated design Yhicl�ness, orthe �ninim�m specitied, and may be up ta ffteen percent ( I 5%) greater ercept where felt layers overlap, in which c�se it may be in �xcess afthis va[ue ! I. Ident:ify all tabes with manutachu�ed thickness when t�st�ci in accordance with ASTM D5199 and D35G7. 12. The need � ':ked polyester felt shall be free fi•om texE�s, holes, cuts, foreign inateE�ials and other �,r� < < B, Resin: The resin system wil] be cnanufactured by an appra�+�d compa�ry selected by the CIPP [iner inanufacturer. Provide documentation of approval, if requested. 2. , 1' II , d .........._i. � • � ..��, .• � �r , .. --.. . , �. _� _ i_.�. . . . , .. _.. .- ��: The resin systein shall Ue cairosion resistant polyester or vinyl ester system including all t•equired catalysts and initiators that create a composiYe that s�tisfies the requirements of ASTM F1216, ASTM DS$l3 and ASTM F1743. � s��- ',.�1� ' i�n�� •� ���� t' n, „d �,r+� 'd� p� ... j� ' .� � lc� a�,...; lt r,nti ri. . �..�.7i1'd prn�� n t�y r. �P 'ni 17' '.c�. 3. The resin used shal] pY•oduce a proper C1PP systein, which will be resistant to abrasion c�used by solid, grit or sand. _. � ��,.- -- M- •---- Domestic Sewage: The Contractor shall be responsibl� for all costs associateci with the chemical resistance tests. Proof of ineeti�ig these require�nents shall be pro�ided to the Ow��er far approva� at least se�en (7) days �ria�- to coi�imencement uf wn�k: Chemical Solution Concentratinn.percent Tap Water {pH 6-9) 100 Nitric Acid S Phosphoric Acid l0 S�ilfuric Acid 10 Gasoline l00 Vegetabfe Oi] l00 Det�i•gent 0. I Soap 0. I D. Pinished and Cured CIPP l�iner Prope��ties The physical praperties oftE�e cured CiPP shall have n�inimum initial test va[ues as given in T�bie ] of ASTM FI2[G (and supplet�tented in Table l and TabEe 2 beEow) for polyester and vinyl ester resins as applicable. F'roperties for these or any other enhanced resins shall be substantiated with test data. 'Table l Standard Resin ' �party 1 ' n �tltod • �.I stren�th � , � STM D790 I modul��� �� Y i ,ISTM D7p� �_ ..F �.I� p� iula�; nn n� ;� �.a�M.�'4�� CITY OF FORT WDRT}-[ SYCAMORC CRL'L?K IN'C�(iC�PTpR REHABILITATION STANllARD CONSTRUCTION SPECiP[C11TlON DOCUMCNT C]T'Y YItOJ�CT NO. —D2200 REVTSED 17ECEMBCR 20, 2D12 ADDENDUM No. 4 33 3l 12 i: f�RF.n iU nr �rF nm� (CIPP) Page 1 U ui' 18 �) � rit_.u�ai ���...lult�3 5 .. , i � ���,�ilU �,�I t�.,.. ., �Value assuines rniniinurn 50% reductian (�0% retentinn) nf F�exural Modulus of Elasticity ��..;� �.� ��" i216) times 30Q,OQ0 psi F'lex�ral modulus. This factor should �e used for all fai�nula calcu3atior►s. In � ro use lower reduetio� factor Contractor shal] ,ubmit l Q,000-how� third pa�-ty, 50-year �Eextrral Cree�- Modulus test data per A�r"-� r'`'ra�+i, E. LJVCIPP Liner Properti� Tf�e physical prapet�ties c _ +� { � 'j �h �� : �in ����,� 1i �a� � . .. � - hpfow fnr polyester and vinyl ester resi��s as ap}�licablc.. Prope��ties for these or aE�y other enhanced resi��� h]l bC ;uhst�ntintP�i rvith te�t data. i ' � rl �,�ral modulus � �-�, �ar flcxural cree� mod��lu� � + ; ,�h1N ) �� V ��'S{Il � ' \ S, . � ' i ��. i � 1,(�U(j,U�fi nCj 560,00(1 p� 'n� "+ I ,'�� ` - - - - � : 11 � '� .1 NI 1�7y� ,� �TM D29A(1 � '� r� � C[TY OF FORT WURTH vy� �rL,�"•� �Ri t�l'1�:1�� r�'����uC a-Y��a s�; d���.unui� Yi A I i+ Fi,l 5TANI?ARD C0�15TRUCTION 5P�C1FICATI(7P. 13�!r� �+�!t� �T i I C1' 1yft��JFt� f�"C� ii"t�{� RCViSGD DCCL�v1C3ER 20, 2012 .q�r�FNni rn�t No_ a 33 31 12 GU[t�D [N PLACE PIPE (CIPP) Page 1 [ of ] $ DESIGN CRITERIA ,. The liner shall be designed in accot•dance with the procedures of ASTM F] 216 Appendix Xl, ' "rl F:'3- , _ .. � . . � ��� `�all be 1oi75� , ,.al� . .,..,�E�.,:. ..;��. ,;' :•. ,�u . . _ :._ ........�.y ; F�,eparing .... �, < <��..-.._., _, _,. L.,,.---...,�r .,� „ ,�,. - liner design. G. c,ontrae[c�r G12�11 calcularw the requi�-ed minimum thickne�� fo�- aaeh t�ipP based or� the pipeline conditioit 'n' n �I1 1[ ' Il�.: � .'�� ��l`il2l � -� •)r " ll, �ll�r ,ti , rt7 , ,I hi� !]l � �' , . �� � 11711f13 u u7 ynn��..--� ��c�ide Ovalit,y for '"��nimuin �-yuired Aa CM N��Z• T'ra,�,�=t �.-z�..�r � Allo�vabfe LinF� d��;ign paramet�r� ror .�i :�r -�s�.:-. Ir�r -- '*�;-ai�hs Rra��- � „�� � nickn� gravity �ip� ;'i ' )Urt-i�U i.- �G._�; 'i � _ ���� � 1 ill)' ', " Yl� '�� - � ,�. i]t2SN.b2S ' i'/�,. 6+89.ti8 tc- � 1�.,. � ' �i' ,�i � !.;. ��� A���. , .. . ., . 't' 3l �. �' �-� , �; � � �, uEi� „4 r �TA.I'; � ' a�:;_ 21 I . 3 , . . . �R-1nci� , "' ; " n.. ...lii� ,. 51� 4s • .. i A. � .� . „M --- -- �� , �. � �Z' � ully detc; �c��.. . 'i�nr�-, „ .... �, HI' �- ,1,0. i.' ... � �r.r _� �ii. .,,, ., ,, :,r, hc ��-_ �-:,,� of work. Va[tn provided in the table above sF �� � �ziilg n �dation and will t'equira signed and :. .� �Esi4r -.a[cu° �. ���, , �- ,^ontr .. ,`�nu� appro.al h� tl3e Cit 1 H. The fallowing parameters shall be assumed for khe liner design: Modulus af soil reaction: E's ='. ..� ,� 2. Unit weight of sai1= 130 pcf 3. Factor of Safety = 2.0 a. �li.nf�il - . ' '��� •'T �, '-iil(� 5. AASHTO H20 Traf�c Ioads, except under railroads (DART) Cooper E-SO loads as applicable 6. Consider na bonding to tlie o�•iginal pipe wall. 1. The rec�uired stivctural CIPP liner wall thickness shall �e based, as a minimum: l. In accordance with ASTM F20i4, Appendix Xl, Design Considerations For a fully deteriarated or partially deteriorated host pipe. 2. A saFety factor• o.f 2 3. A minimum ser�ice ]ife af 50 years under contia�uous loading eonditians CITY OF FOI�T WORTH SYCAMORE CREEK INTCRCGP'I'QR R�HABIL[TATION STAN�ARD CO?�ISTRUCTIOI�! SPCCIPICATION bOCUMEIVT CITY PRDJEC"I' NO. —U2200 REVISEQ DLCGMB�R 20, 2012 AQD�NDUiv[ No. 4 33 31 l2 CURED IN PLACL- PIPC (CIPP) Pagc 12 of l8 � - - _. _ �, .._.. - .- - _ --; 5. A soil density of i30 lhs/ft3 - - - • „- ,, . - 7. An enhancement factar af 7 ,,. �� _, r :u _ , � � , i� .� i�_ .[ F if ...... i 0. Live loads for ASSHTO HS 20 11. Soil depth for each segment as applicable. per the drawings 12. The �ninimum a]lawable wall thickness foi� fibergiass liner is 2.8 millimeters and can be ine�•eased as necessary to �neetASTM F1216 Appendix �T design forrnula. " _ _h n �n� n .U�• n' � �ii r.i.:: �._ � � Y _eb lii e • i ',�, .� �� � : tanl� al�or:, h; pipz siti �. ,.,.:t:�n ' . ( � ... .,. I. i .r . , a ��., n ' 1 �neadi• X1 �esi��l f�rr.�u{a �nc� :. „ , i� ii . �4. FibergIass ar feit praducks below the stated minimum wall thickness will not be allowec� under any circumstances. PART3-EXECUTION 3.01 P�tE:,-1�i�'1�Al.,�.�iT1vN t"t .�-�.,�;y!NG Ft�lr� -� � L�.WE�,1c�"� 1NSYEt'TIC1N ;. ":�erienced p:s,�or�;Ll �;ained in ivc.�u��g br:,_.x. . �b,�uti:. ..,:d :-_. ,;� _;;onn�:.tion• by ti•ic��al in:�p���lp❑ .►Il perfori�� inspeetion oFthe sewer inain, The interior of thc �ewer shall �re �areikkJJx� in�;; ;<<i:��l i�a w_,.ardance with Section 33 01 31 Clased Circuit Teaevision (CCTV) Inspa�tiesrt. 2Vcr�ify U�+�ner �f �ditions exist which will impact the installation. ' 'J.,rify ti�at sewer is clean and pipe co�dRio�s are suitable for instal[atiurr ,:+� t9?: �'��'Y, �;l��t� n!I .i�bri, uut a� the sewer line. Cteanin�; aperatians shall coE�foi7n to Section 33 4A 5Q, C[eaning of �ewer Mains. ����firm full circumference of the host pipe prior to li,�ing to ensure tl�e pipe can be rehabilitaled withaut -�:npromising the CiPP system. No#ify Owner if`conditio�is exist whicl� will impact tl�e installation. �'. - lPP Manufacturer's represeniative sl�all inspect sewer af�er cieaning and de6ris removal to verify ,nd;r�,,,- � t • ^1PY �,.- ,i�ati^�:. _'. f� . ., ' ' . ' , i . � ..J 1' i - .,.: � i El � _. � r .. � � �'F f: �r-• _ . • -, • --armiyi: :T �1?V �XG��iIV� ����T,B Cklyl i315� 3Y11� Illlt��rnl I�1N �'c:nt;•a�tnr wh3r:l Sl'�lilellt5 OT pip� �1'� [D b� :, placed h,y �oim rep�ir, s�;,>,Prva t7i}wS x�C iilt?�?'�n! f1�11�e5 �:?�f�1L tii1t� �4 I.�E[01"l71!]lc L7T' V�ltii�r �4)W Cnn�j.tlt)17i li� {.1TE'C1iiCaliU31 fnr h�rl]aS5 , ::�lPtfY�. i�� ' �.T'� . i��:�' li_ �F�..-- � II,... � .....- .1�.-� [ -li I _ � __� . � .� �.YI i..lk� � ;J Alr._ __a " _' C17'Y OF CORT WORTI-� �,YCkMC}124; ('t{�_G�; ?!�7'FRCf'PT!?!? !?rua;;��.�},�;r;� p;,� STANQARD CONSTRllCTION SPECIFICATION DUGUl�Yk;N7 i]Tl' I'fi[��l:t�T �C�. -t?22���i REVISED bECEMBER 24, 2012 .af�i�Gt�DUM No. =! 33 31 l2 CUR�D TN PL/�CE P1PE (GIFA) Page 13 01' l8 �.�� �i�iivi C<�.i�Aii< r�k Li�i�iC, A. [f pre-i.nstallation video inspection reveals an obstruction in the line segment (such as heavy solids, dropped joints, protrudin� service canneckions or collapsed pipe) that caiinot be remaved l�y conventio��al sewer cleaning �y��ipment and the obstruction will pre�ent eompletion of the inserlion process, perform point repairs or obsU•uction re3noval prinr ic� CiPP inst�llatioE�. B. [f pre-installation video inspection reveals a sag i�i the sewer that has a vei�tical displacei�ierjt greater than one-Eialf the pipe diameter, eliminate tl�e sag Uy perto►•ming a point repair oi• by removal and replaceinent of the sewer segment prior to CIPP installakion. C. Perfor�zi point repair as identified on the Drawings ar at the discretion of'tl�e City. T11i� �„4;- �z:clucic• Pi�e replacement. vigging a sag elimination pit and bringing tr,y bo�tom un 3.43 BY-PASS PUMPING A. Maintain commercial and residential sanitary sewer service durin� the installativn process I3. ]nstall and operate di�ersion pumping equipn�ent to maintain sewage fiow around the se�ment of'pipe being rehabilitated, and to prevent backup or overtyow, as specifed in Section 33 03 10, Bypass Fumping of Existing Sea�er Systems. Pun�pi��� eyuipment shall rneet the Naise Ordina�ice requirements of City of Fort Worth. C. Provide odor car�trol measures at tl�e project site prior to and for the duration of diversion pumping ope��ation. U. Mnnitai- bypass p�unps during times of use. sA4 MCASUR�MENT AND [NS�i2T10N LOCATI4N5 A. The exisGii�g sewer fines �ziay be [arger tha�i their nominal size due to carrosion ot'the concrete. It is thc Cont�•actc�r's responsibility tU measu�•e the actual inside diameter at ditferent lacatioEis ofthe sewer to determine tlie appropriate size of C[PP liner lo use. B. The Cnntractor shall �rovide a list pf identified existing insertion iacat�ions andlor locations whe�-e insertion poinks will be instalted along with documentation that the Contractor has inspected the proposed 4ocatinn to assess the structure for use. 3.05 INSTALLA'i'lUN PROCEDUKES A. Natification: Infori�i tl�e Ow�ier of work scliedules for CII'E' i��staEEation. l. For over the hole wet-out, provide 24-hour notice sa tl�at the Owner n�ay witness the "wet-ouY' procedure. 2. Provide 24-hour notice so that Yhe O�vner may witness inversion and curing of liiter. C7TY OF f ORT WORTH SYCAMQRE CR��K INT�RCL-:PTOC2 REHABILITATIO1�i STANDARa C�NSTRUC7'lON SPECIPICATiON DQCLiNfENT CfTY PRO]EC'1' NO. —02200 I2�VISED DECEMBER 20, 2D12 AQD�NDUM No. 4 33 31 12 CUf2ED IId Pi.AC� PIP� {CIPP) Page 14 of l8 �:-- ---- -- ----- ----- ---- ---- - �. u. L-_.fl:_s.!'. � -_-.,:--- - -•' ---'-..i...n ----^ —rr...----Di_f 1.�-�1�r. __......-- ._.'-�ti�i.:_�i;. -. .- 1. '--- �i '- iiivol�ing work on elevated platforms anci entry into continec� spaces. Take suitahi �.- _- .. ' hazards to personnel near construction activities when }�ressurEzed air is being use� �". Wet-out: Desi�nate a location �vhere th� fiiexible tube will be impre�Eiated witli resi��. [.ocations shall be subject ta ap�roval by the Owner and applicable IoGa! age�tcies. The Contractor •.hall allow the Owner to inspect the materials and "wet-out" procedure. "Wet �ut" of UV Cured �'IPP liners is performed exclusively at the manufacturer's faciliry. i.f the "wet-out" lacation is not at the project site, the iinpregnated C[PP tube shall be tr�nsported to �ite �nder controlled en�ironmental conditions. If transported to #Ile site, refrigerate as necessary ta rnaint�in stable environment fnr the impreg��ated liner. Transport vehicles shall include a ta�nper r�sistant. �,�aled 4e���perai�ure-re�urctirg c�=s��ice ��hir�lt r�corcls Ehe �iei�iperature af th� li+ier a[ all tiines ,�fter leaving ti�e wet-out site. The Contractor �4� :!? �ecici�. when tn tran����rt tl�e im��regna�ec! C"I!'�' � ube to site and when to co�r�mence €nse�lian wit� respecz tc� weather s:onditions. �,.�se sufficiei�t quantily o1'resi�� E�� �!I �l�r vr,fu�e3e �rt`:::r t��aid5 nl t�c: �:!!�c �:��T.h :atldllh�Mt1�I aClUw:e�l�c�s or polymerization sltrinkage �nd the patential lo�:, r:±���e:�i» �2irine instailation :hl"ni��� C!'aCICe �n� i�•regularities in the ori�inal pipe wali. '+ Vacuum �±r -�- �; -`, ti�e resii� utilizinr � rnnt:��•i-.-.� pinch �ollE� t�s Set pro��_r ;hickr,c�s. I;�F ;;�ntracto�° , lsible for maii�taining the proper thickness to avoid excess resin �f�rrn 4�1:krir�� i^;:, the exist��::- -' _- `. Contcac#or is responsible for obtaining constructioir/fi�•e hydrant meters from thc loc�l tvater:;ervice �ro�ider and for paying all applicabfe deposit fees and wate�� usage fees it� ;�rtion: T�lo CIPP it�';t�l�,i?�t�ns xw�i:� ��- �,�c�e��aRe!� i.i s;�i�riaur rt+nditiunti �1t�t cn:ilil .js:a�aru's�e i:?�� Fit .'t�lk3ti:�:1 oftUz ClPA, or be d�triir�enraf ta the koE�g-i�nn perfoi�nar�ce ofthe [:IYE�. li:�w!� t���:i�1� ,tihes ft�r�t+�h cxistiitg n:.ii;Jrot}s ol' a,-�:��s cr.n�ctures b}• �Jirec� is�r�er�ian crr rl�:� `^::11 N:� ^lace �n�thud. Fu11aw AS'i�r� r'�21b 5peciitcatio�� fut dircc[ inversit�r> >nstallation. ���t�lvxti� A�T�!�? E� 17�� �pet;i%ra#i��r� f�:r ��lled in �lace installation. ��?e t:�isF��d C11'P should be e�n#intiaus �ver the eutire ien�th of tl�e ru�y 3n�+ bP ��n�xrif� �nd ff�� �'�:�� ��Ihst:�nlial ►v:'inkle�. �� �I��t`.�� �:� l�Ci4C�5 � �IIJ rEi��}r�'t}:J' S�iVii: �{1[lnt�'�Y1.lf`+a, ��.,�r��stream f'rotections I}llTi11� Iik�t81IaT1�4T! CnnTi�aclnrs;hall i:�,;?a1i a�:.re�n ( ��,. .�C��6dr� ��n,a_,vi;n;ir�tij 9k1 �E�� 4�4'':Y:1SCCe8lil 11Pa11�1S7I4' IU {:al��] :.11l�+ �t.hl•!� SIl[� 4',y���S f4'91I1H M���S�t 971�\' �'iTi1C0�1� [�f)l�#'�I:TrPan1, ��i?!� SCfCen ;�j'17�� �1; mcmitored li.�d v:�cvume�4 uu# svh;'�a ::!:Ys«�,! 1u11. �N !:.is screen sha11 b�: •:,.*'r!lre� Vi2l e;,i81[1 LG a�SUV� ' _l'OUIICi. �:'::�ra ���,:�� fC13?-:!:! [!5 q�i1C��' �IJ�':,^.� lli'1�::1:; � �iFlyr 4����� 11 �ti;y�l, C�."!i3v :�!:F� � 1.:?:� !#C;l�Jf1'j! �j ij3r �i1ti11i�c .."""'_ . ..f ,... I�.� ....�...,. .....� . . 7 ' S -' 1.. ....J. . Y .�_... .... - '"�.__., L �,...._�. :f .� ..r� � ' ' l 1��. r-..�... ..."_" "" � x -' �. _ , . .. ._... ., .. .,. .. �... .. C� ��v` l➢I� ��a�?.��1� 444 Fi:'i�f � +:VY'r�h'�ii�;;:' L�jCk_tsk IIy I E'R!'V��'!'(1T? RFI�ARI{.1 I rl:-����I 5��1+•+rtisu.rj��{llu�ikfil'�fnn�;sNLt'II�C[.A�II[1�•!I)l7Cl�!;n�.�ti'f kf�'l'I'i£s'7,IF.i'TTvU i1����J!} RG171SEi� UECEMBER 2U, z'.01'l ;sDl)r�3pUM lvo. 4 3331 1� CCJRED W PLAGE P[PE (C1Pi') Page]5nF1$ �.uring: 1, Follow manufacturer's recommended ci�re schedule in curing of liner. After ins�ifiion is completed, apply a suitable reCircu[atian system capable o1'deliverin; steam, hat wat�r, ami�ient tempea•�ture water or ai�•, or Ultra�iolet (UV) light source, tutiformly tln•oughout the section to ackiie�e cansisFent cure of the resii�. Maintain curing tei���erature as recomEnended by the resin/calaiyst system ma��iEt'acturer. Fibej•opEic Cure Monitoring a. Continuous temperature monitoring systems a��e required. This system shall he fnstalled at the inv�rt oFpipe and be insta[led per manufacturers recoanmended procedures. Tempe��ature sensars shall be placed at upstream ac�d dawnstream ends of cach reach being fined to monitor pressw�ized fluid's (air or water) terriperature during c�u�ing }�rocess. To monitor tempe�-atuees inside tube wall and to verify propee curing, tem�erature seiasors shal] be placed between I�ost pipe and liner in bottom oF host pipe (inve�t) throughaut the reach ta record tl�e fieatin� and cooling that takes p{ace on the outside of [iner durina proeessing. As a minimum, sensars shall be spaced apart at interva[s no �reaier than lU-feet. Adc�itianally, sensurs shali be strate�ically p[aced at Paints where a si�;nifcant heat sink is likely to be anticipated. Monitoring oFthese sensors s�all be by a camputer that can record temperatures at this interfaee tlzroughaut processing of CIPP utilizin� a tampe�•-prooFdatahase. Temperature mo�iitnring systems sltail be Zia 5ysteins or Vericure by Pipeline lZenewal "f'ech�lologies. Continue uninterrupted heating unlil t[�e required curing lemperature is achieved. Accurately meast�re temperattires at both ends nf the C[PP. Initia] ciu•e is considered cnn�plete wllen eapvsed paE�tions of tl�e flexiUle tu�re pipe appear to be cured and the remote tei��peratu�•e sensors have achieved the external Eernperariire recom�nended by the resin/cat�lyst system manufacturer. UV Curing of resins d�signed for UV Cure a. [nstall liner into host pipe 6. Pressurize liner to opti�ntuti pressure, in accorda�ic� with maiiufacturer recommendations. Optimum air pressu�•e is ty}�ica[ly ir� the range of 6 psi to 8 psi. e. Perforin a quality control Pre-Cure Inspection of liner using CC 11�' d. Curing of UV Cure liner is achiev�d tl7rougli exposure to UV lighis, th� Iigilt� a,� z«_��,i�,�� ici sequence accnrding to the maitu�aeturer's specifications. e. The co�nputer control unit uses sensors i�i khe UV Ligl�t train to monitor and cantrol the curing speed, light source watta�e, inner air presslire, exothermic curing temperatures, len�;tli of line�• and date and tinle. Tlte computer cantrol unit reeords all of tite installation par�mecers ai�d permanently stores the data for create a repnrt for eacl� inst111atian. Upon completion of the c�iring pracess provide lhe Ciry with lhe moi�itoring cEata G. Coo[ Dc�wii: Initiate controllecE caol-dowi3 of tlle harde��ed pipe ko a#emperat��re below 1 10° F', in accordance w3th the manufachn•er's recoinmended cure schedule. Take eare in releasing the water col�min sa that a vacuum does not deveiop tha[ could damage newly-insralled pipe. Do not discharge waten c��tter than I 1 �" F intn the saiiita�y sewer system. E-i, i'inislted Pipe: Provide a finished CIPP wltich is continuous and as fi•ee < �ially p�-actica6[e fi�air� visual defects. Defects such as foreign inclusions, dry spots, pinhoies, dw ' �s, seam separation and 5�':•inklj�ir !- •�r : -1 �t. „ifi _tirlj" �ilr�v �,- - in -ar��-.-�r_- � nl � 1C �� � � illliii�d h.. 4}�� (��v�]i," CI'iY OF F4RT WOItTH STANDARD CQNS'f'RUCI'lON SPLC]C'iCATION DOCUMENT REVISED DECEMBER 20, �Q12 SYCAMORE CR�EK IN`I'L"RCLPTOR RCHAI3[L17'A7'lON CITY PRf3]ECT NO. — 02200 ADDENBUNI No. 4 33 31 12 CURED {N PLACE PIPE {CiPP) Page 16 of 18 .... : I... • .. . . �........ 1. . 1,,, �_..,. _ s.fE'" •� - -- '� .:�...`.41c vl [!I� l.•{"� . . - `-- -'j� ., '-'b �' -'� _-_---�- "'.F,.__ �� ., L;"' �if'i', shall be �•epaired�or replaced at the Co��tractor'� expense lf point repair is reqt�ited atter the liner Ilas cured, use a tube segmenk to spkice across the point repair. Overlap qn each end shall be twice the dian�eter, ar 12 inches, whichever is greater. Cure the segn�ent usin� the saine process speciiEed foi• the nriginal liner. .Csr� SERVICE RECONNECTI�NS a. Complete service reca��nections within 18 hours after campletioiti of the cured-ir�-place process. r'�. •~er the curin� is co�nplete, existii�g late�•al conneciions shall be re-establislzed. Reinstate the service by �•:.ring the liner froi� the inside of the pipe. For small. diameter pipe a remote operated cu�tin� device may �• used. F'or larger pipe the liner inay be cut by hand if the botta�n I13 of the opening matches the existii�g `�� invert, there are no,ja�ged edges and a minimum of 95 percent of the tap opening is restored. The � ntractor sha�1 provide a seal, recominended by the lining nla��ufacturer, at the service connectio�i so that -- I�atca�,e �t�ftuids may intilu•ate b�tween rhe lin�r and tl�F Pxi�nr+g sewer pipetinc :�urfaee. ; tl�r,tl �s�?��'�, ��k�.r cu�tin� and Irofes ghat miss�kh� I��x �T���st hr ��aired tc� thr sa#is1'ac;tior� �f Phe �.sh� L1. �i .idditiona] v��sr,•k Fe r��IlYI'P_.CI TI) �P4YQI"P j1}�' �e1C�'I'flI Lrnnna�Yjtir� n,3teiri� nf �'1�p �1'r9t' f011nUt tlf?:' ?'P�uire�nents at „� I �,�_ ' ti 4L.i t � • � - � ��:-�� L : A Form tighS seals between the CIY� ��a�d the ui�:�h��� w:�lYs Gtt ;a�n� ���neiralions. i_7a nn? leave unn��f�r �aus, -ZI annular spaces with `/z-inch-diatneter activated aakurn laands snaked ii� ehemica] sealant. �ea! anm�lar �; ,;,es greater than '/z i�ch with manllole wall repair n�aterial. Finish off seals witll non-shrink ���out or -���entitious liner materials placed arowid tlte pipe opening from inside the manhole in a band at least 4 ,� :hes wide. Complete sealing }�rocedur�s for each finer segment immediately afie�• the liner is cured. . I�.v <��ape ancl ,n�uoth th� mai�liole iEivart and build up she existing invert until it is full plpe depth {aqual in �.�, +�th to the dia�neter of the largest/outgping pipe) across the manl�ole bottom u� to [5" maximuin pipe ..�., �niet�i. ;�.���P:.� i�ib�:'?51'.^,r � il lyt�r�i �?w�:3 �:ti�arjn�� P;:; r��r�r!?;,I: wN?n�e rrt��;��li'�e 4�evatinn I� i etwe�n �i�� crr�.l,tD �.]lc� '1+�� 1 i�r4 t.�evatiujts ut'the outgoingidownstrean� pipe, ;l�iaxim�i.� c�ent�i of' 3�±eru1 invert shall h�c �ap t4� fii11 �-�;;•;. deptE� (equal i�3 depth to the diameter of laterallUpstre�m sewer when t�te top of the prUpased slop�d �.�;+:h ;.� �I:; �.�,ne �le-;�,,ia�» �� rhP r��r,wn of the lateraf sewerl at the upstreain end and full pipe diaineter of i!: _ autgpin�idownstre�r�� sewer ��t [he downstreain ettid up to 15'- ri�atii��uir: n'Epe diameter. _ , ,,,.., �, _.r...... „r �. I� .�� .:� �"' . ���� , ...... � � .r�_.�l �C:• i� .� � 1�1=--� -- � � I� :i'-� !1 II:. .���. i••. � �. . '*-1 ,,,, proj��t tUr _ar���si�t'�� [::4h clte3i�r�at Etnt�;rpr[rl its}in�; flil rss��n� s';+.11 i�r. �:;riurtn�� «:��:��rtd7rlt� kyiti�� i�!"M E 1252. If sainpte tails test, worCc is n�n-coniurinin�. See pai•agraph 3.1 1. .. ",••. �E�•: I�r�r�ert}� -i'�stirF}; - f'c;st i���t::!,clion �rl:y�ical property tesiin� oFthe cured comp��it� �r�bti ti��iEl Lre ��, �tn� - + ir� .�ccordanGe wtth �1£,`i�f;R I3 7nij, �'i4!41�E. ..+'4;;,:Pnr �.?� •i . I-„� � ��rrfi� 1n. lit�� :. t�^� ,��t41C'=i� ,,.._ il 7U0. ]f °aml�l� `aii:; [- �' we,r1 � � t��r. � _; I {��Ty �7u w� r�r r kiiilRTl i �VC`A71�RllRF (`R�FK iTST�R('F11�'�t71{ I{I'.I'i.�iI11! I I;: I�nty ti'I �ktvl�AkU �'{,r�s;��Ri.C'�i�u,�r .���F�c �is:,� �:��r i:7pJ i)i7c:uh�ltN� � � ! �� PR��.�s.���M� �a :. - ai?�suf YtE��SEP ��CEMBI:IZ 2U, 20�2 ADUh`NDUM iVo. 4 a3 a� iz CUR�D 1N YLACli PIPE (C[PP) Page l7 of 18 l'. I ii� �ontia�iur �n�l, ,.:�n�� :,.,. , c�apu��s irorn ih� �ns�alied liner pip,:. i-ii �nall maric Tn.. ��it�p�,;� v.�ih �i�� date tliat the finer was instafled, the d�te that tl�e cou�on was removed, a��d tl�e upstream and downstream manholes. 'I'he ii�specior shaEl ini#ial the test coupon and pravide it to Ehe testing lab. The caupon sh�ll lae tested Fur t1ex��ral strength, modulus of elasticity �nd thickness. A caliper or other suitable measuring device si�a[I be use�d to test liner thickness. The sa�n�le slzall be tested at three locations, and tlte average thickness mcasured sliall Ue taken as the actual thickness of thc �wed-in-place pi�ae segment. If sample fails tlle t.,st, thP woric is non-confor�ning. Sce paragrapla 3.1 ]. D. Ultrav�olet :�•Ar�c, lirr.r: :ample;: The Gazitraclor shali a.it a=e�tian af lin�r ti��n; the =�me portior c,f liner ta be installed in the ground. Tl�en the Contractor shall insert one section ot' light train in the restraint system above �round and cure the line�• under similar conditio��s as tliose of the liner iiistalled in the graund. E. The contractar shall perform the coupon test locatio�z repairs according to t17e manufacturer's reco�n��7endations far the type liner and curin� n3ethods employed. Tlle procedure prapased sliall be suhi3i itted for review and approval. 3.09 POST-[N5T11LLATION TELEV1SfON iNSPECTIUN A � C. Pertorm a I're-CC"CV and a Post-CCTV fnspection in accordance with 5ection 33 Oi 31. Afl n�anF�ale bench/i�lvert work and annular seal shal] be completed at time of Past-TV, with Post-TV beiiig veritication of con�pletion. The inspectio�t must 6a completed a�id the quality of instalfatian must be acceptal��e to tltie City prior to restoring services. n. If defects or voids exist, the Cont�actar sliall repair or replace that seclion of the pipe at no additional cost to the Owner. Methods of repair sht�l] be proposed by the Contractor anc� siibmitted to the Ow��er for revi�w and appro�al. 3,1p A 3.f1 FINAL, CLEA�VUP Upati completio�z of reilabilitation work, inspectian and testing, clean and restore project area aifected by the �Nark in accordance with Contract �oeun�ents. NON-CONFORMING WURK A. A weighted avcrage of confanning and non-cantorming wo�-k will Ue used fo�� ca�ctilatio��s of payment of non-conforrning worEc between coupons. lftl�e thickness, f7exura! strength oe flexural inndtE[us of elasticiry of the installed C[PP is less than 95°% but greater tha�i 90%0 of the specitied values, tlie wa•k will he paid Far at the tmit price foE• work m�ilti�slied by an adjustment factor, Adjusti�lent Factor -(actu�l thickness/ specified thickness) x(actual flexural strer�gth/ specified flexural strength) x{actual modulus of eEasticity/ specified i�iodulus of elasticily). No te3•r�3 within adjustment factor may exceed 100%. cir� or- roRr woRTH STANDARD CONSTRUCTIOTi SPECIFICAT[ON pOCi;M6AJT REVIS�D DECLMBER 2U, 2U{2 SYCAMORE CREEK ]NTERCEPTOR REHAI3ILITATIdN CITY PRO.IECT NO. - D2200 1.. � � :l►11llu�►C��f 33 31 12 CUIZED IN PI..ACE PIPE {C[�P) Page l S of 1 S , L. , _ �l�v _ " _ -' l.�-..�: -„��- ._ 114.� v �.J-�iin.� . . .. .-iil i : .. . Il.l � i�. .11� Ll:..� , UI �.c.� li., ...:/1 non-confoi�ing work beCween cotrpons. If the thickreess, flexura! strength ar flexural ��udulus of elasticiry of the install�d CIPP is �ess ihan 90% of the speci�ed values, tf�e product is cons�dered noE�-ca��forming and Contractor sl�all provide one of the following: i4,�p??t a�7�4�rO5ci� �7:�rh���l at�repair ar �epla�ement Fn?• revieH nnd :�upro��a} l�y the �•, .� rec�uired to remedy nun-conformir�g �wu;k shaEl be at no adeiitionai cost ta the t�W'��� ;' 2. Submit calculatians si�ned and sealed by an engiitieer licensed in the State of Texa= ---��-�-���-- �" nroduct installed and �erifying it meets the minimun� perForntai3ce requirements. Ifcalculat�o;•- -; ��ceptable t.o Owoer, Ow�ier may c4ecide to accept noii-conforming w�rk. Work required to reii��a- � on-conforming work s�all be at no additional cnst to the OWNER. ;f owner accapts non-eonforining wark, +wark will be paid for at the unit price for work multiplied Uy ��n ad;justment factor. Adjustment Factor =(aetual thickness/ specifed thickness) x(act�iai filexural ,crength/ specified flexut'al strength) x(actual mod��lus of elasticityl specifi�d mod�ilus of efastic�Ty). �Vo term wilhin �djustment faCtor may exceed i00%. �-. ir it i deterinined that the resin utilized did not match the sub�ritted and approved rasin via the Infi•ared SPectruEn Analysis, the product is cpnsidered unacce�table and non-conforming. Submit prooftl�at the £ii� accually utilized mee#s the requirements of the specification or submit a method far replacement of the ��r se,ment linee for review and approval b� the OWNER. Work r�qu�red to remedv non-confiormiii� � . II � .L �1 1�1 �Il � � 1 � � ., ,. ` .. .. ...� ,. ,., �,..,........{ . �- • ... �' �, �; ' 1 1,� �: I ��, ;�� � � _ .;r� o � �� tl �-:,dulus or elasticit-y, as cie�:.ribed in this apecitfcatE4n sec�i�n, ;ubmit � proposcd met�3od of � ep�ir or � E��a�enteitt for rQ�ie�+ �nd approval br�� thp Owne�. Work r�quired to ren�e��y ���n-conformir�� w�rk sl�al] � - ,�� �d 'i*t� .�.�1 " i�� iY Vw R �ND OF S�C'1'ION s I�F1'rl�� T4,R-I-1�rnaTy S TA�lD�I+i� t'f kN�•r�?T ��..i��t rwJ ti i�i�t']l� I('�t ;7(�n E7i 1t,1 twlF.�u t I�FVISI:U 17ECL�1B�i� ZU. �t11; �:yf'AAAr}r,?� �-r���rc i}�I J l�it+ ��=l,Tnr# Fk.�: r?!�ill I I rk Tff �?Re [�IZ'1' I'l;n,!:[ ] N�M. +�3.2U1s A�C71:fVDUM t�o �� Tf��� ����` a'��'��'T�������.Y �.��� ����l� 33 39 21 - l COI�lCRETE POLYMER MANHOLES Page 1 af 5 1 +� 3 4 S 6 7 8 9 10 11 rz 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 SECTION 33 39 �1 CONCRETE P�C,YMER MANHOLES PARTI GENERAL i.�. SCOPE A. This specifieation covers acid resistant polymer manholes intended for use in sanitary sawers, stoiYn sewers and water lines, where corrosion resistance is required. 1.2 PRICE AND PAYMENT PROCEDiJRES A. Measurement and Payment 1. Manhole a. Measurement 1) Meas�arement for this Item shall be per each Concrete Folymer Manhole b. Payment 1) Tl�e work perFor�ned and the materials funlished in accorciance with this Item sha11 be paid for ai the unit price bid per each "Msnl�ole" installeci for: a) Various sizes b) Various types c. The price bid wilI include.: S) Manhole structure camp.lete in plaee 2) Excavation 3} Forms 4) Reinforcing steel (if requireci) 5) Goncrete 6) Bacicfill 7) Foundation 8) Drap pipe 9) Sfiabs 10) Frarne l l } Cover 12} Gracie rings 13) Pipe connections 14) Pavement remova� l5) Hauling 1 b) Disposal of excess material 17) Placement and compaction of backfill 18) Clean-up 2. Extra Depth Manhole a. Measurement 1) Measurement for added d�pth bayand 6 feet will be per v�rtical foot, ineasured to th� nearest 1/10 faot. b. Payment CITY OF F�RT WpRTiI SYCAMORE CRE6K [N"1 E1tC�PTOR REHAI3ILITATION PROJECT Na. - U2200 333921-2 CONCRETE POLYMER Mt1NHOLES Aage 2 nf 5 1 2 3 4 5 6 7 S. 9 10 1] l2 13 14 15 l6 17 1$ 19 20 21 22 23 24 25 26 27 28 29 3Q 31 32 33 34 35 36 37 38 39 40 41 1) Tlie work performed and the materia�s furnished in aceordance with this Item and me�sured as provided under "Measurement" will be paid far at the unit prjc� bid per vertical foot for "Extra Depth Manhole" specified %r: a) Various sizes c. The pxice bid will include: 1) Manhole structure complete in place 2} Excavation 3} Forms 4) Corrosion Resistant Reinforcing steel (if required) 5) Concrete 6) Backfill 7) Foundation 8) Drop pipe 9) Stubs 10} Frame 11) Caver I2) Grade rings 13) Pipe connections 14) Pav�men� rerno�al l5) Hauling l 6) Disposal af excess inaterial 17) Placement and coinpaction af backfill 18) Clsau-up REFERENCES A. ASTM C 478 (ino.st current} Standard Speciiication for Precast Reinforced Conerete Manhale Secti�ns_ B. ASTM C 857 (mas� current) Standard Practice far Minimum Structural Design Loading for Underground Utility Structuxes. C. ASTM D 648 (most current} Test �VIethod far Deflection Temperature of Plastics Under Flexural Load in Edgewise Position. D. ASTM D 6783 (rnost current) Standard Specifcation for Polymer Concrete Fipe. E. ASTM D 2584 (most current) Test Method for Ignition Loss of Curcd Reinforced Resins. F. ASTM C 923 {most current) Standard Specifications fbr Resilient Connectors between Concrete Manholes Structures and Pipe. G. ASTM C 99p �most current) Standar� Specification fnr Joints for Coiicrete Pipe, Ma�iholes and Precast Box Sections using Preformed Flexible Joint 5ealants H. ASTM C 497 {most c�rrent) Test Me�ods for Conct•ete Pipe, ManhoIe Sections, or Tile. I, AASHTO LRFD Bridge Design Specifications SUSMITTALS A. Conform to bid document requirements. B. Submit manufacturer's data and details of following items for appro�al: 1.3 1.4 CITX �F FORT I�ORTF3 SYCANiORE CREEK INTERC�PTOR�HAi�IL]'I',4TIOI�I PRO.IECT NO. - Q22Q0 33 39 21 - 3 CONCRETE POLYMER Mx1NIiOLES Page 3 of 5 1 2 3 4 5 5 7 8 9 Sl�op drawings of manl�ole sections, base u��its and construction details, jointing methads, maierials and dimensians Suinmary of criteria useci in manhole design including, as minimum, material properties, loadings, load combinations, and dimensions assumed. Include certification frnrn manufacturer that acid resistant polymer man3�dle design meets or exceeds the load and strength requirements of A�TM C 478 and ASTM C 857 Frames, grates, rings and covers Materials to be used i�� fabrioating drop counections 5. Materials #o be used for pipe connections at manhole walls 10 6. Materials to be used far stubs and st��b p1Ugs, if required � 1 7. Proaf of independent Chemieal Resistance testing conducted in accordance with the 12 Standard Spec.ificatio�is for Pu.blia Works Construction (California Greenbook) Section 13 211-2 or equal. 14 G Submitted sealed drawings by a registered Pro%ssional Engineer 15 16 PART � PROD�TCTS 17 �.1 ACID RESLSTANT POLYMER MANHOLES l8 19 20 21 22 23 2�k 2S 26 27 28 29 30 31 32 � 3. 4. A. Prpvide acid resistant palymer manhole sections, base sections and related components � conforming to ASTM C 478. ASTM C 478 material and manufacturing is allowed campositionai and dimensional differences required by a golym�r product. B. Peovide base riser section with integraI �Ioors, unless �hown othervvise, C. Provide riser seetions joined with bell and spigat / ship-lap design seamed with butyl mastic (ASTM C 990) so that on assembIy, manhole 6ase, riser and top section make a eontinuous and unifarm manhole. D. Construcf riser sections for polymer manholes from standard poSymer manhole sect'tons of the dia�neter indicated on drawings. E. iJse various lengths of manhole sections in co�r►bination to provide correct height witla the fewes# joints. F. Design wall sections fnr depth at�d loading conditions witl� wall thickness as required hy po�ymar manufacturer, G. Pro�ide taps to support HL-93 vehicle loading and receiving cast iron frame cavers, as indicated on drawings. 33 H. Where polymer transition slabs are requireci pro�ide precast base sections with flat poIymer 34 slab top sections used to transition to 48-inch diameter rnanhale access riser sections. 3S Transition can be concentric or eccentric as shawn an drawings. Locate transition to provide 36 minimum of 7-foot head clearar�ce from base to underside of traiisition unl�ss otherwise 37 approved by engineer. 38 2.2 DESIGN CRITER�A: 39 A. Manhole risers, iransitinn s1ab5, eonical tops, grade rings and manhole base sections sha�l be 40 designed, by manufacturer, to meet the intent of ASTM C 478 with allowable cotnpositional 41 and sizing differences required by a polyrrter product. 42 l. AASHTO LRFD HL-93 design 1i�ve loading applied to manhole cover and transifiion and 43 base slabs. 44 45 2. Polymer manholes will be desig�ied-based upon live and dead load criteria �n ASTM C &S7. C1TY DF FORT WORTH SYI:AMORE (41Z��;K INTERCEPTOR REHABILITATIOI� PRQJEC`T' NO. - 022D0 333921-a CONCRETI.1'OLYNIECi IvL9NHOLES Page 4 af 5 2. 4 2 �.3 DE5IGN: 6 B. Manhole risers, transition slabs, conical taps, grade rings aild manhnle bas� sections shall be 7 designed, by manufacture, to requirements of ASTM C�78 and A�TM C 857 as modified to 8 accept poiymer construction in lieu af concrete as follaws: 9 1. Polymer Mixture - the mixture shall consist solsly of tliermosstting resin sand and 10 aggregate. No cementiiinus materials shall be allowed as part of the mix design matrix, 11 All sand and aggregate shall be nonreactive in an acid enviro�uneiit. 12 I3 I4 15 16 17 18 19 zo 2l 22 23 24 25 26 27 28 29 30 31 4. 3. Unit soil �eigl�t of 120 pcf lacated above portions of manhale, including base slab prajections. 4. Internal liquid pressure based on unit weight of 63 pcf. 5. Dead [oad of manhole sections fully supported hy transition and base slabs. Required wall thickness for all members will be that stated by paIymer manhole manufacturer based upon loading canditians and material properties. The wall thickness of risers and conical tops shall be ilot less tlaan that pr�sceibed by tlie manu�'acturer's elesign by rnore then 5°10, A wall greater than the prescribed design shall not be cause for rej ection. Therenosetting Resin - The resin shall have a minimum of deflectioii ternperature af 158° F when tested at 264 psi (] .820 mPa) fallawing Test Method D 648. The resin content shall not be less tha�ti 7% of the weight of the sample as determined by test method D 25$4. Resin selactinn shall be suitable for applications in the corrosive conditions to which the structures will 6e exposed. Ea�h manhole component shall be free of all defects, including indentation�, cracks, fareign inclusions and resin starved areas that, due to theit nat�re and degree or extent, detrimentally affect the strength and serviceabiiity af the coznponent part. The internal diameter of manhole components shaIl not vary mare tiian 1%. Variations in l�eight of two opposite sides of risers and caisical tops shall nat be mare the 5/8 inch. The under run in �eigh# of a riser ar conical top slsall not �e more than 1/4in./ft of height witls a maximum of'/� inch in any one sec#ion. S. Marketing and Ideirtification -�aeh manhole sl�all be m.arked ois the i�sid� and outside with the follawing information - Manufacturer's name nr trademarlc, Manufacturer's loeation and Productian Date. 32 6. Manhale joints shall be assembled with a bell/spigot or shiplap butyl mastic joint so that 33 on assemhly, inanhale base, z•iser and top sectio�i make a continuous and uniform 34 manhole. Joint sealing surfaces shall be free of deuts, gouges and other surfaca 35 irregularities that wauld affect joint integrity. 36 7. Minimum clear distance between �vo wall penetrations shali be a minimum of 6" on 4$" 37 to 72" diameter rnanito�es and a rniniinum af $" on larger diameter manholes. A 38 clearance of 3" is required between wa�l penet,raiion a�id joint. 39 40 41 42 43 44 45 8. Construct invert channels to pravide smooth flow transition waterway with no disrt�ption of flaw at pipe-manhale connections. Invert slope through manhole is as indicated on drawings. Provide curves for side ijilets and smooth invert f ll�ts for flow traiisitiou between pip� inverts. Polymer bencli and channel are to be coi�stiueted with a11 resin aggregate material — no altarnati�a �11 material is allowed. Extended base footer requirements for buoya�icy eoncerns can be addressed with cemen#itious cancrete material. CTTY OF FQRT WORTH 5YCF111�IORE CREEK [N`1'BI2CEPTQC2 REHABILITATION PR�]�CT NO. - p22Q0 33 39 21 - S CQNC{tE`P� POLY3viER ivIF1NF�OLES Page 5 of 5 1 9. Provide resilient cai3neetors canforming to rec�uirements of ASTM C 923 or as a required 2 by owner. Ali connectars are ta be water tight. Instali appro�ed resilient eoniieetars at 3 �ach pipe entering a��d exiting manholes in accardance with manufacturer's instructions. �4 10. Exceptioiis to ASTM C 478- com�onents shall be designed for the intended combinatioi�s 5 of manufacturing materials. Component designs may be as non-rein%rced members or 6 reinforced meinbers as recommended by the manufacturer. Steei reinforcement is not 7 required fnr circumferential reinforcement, joint reinfarcement, 6ase slab reinforeement 8 or l�oop reinforce�nent, but may be plaeed fot tise ptiirpose oiproduet handling. 9 2.4 QUALITY CONTROL IO A. Facility Qualzty Cantrol should. he ma'rntained by adhearing to ISO 9001 for �na�iufacturnuig. 11 All fabricators wili be ISO 9001Certi�ied. All fabrication will take place in an all polymer 12 concrete fabrication facility. At no time will the polymer concrete fabrication facility share 13 the faciiity with a cetnentitious precast product production facility. 14 �.5 GROUTING 15 A. All cnaterials needed for grauting and patchi�lg will be a polyester inortar compound provided �6 by ti�e mauufacturer or an approved equal by the manufaciure. 17 18 19 20 END DF SECTIDN CITY OF FORT WORTH SYCAMORE CREEK II�lTERCEFTOR REHABILITA'FION PROJECT N0. - D2200 '�#J� �A�� 11�T�F�T��i����'� �L��Y' e'�L���+C 33 39 22 - 1 AOLYMER COI�€CRETE UTILITY STRiJC'I"URE3 Page 1 of4 SECTION 33 39 22 POLYMER CQNCRETE UT'ILITY STRUCTURES PA�Y 1 — G�N�RAL 7 .'i S U14�Y [VYA�Y A. This specification shall go�ern for the furnishing of all work necessary for installation of reinforc�d polymer concrete structures to be constructed. q.2 ����R�P�C�S A. ASTM D 6783 Standard specification #or polymer cor�crete pipe B. ASTM C 89Q Standard practice for minimum structural design laading precast water and wastewater structures C. ASTM C 99D Standard specification for join#s for concrete pipe and manholes using flexibie joint sealant D. ASTM C 923 Standard specificatian far resili�nt connectors foetween reinforced concrete manholes structures, pipes, and laierals E. ASTM C 33 5tandard specification for concrete aggregates F. ASTM C 497 Standard test methtods for concrete pi}�e, manhole seetions, or tile 1.3 �U�IIflIii�LS A. Submittals si�all be made in accvrdance with Section 01 33 00. Submittaf shall I�e made at least 30 days prior to constructing structure. B. Submit shop drawings for each structure. Drauvings shall include structure number, lacation, rim and invert elevatians, dimensions, non-corrosive reinforcing details, joint details, and component parts. C. Submit calculations signed by a Professional Engirieer demonstrating #he s#ructure meets the ciesign criteria es#ablished in Section 33 39 22. D. Submit Manufacturer's certification for rrtanhoie steps (if applicable). E. Submit Manufacturer's certification for each type of cast Eron frame, grate, and cover. 1,4 TQLE4�ANC�S A. De�arture from and return #o t�ue vertical from the established str�cture alignment shall r�ot exceed'/z inch per 10 feet, up to 2 Inches for the total structure depth. CITY OF I'ORT WORTH SYCAMORE C12CEK 1NTERCEPTOR itEHABILl7'AT10A! CITY PROJ�CT NO. - D2200 33�h2z-� FOLYMER CdNCRETE UTILITY STRUCT'U12�S Page 2 of 4 �AR� � — �RODUCiS �.1 hlY�►il��lA�S (per� AS��i � ���3) A. Resin: The manufacturer shalf use only pa[yester ar �iny1 ester resin systems designed for �se wit� #his parkicular applicatian. Resin content shall i�e a minimum of 7% by weight. B. Filler: All aggregafe, sand and quartz powder shall meef the requirements of ASTM C 33, where applicable. C. Additives: Resin additives, such as curing ag�nts, pigments, dyes, fillers and thixotropic agents, when used, shall not be c�etrirr�ental to the structure. D. Elastomeric Gaskets: Gaskets, if used, sl�all be suitable for the service intended. All gaskets shall meet the requirement of ASTM C 443. Jaint sealant, if used, shall meet the requirements of ASTM C 99D. �.� 19d��,�dIJ�ACiU�1NC �ND P�ODUCT C�P�Si�ilJC�IOiV A. Structures: Components shall be manufactured by the vibratory �erEical casting process resulting in a d�ns�, non-parous, corrosion-resistant, homogeneous, composite structure. Structures shall be reinforced per manufacturer. Structures shall ha�e monolithic base slabs. Cast in lifting devices shall not fully penetrate the wall ar require seaEing. B. Jaints: Round manhole companents shall be connected with an elastomenc sealing gasket as the sole means tv maintain joint water-tightness and both the gasket material and the manhole joint shall meet the requirements of ASTM C443. Round manholes shall utilize spigot and bell type joints incorporating either a confined o-ring or single step profle joint. Square and rectangular structures shall utilize a ship-lap joint and be sealed with a butyi rope sealant per ASTM C990 as recommended by the structure manufacturer. C. Pipe ta Manhole Connections: Pipes sh�ll be directly cannected to alf structures using resili�nt flexible pi�e to manhole connector per ASTM C923 or casting �n pipe couplers during ihe initial �our. Cold joint pipe stub grouting shail not be allowed unl�ss shown on plans as such. In cases where cold joint pipe stu�s are shawn, they shall be grouted using a corrosion resistant grout and rub�er wa#er stop grout ring. D. �ittings: Cones, reducer slabs, and base slabs shall be of the same material as adjaining riser sections. E. Invert Channels: lnvar# channels shall be factory pracast with pofymer concrete. F. A�ceptable manufacturer: Manufacturer of manholes shall employ manufacturing methods and material formulation in use for a minimum af 5 years. Manufacturer shall have been actively producing polymer concrete structures for a minimum of l years with no more than one year between projects. References demonstrating this requirement shall b� submitted for review. CITY QF F�RT WORTH SYCAMpRE Cf2��K INTERCEPTQR R�HABILiTATIQN C1TY PRDIECT N0. - R22ll0 33 39 22 - 3 PC)LYM�R CONCRE`I� UTII.ITY STRUCTURES Page 3 of 4 2.3 i'�IAiV�I�'I�C�l1R�R A. Polymer conc�ete structures shall be manufactured by U.S. Composite Pipe, Inc., a division of Thompson Pipe Group, ar Armorock. �.� ��51CfV A. Sfructures shall be designed to withstand all li�e loads and dead loads as descrifaed in project plans and specifications. Dead loads shall include overburden load, soil side pressure and hydrostatic laading conditions. Str�ctural design calculations shall use the non-corrosive steel reinforcement as the sole means of carrying t�e tensile loading and the polymer concrete shall only be used for the campression loading. Structure shap drawings and calcu[ations shall �e sealed by a licen�ed Prafessional Engineer. B. Structure wall thickness shal! be designed to resist hydrostatic pressures for full depth conditions from grade to invark. C. Structur�s shall be designed with sufficient boitom anchorage and side friction to resist buoyancy. Field cast floatation callars are acceptable. D. The structure shall be manufactured in ane class of load rating. This class shall be H-20 wheel load (minimum 16,000 pounds dynamic wheel load). a.� ��s�°in�� A Junction Stru t��res: SYru :tui z� �� �a11 be manufac��:red in accor��nre ,�i ti spe�if catian�• B. Preparation: 1. Perform 4�ak��� t� �ts �ric�r io tr��iaiung equ2�m�ni -�r i�--�teri�i� w,tni:� tn� utility structure, if dry str�cture is the installation 2. Pertorm leakage tests priar to plaei�g �ackfill. 3. Provide t�mporary plu�s and biacking for th� p��t-� �«Y��4��� a..:' �--�t,,.,� the str�Ltur� C. Application: �. Determ�t�f_ ii _ eva�aor�iion alluw�n�p T�,� ios� af wate• a. Use a standard circular pan procedure estabfished by the U.:. Weather Bureau to measure evaparati.on rate. b. Calculate evapnration aflowar�ce by multi�lying the evaparation rate '�r� gallo�s per 24 hour� per square foot af surtace by the open ��, rae,_ area of the water in the basin. 2. Caleulate the allo�n►abie leakage for the basin, Allowable I� tl, ��, :. calc�lated as 0.03 galfons per s�uare foot of concrete a.rea in cantact w�Tn #he water per 24 haurs. 3. Fill the structure to the overflow leve� wfth water at a rate not to exaeed 2' �er ho�r. 4. Allow the basins to �et for three (3} days. 5. Observe the perimeter of the basin and i�er�tify alf leaks. 6, R�pair b�sin wa4is and floor� where leaks have been identified. 7. Mark the water lev�l at the basin wall. Measure the fal! in wa#er leue! vver a 24�hour period to the nearest 116" at least twice a day to c�etermi�e the quan#ity af water lost. Pravide a stillir�g well for meas�aremer�t if required to allow a.ccurate measuremenf. CITY OP PORT WDATH SYCAMOR� CRE�T{ iNTERCEPTOR REIiABILITATIOT�i CITY PRQJECT NO. - �2200 333922-4 POLYM�R CONCRCT� Ui'ILITY 5T[�UCTURES Page 4 af 4 8. Calculate the amount of water lost during this time period. 9. Campare the amount af water [ost to the al�owable loss. D. Field Quality Controt: 1. In the event that the basin� fa+i tn pas, th� t�si. rlrain the b�sin. repan the leaks, re-fill, ar�d re-test the b�sin. 2. F��pe�t tests ur�ii[ the basin passes #re iesi. �. T�e �wner m�y repeat tf�e ts�t at any time durti�g t�e one (i p�ea: warranty p�riod. E. Joints: Joints shaal meet the requirements of ASTM C 990. F. Compressi�e strength: Polymer concrete shall have a minimum unconfined compressive sirength of 9,000 psi when measured in accordance with ASTM C 49i. �.6 CU�iO�N�R IR�SP�CiIOR! A. The Owner or other designated representative sf�all be entitfed to inspect manholes and witness the manufacturing process. 2.q bRR1DLIR�C AWD SH1PP1{�!G A. Handling and shipping shall be perFormed in accordance with the Manufacturer's instructions. P�Ri 3 -- EXECU710N 3.'i IP�SiAL�+iIOId A. fnstallation: The installation of manhales shall be in accordance with the project plans and speci�cations and the manufacturer's recommended practices. B. Handling: Praperly raied slings and spreader bar shaN be used for lifting. The type of rigging used shall be per fhe manufacturer's recommendation. C. Jointing: 1. Sealing surfaces and jaint components shall be �nspected far damage and cleaned of all debr�s. 2. Place gaskets or sealant at proper location an joint. 3. Use sui#able equipment to handle and set structure. A�. Placement and compaction of surrounding backfill material shall be applied so as to pravide su�cient and equal side pressure on the structure. D. Field Tests: A. Infil#ration 1�xfiltration Test: Maximum allowable leakage shall be per local specificafion r�quirements. �i�9 O� S�CiION CITY OF FORT WORTH SYCAI�IORE CREEK INTERC6PTOR REHABTLITATION CITY YR01�CT NO, - 0220p 33 39 60 - I L[NERS FOR SANI`I'ARY S�W�R STRUCTURES C'agc I af 12 � sEc�oN �� 39 6a LINERS �OR SAMTARI' SEWER STRUCTURES 3 PART 1 - GENERAT, 4 1.1 SUMIVIARY 5 A_ Section lncludes: 6 7 8 9 ro 11 12 13 14 15 � 3 Application of a high-build epoxy coating system (or modified polymer Gner systern, i.e. SpectraShield} to concrete utility structures sueh as manhnle�, lift station wet wells, jur�ction baxes or other concrete faciYities that F'nay need protection from corrosive materials. This covers rehabilitation of existing sanfiary sewer structu�'es and new ]y installed sanitary sewer structures. �'or sanitary sewer mains 8-inch diameter and 3arger, use of a s.tructEarai liner system, Warren Envuronmental Syste�n 301, ARC S I HB by A, W. Chesterton Coit�pa�y, is acceptable. Far sanitary sewer mains S-inch dia�neter and smailer, and less tlnan 6-feet in depth, use of a liner syste�n, 5pectraShield, is acceptable. 16 B. Deviat�ons frojn this City oi�ort Worth 5tandard S�ecification 17 1. None. 18 C. Related Speci�cation Sections include but :�r.e i�»1 �tie�:es�srik�� li�ti�!a?N�� it�; i9 ]. Di.vis:ion 0—Bidding Requireinents, Contract F�rins, a�a Canditic�ns of'ihe 20 Contract 21 2. Division i—Generai Requirecnents 22 3. Section 33 O1 30 — Sewer and l�lanhole Testing 23 1.� PRICE AND PAYMENT PROCEDUR�S 2�l 25 26 �� �s� �4 �� xi 3? �_i ;4 35 �5 37 38 39 A. Measureinent and Paymenfi Manholes a. Measurement �� ?:�P?s��retnenf for fhis 1#em shall be �aer tifertiea� tt��r nt' c�+atin� �s m�::•,,r�� ttom �-Mnei1�� below 1�he F�rr?tum �h'lh� i°emar+abie co�er {a•�ot !�ra�t��} to tY!� t+��n u+ ;re ber�c•-i�_ �ic inrYe�r1'pc I�n►,�g nf alI ex�nsed conerete, �t�:p iiPi1CJ1 2rti� $ri�s:r�. II}t'll 4�I1� �]Sfi {!� I�{�w �nnt�i�I t�l'�rfCeti (I.�. l���p�ra�'}' �1u�s, �:�n� ��a��), �tcr ��mu�nraril,y �iuck f�aw. �iowever, xk :: ]�Qt resort andwith prior VS'1"!�E'1_�1,��;��rnva4 �fr�.;::1 �'x1�1-�rTi�ia�.�{)�CPi1f1#1!?!:. i� k�h� Ylnu�Cswnnr,yt� � �h�acke�� rpm�r�,rily, l�h�n �he linin� �wo�t.�;.t.,�l.�wjnrhe� D�!'�1.�11 �1�� ���e �f thc water in rhe pi�. This item �overs tha total vertical footag� for th� s�ecYfie bid item5 t�f �.'8rin��c manhnle �i7es (,i.e. 4 faot dia�neter_ 5 foot �ai�,,,�-l��r. S�aecifie 1��3anh��lr D����ns Fnr 4�nN� 4a:��r I�xn 31.-N^eE�:. e+�•,� ars:� r,�ec�fie 1;;; PS (Stant�r�rd ��3�-�nhk�l�. 1�::�� Manl�ole. Ty�pe "�'' Nlanhnle, �:?�a±lo�t� �1��I,.�!r, inylu�in� additic�nal J�:pt�i bzy�nd 6 fot�t), '�_ �ayyne�li ('l��Y i 1G i��tHT� �"It1�2f II Sl`[.'r�h:;?!?!-_l.'Ftb:�►: IN�fL�Rf=E�f�!�rk [�I sl;�i�ll I�I-1]][5h S'1 •;N!3,�kL1��[nt�ti�'F�uC'1 i[)ri til'�C�F]{•�y�� onr� �icx'ii;���N�l�ti l'1�1 �� PR►S�Fc.-,� h,'[]. . r��z�», Rev�scd rlprit 29, �U2i A�U�NDUM NO � 33 39 GO -2 L[TSER5 FUR SAI�l1T�1RY SEW ER STRUL7' URES P �ge 2 af 12 2 3 4 S la ll 12 I3 i �+ IS 16 ]7 18 19 2Q 21 22 23 24 25 26 27 2$ 29 30 3l 32 33 34 3S 36 37 38 39 40 �I �42 43 1} The vwork perfor�ned, and materia.ls furnished in accordance with this Item and measured as provided under "Measurement" w ill be paid for afi the unit price bid per vertical foot of ``Manhole Liner" applied. c. The price bid shall include: l ) Removal of roots 2) Reino�al af existing coatings 3} Eliminating any leaks 4} Raix�oval of steps S) Repairlseal connection of the existing Frarne to chimney 6) Repairs of any cracks in the existing structure chunney, corbel (cone}, wall, benc�, inc luding any replacement af da�naged rebar, pipe 7) Surface cleaning $) �'urnishin�:���t� uf�;talliii� 1.��•s:r a� speci��ied b;r the Drawings �}} Haulin� l Oj Disposal o�' exces.s material 11) Site Clean-up I�) Manhole and Ittvert (:leanin� l3) Testin� 14) Re-Testing 2. Non-Manhale Stru�tures a, Measurement I} Measurement for this ltem s�all be pe�� square foot of area vv here the coatin� is app�ied. b. Payme��t 1) The v�ark performed, and inaterials furnished in accordance with this Iiern and measured as pr�o�ided under "Measurement" shall be paid for at the unit price bid per square foot of "Structure Liner" applied. c. The price bid shall include: 1) Remo�al of roots 2} Removal of existing coatings 3) Eliminating any leaks 4) Removal of steps 5) Repairlseal connection of the ex.isting fram� �c+ ��himney 6) Repairs of any cracics in the existing structurc chimney, corbe] (cone), wall, b�nch, incluc�ing any replaceinent of dama�ed rebar, pipe 7) Surface cleaning 8) Furnishing and installing Liner as specified b� the Drawings 9) Hau ling 10} Disposal af excess matarial I1} Site Clean-up 12) Manhale and Invert Cleaning 13} Testing 14) Re-Testing 44 1.3 REFERINC ES 4S A. Reference Standards �b 1. Reference standards cited E�i this Specification refer to the current reference 47 standard published atthe time of the laiest revision date logged at the ei�d of this 48 �peci�cation, unless a date is spec�ficaliy cited. C!Tti ()f' 9'uRT WORTH SYCAMOItC GI�E�K [NT�RCEPTOR RE13A[31LITATION ';�l��ri1�A[tD CONSTItUCT[ON 3PLC1P3C11TfON bCJCiJIw1�NT5 CITY PROJECT%10. -�7200 ltavised A�ril 29,202[ ADDENbUM NQ 1 33 39 60 - 3 LI�iERS �OR SANITARY BCWER STRfJCTURES Page 3 of 12 7 S 9 10 11 12 13 14 1S 16 17 18 19 Za 21 22 23 24 25 26 27 28 29 30 3] 2. ASTM ]nternational (ASTM): a. D543, Standard Fractices far E�aluating the Resistance of Plastics ta Chemical Reagents. b. Db38, Standard Test Method for Tensile Properties of Plastics. c. ❑695, Standard Test Met�od for Compressive 1'roperties of Rigid Plastics. d. D790, Standard Test Methods for Flexural Properties af UnrEin�orced and Reinfnrced Plastics and Eiectrical Insulating Materials. e. D4060, Standard Test Method for Abrasion Resistance of Organic Coatings by the Taber Ab.raser. f. D4414, Standard Practice far Measurement af Wet Fihn Thickness by Notch Gages. g. D7234, Stand Test Method for Pall-Off Adhesion strength of Coatings on Concrete Using Portable Pull-Off Adhesion Testers. 3. Env�ronmenta! Protection Agency {EPA}. 4. NACE Internation�l (NACE). Published standards from the National Association of C:orrosion �ngineers 5. Occupa.fional Safety and Hcalth Adminisfration (O�HA). Emplo� a french safety system in accordance with Section G. Resource Caiiservation and Recovery Act, (RCRA). 7. The Society far Protective Coatings/NACE International (SSPC/NACEj: a. SP 13fNACE No. 6, Surface Preparation of Concrete. This includ�s monitoring for hydrogen sulfide, methane, nr low oxygen. Also i�cludes flow cnntrol equipment. Surface preparation equipment may include high pressure r�vater cleaning (35[}� psi) and shall �e suited to provide a surface compatible for installation of the liner system. Surface preparation sball produc� a cican, abraded, and sound surface,with no evidence of Iaose concrete,loose brick, laose mor�ar, oil, grease, �rust, scale, other cnntaminants or debris, and shall displa� a suriace profile suita�le for application of the Einer system. b. SPQ188, Discontinuity (HoJiday) Testing of New P'rotecti�e Coatings on Conductive Substrates 32 1.4 ADNIInTISTRATIVE REQiIIREM�:NTS [NOT USED] 33 34 35 1.� SiTBMITTALS A. Submittals shall be in aecordance with Section d1 33 00. B. All submittals shaA be approved by the Cit�+ prior to delivery. 36 l.b ACTIQN SUBN�ITTAI,SIINFORMATI�NAL SUBNIITTA.LS 37 38. 39 4a 4] A. Product Data 1. `I'echnical data sheet on each product used 2. Material Safety Data Sheet (MSDS) for eaeh product used 3. Copies af ind.ependent testing performed on t�e eoating product indicating the }�roduct �neets the requirements as specified herein 42 4. TechnicaI data sheet and project spec ific data for repair �naterials ko be topcoated 43 with the coatit�g product including application, cure time and surface preparation 44 procedares CITY OF FO�T WCIRTH SYC:SMORE CREEK WTERCEPTOR REIiABiLITATION S'TA3VDARD CDt�S7RUCFIO1rf SNGCif ECATION QOCUMF.NTS C]TY PROJECT NO. - 02200 Revised April 29, 2Q21 ADDENDUM 1d0. l 33 3960 -4 L1NEA5 FOR 5ANITARY SEW ER STRUCTURES Page 4 oP 12 4 5 0 y tii }1 i2 lz ;a t� 1h 17 [8 l9 20 21 22 23 24 25 26 27 �8 29 30 �. Material and method for repair of leaks or cracks in the struciure. Tt�is a�plies to reprair work on both existing structures, �nanholes and new installed manholes �including Developer projects) that ha�e �en identified with crac�s, vnids, signs of in�ltration, other structural defects ar ather related construetion damage. B. Contractar Data l, Current documentation frorn coating prod�aet �nanufactur�r certiFying Contracior's trainir�g (andlor Gcensed) as an approved installer and equipment complies with the (�uality Assuxance requirements specified hereii� 2, 5 recent raferences of Contractor indicating successful application of coating product(s) afthe saine materialtype as specified herein, applied by s}�ray appIication withirt the municipal wastewater environ�nenf. References shalj include at least the following: owner natne, City inspector nacne ancf phone n.umb�r, project na��e/number, size and linear footage ofsanitary sewer rr�ain, manhola diatneter, structure ditnensions and number of each, square feet {or vertical feet) of product nistalled, contract cos� and contract duration. Contractor must dexr�onsirate a suceessful history af installin� t4�e product in structures af similar s�ze and scope and update this each time the contractor applies for and renaws its Prequaiification for the Water Department. 3. For Develog� r Prajects — at the time of Contractor selection, the Prequali�cation Si�tement, Section OQ 4� 1� shall be submitted to the City, clearly indicating fhe eontraetar preqnalified far installation of strnc#ure/manho�e liner. No otb�er bid subnaitfals sha0 be accepted that include lining contractars whose p�•equali�ication term has cxpired or is not an the acfive contractor list at the time of Con�ractar selection. If the submitted forms for this project not acceptable, the City will refer to the current active cantractor prequalification list, and the Contractor shall select the appropriate manhole [ining subcontractor based on Elae project sco� of wark. The Cotttractnr shall fhen provide the revised I'requaii�cation Statement Section q0 4S 12 for review and acceptance. 3] 4. This S�ci�catio.n (along with the CCTV Specification} and the associated 32 submittals includi�ag the work pian, QA/QC, tesiing, closeout. documents, etc. 33 shall Cr� discussed as parf of thePre-Construction A�enda for each project 34 (Developer pro;jects included). 35 5. For any project, Developer projects includ�d - If the Con#ractor proeeeds v�ifh 3f applicafion of an unapproved lining product andlor using an nnquali�ed 37 suk�ontractar for 1'rning, the Cit.y shall recommend either repair and/or 38 remav�l of any defecti�e lining material and have the Contractorselectan 39 approved sub�ontractar that can ap�l� #he approved lining materials, 'il�is �{l work shall b� at no additional cost to fhe Cifiy. ��E4 'yr�� �`iy12T Wt)�y i I! tiVc ,atil�;y�i� r1�a��J� INI'ERC�P"I�RRG[-1AE31L1'fA1'[ON � I!! N!?r3 �21�1 [�r it,�.rrr, q i��� a� tn� .� t� a�('ii• 1<'.4�".�;a 1�: I�f ]C' � in,sF?;�� r5 C]T1' PROJECT TVO. - 0220D Hi.•vfi'�I .Aj�rel ?y- 2��;' I Ab17ENC]UM ]VC}. 1 33 39 60 - 5 LIH�RS ��UR SANITAI2Y S�W ER STRtJC7'URES Page 5 of l2 1 6. Schednle and �equence of Cons#�vction— Considering this is a s�cialized 2 insta�lation �rformed by only certified applicators, the schedule for fhi� work 3 has a lead fime that shall � included in the Contractor's schedu�e. If the 4 Contractor does not provide �rvritten notification ancllor fails to schedule the 5 subcantractor in advance, fhe City shall not k� resp�usible for any additioaal 6 cas.ts and/or delays caused by the Coatractor. Go�ntractar shall provide the 7 updated construction schedule and work plan (including manhole preparation, 8 wepairs, �ining, testing, etc.} in accordance with Section Oi 3� 16 at least 1 week 9 prior ta start of lining activifies to the City Insp�ctor, City Project Manager, 10 Water ISeld �p�rations, and Water Capital Projects. Equiprnent sha0 �¢ an- 11 site �nd i�n working order for the testing. Ifthe Contractor is unable to have 12 equipmenf x•eady far testing, the test date shakl be rescheduled aceord�ingly l3 with t'he Ins�ctor. The updated construction schedulesl�allclearlyindicate 14 aIl related constrnction activities at the manholes b�fore a�d after lining All 15 paving activities, inclutiing any �nal grade adjustments for manholes outside 16 pavement, shall I� completed before Contractor begins lining work. Aftew l7 liner insY�lla#ian, Coutractor s�all wait a minimum of 4$ hours to allowthe 18 liner material ta fully cure b�forc returni�� the system to normal se�-vice. 19 CCTV �r Sectian 33 0131 sha�l � scheduled after the lining has been 20 completed to docurnent and confirm the manholes have �en Iined. 2l 22 23 24 25 26 27 2$ 29 30 3l 32 33 1.'� CLOSEQUT SiIBMITTALS A. Testing Docu�nentation ]. Provide test results requued in Saction 2.4 and Section 3.7 to City. a. In�lude the follawing inanhoIe or structure location information: 1) �isting sanitary sewer m.ainllateral num�r. For Devclpp�r Pro�ects, provide prngased sanitaey sewer line number as designated on the plans and pravide the existing sanitary sewer rnainllateral numk�2 r at connection to the e�s.ting rnanhole (if appl'rcable}. 2} Station nurnber 3} GIS ID numb�r (�f provided during canstr�ction}. b. Insp�ction re�nr# of eaeh manholelstructure tested (See attached sam��e repnrts io l� used for Wet Film '1liickness, Manhole Holiday/Spark Detection, and Manhole Ac�hesion Test). 34 1.8 MAINTINANCE MATERIAL SUBNIITTALS [NOT USED] 35 1.9 QIIALITY ASSURANCE 36 37 3$ 39 40 4l �42 43 A. Qualifications I. Contractor a. Be trained by, or have training approved and certi�ed by, the coating product manufacturer for the handling, mixing, appkication and inspection of the coating product(s) to be used as specified herein b, [nitiate an� enforce quality control procedures consistent with the coating product(s) mar�uiacturertecommendations and appIicable NAC� or SSPC standards as referenced herein 44 1.�0 DEC,IVERY, STORAGE, AND IIAI�TDLING 45 A. Keep inaterials dry, �rotected froi�n weather a�d stored �nder cover. CTTY OF rORT WORTH >1'C'i�M()R� �'R�FK INTFRC'F;PT(1R RFI�fARII,fTATt(1N STAN�ARD CONSTRUCI'ION SPECIi�E{�;��I�frti'."' 150�:'1 ��ti�1�=M�� r,'I�I Y i�:.E)J�.�� I�!t) - tiF�[)[7 Revised Apri[ 29, 2q21 ;irir)r�si�UM �«i I 33 39b0 -6 L[N�RS FUR SANITARY SL'- W CR S'I'RUC`['URCS Pa�e 6 of 12 B, Store coating �naterials between 50 degrees F and 9Q degrees F. 2 3 4 5 6 7 C. Do not store near flame, heat or strang oxidants. D. Handle coating materials according to theit material safety data sheets. L11 FIELD [SITE� CONDIT[ONS A. Pro�ide confined space entry_ f[ow di�ersian and/or bypass plans as necessary to perfarm the specified wark. Active f�ov;rs sl�all be diverted with flow through plugs as required to ensure that flow is rnaintained off the surfaces tn be lin�d: S 1.1� WARRAN'�' � A. Chntra�#�1�'�L`ai'�'�xnf�� V�? i. Contrawtcr's �'xt-Qart�� s�ha11 be ir� ;;u��ordance v��ith Divisic�n �, E I PAR"!' -z - PRODIIC� 12 1� 14 l5 ]6 17 18 19 20 21 22 23 24 25 26 27 28 2i 30 3I 32 33 34 35 36 37 38 39 40 2.1 O'WNER-Fi]RNISHD) [oR� �JWNER-SUPPLIID PR�DUCT"S [NOT USID] 2.2 EQUIPMFNT, PRODUCT TYPES, MATERIALS A. Repair and Resurfacing Praducts I, Compafible w ith the specified caating product(s) in arder to bond et'fectively, thus form�ing a composite systerr� 2. Used and appGed in acc�ardance with the manufacturer's recorrunendatians 3. Ti�e repair and resurfacing products mustmeet the fallowing: a. 100 percent salids, solvent-fcee epoxy grout speci�cally farmulated for epoxy topcoa�ing compatibilit� b. Factary blended, rapid setting, high ear[y strength, fiber reinforeed, non-shrink repair n�ortar that can be toweled or pneumatically spray applied and specifically �orinu�ated ta be suita6�e far topcoatit�g �+v ith the specified coating praductused B. Coating Product ]. Capa6le af being instailed and curing p.roperly within a manhole or concrete utifity� environrnent 2. R�sistant to all fnrms of chetnieal or bacteriological attacic found in municipal sanitary sewer systems; and, capable of adhering to typical �1�anhole structure substrates 3.. Tk�e 100 percent solids, solvent-free ultra high-build epoxy syste�n shall exhibit the following characteristics: a. Application Te�rtperature— 50 degrees �', minimum b. Thickness — l25 mils miniinum for newly installed structures; 25Q mils miniinum far rehabilitation of existing struciur�s (Warren En�ironmental Syste�n 3�1, ARC S 1 HB by A. W, Chestertan Campany) e. Color — White. Light Blue, or Beige d. Cd�npressi�e Strength (per ASTM D695) — 8,80.0 psi inin�r!a��m e. Tensile Strength (per ASTIYI D638} — 7.500 nc; !�?iM;?r!�nw f. I-�ardness, Shor� D(per ASTM D�541) -- 7� rninimum �!1�Y()!���c:�Fci ��r:�RTH �Yt�,q+4�lC)t�6CK[FLKINTeRc'Er"ic7�r�ft��-1:q!?ll.�l�a�ftC7N �'I ANtst�u�}['sJN�Tk[ifTltSt�tiPF� !f It'rlC[Ori rtie�����nni,�1ti �'lIY PKUJL-�;T 1�0.-0220Q 1�;���.+�e;l ,:i��;l ?U ?��� I �DDENDUM NO. 1 33 a� 60 - 7 i.iUFa:c rplz sAN17'ARY SLW ER STRUCTLIRES I'age 7 oF k? 1 g. Abrasion Resistance {per r�STM D406a CS 17F Wheel) — SO mg loss 2 maximu�n 3 h. Flexural Moc�u.lus (per ASTM D7R0} — 4dQ,aQO psi minunu�n 4 i. Flexura� Strength (per ASTM D790) — I2,OOD psi minunum S j. Adhesion to Conci�ete, mode of failure (ASTM D4541 }: Substrate (cnncret�) 6 failure 7 k. Cherr�ical Resistance (per ASTM D5431G20) all types of service far: 8 ]) Municipal sa�itary sEwer environment 9 2) Sulfuric acid, 70 percent 10 3) 5odiuin hydroxide, 20 percent ]1 l2 13 14 15 I6 i7 I$ 19 20 21 22 23 24 25 26 27 2S 29 4. Qr, the mu�ti-layer modified po.lyurea and pol}rurethane shall exhibit the followin�; characteristics: a. Application Temperature-50 degrees F, miniinu�n b. T�ickness — 500 mils ininiinum (SpectraShield} c. Moisture Barrier and Final Corrosion Barrier 1) Color—Pink 2) Tensile Str�n.gth (per ASTM D4i 2) —2SS0 psi minimuin 3) Hardness, Shore D(per ASTM D2240j — 56 minimum �) Abrasion Resistance {per ASTM D4Q60) — 20 mg ioss maximum 5} Percent Elangation {per ASTM D412) — 269 d. Surfacer 1) Cot�pr�ssive Strength (per ASTM D1621) — l00 psi miniir�um 2) Density (per ASTM D 1622) — S lbs/cu ft miniinum 3) Shear Strength (per ASTM C273} —230 psi m�imum 4j Closed Cell Cantent (per ASTM D1940} —>95'% C. Coating AppGca�ion Ec�uipment 1. Manufacturar approved heated plural component spray equipment 2. Hard to reach areas, primer ap�ali�ation and touch-up may be performed usitY� hand tnols. 30 3. Applieator shall use approved specialty equipir�ent that is adeqt�ate in size, :.:��7�Cti5'. 31 and number su�ficient to accninp[ish the wnrk in a tuneiy manner. 32 2.3 ACCFSSORIF� �NOT USED] 33 �.4 SOURCE QUALITY CONTR�L 34 35 36 37 3$ 39 4Q 41 42 43 44 4S 46 A. Coating Thickness Testing Fiirn Tllickness Testing for epoxy systems a. Take wet filin thickness gauge measurements per ASTM D4�14— Standard Praetice far Me�asurement o.f Wet Fihn Thickness by Notch Gages at 3 locations within the �nanhole, 2 spaced equally apart alo.ng the wall and 1 on ti�e bencll. 1} Document and attest measurements and provide to the City using the f�rin at the end of this specif�cation. 2. Tl�ickness testing far inodified polyiner liner system a. llpon installation of the �inal Corrosion Barrier inse.rt probe into substrate for depth of system rneasurem���t at 3(ocations wrthin the manhole, 2 spaced equaliy apart along the wal] and 1 on the bench. 3. Document al] testi��g resu[ts and provide to the City using tlle fnrm at the end of this specifieafiion. E;ITY OF FORT WORTH SYCAMOItC CR�EK 13VTERCEPTOR REHAB[LiTATIQN STANDAR� CONSTRUCCI(JN 3Y�CIf'ICATION DDCUM�;NTS CITYPROJECTNO. -02200 Revised April 29, 2021 A�DENDUM NO. 1 33 39 60 - 8 LINERS FOR SANlTA12Y SGWER S'1'RUCTUI2�5 Page 8 af 12 B, Non-Conforming Work 2 3 4 5 1. City reserves the right to require additional testing dependi�ig on the rate of failure. 2, City will select testing locations. C. Testing Frequenc� 1. Projects with 10 or less manholes and/or structures t�stall. 6 2. Prajects wikh greater than 10 manholes and/at• structures, tes1: at Ieas� l Q and test 25 7 percent of inanholes and/or structures after the first 10. S 3. Crty will select the manholes and/or strucfiures to be tested. 9 PART 3- EXECUTION 10 3.1 INSTALLER� l l 14. AI] installers shall be c�;rii�i�d applicaiots apprave�i by the manr�fac1turers. r�pplicatc>�• 1} shall use adequate nujnber of skilled workmen that ha�e been trained and e�perienced for [3 the approved product. 14 15 3.2 EXAMINATION [NOT i1SID] I6 3.3 PREPARA'TION 17 A. Man.hale Preparation 18 1, Stop active flows via damaning, plugging ar diverting a� required to ensure aIl l9 liquids are maintained below or away fram the surfaces to be caated. 20 2. Maintain temperature of the surface to he coated betwee�i 4p and 12Q degrees F. 21 3. Shield specified surfaces to a�oid exposure of direct sunlight or other intense l�eat 22 s o urc e. 23 a, Where varying surface ternperatures do exist, coating installation should be 24 scheduled when the temperature is falling versus rising. 25 26 �7 28 29 30 3l B. Surface Preparation 1, Remove oils, raots, �;reasa, ineompatibfe existing caatings, vwaxes, form refease, curing compounds, effloresaence, seaiers, salts or othercontaminants which inay affect the performance and adhesion of the coating ta the substrate. Remo�e any steps faund in the structure. 2. Reinove conereie and/or mortar damaged by corrosinn, chemical attacic or other means of degradation so that only souild substrate remains. 32 3, Surface preparation method, or combinatinn nf inethods, that may be used inciude 33 high pressure water cleaning, high pressure waterjetting, abrasive blasting, 34 s.hotblasting, grinding, scarifying, detergent wafer cfeaning, hot water blasting and 35 others as �escribed in SSPC SP 13/NACENo. 6. 36 4. All tnethods used shap be performed in a manner that provides a unifor�n, sound, 37 �lean, neutralized, surface suita6le for th� specified coating product. 38 5. After ca�npletion of surface prepat•ation, inspect far �eaks_ crac3cs, holes, exposed 39 rebar, ring and ca�er conditian, in�ert canditian, and inletloutlet pipe candition. � i`i ':' !!! C'{}E21' W qR`C H SYCAMpI�E CR�EK lAITCRCEPTOR REHABII.ITATIQTI ti I'ntiu}�RD CONSTRUCTION SP�'C'Irrr'ATI(�N i3f?(.'1 iNlPNT� CITY nRO.�ECT Nq, - 62200 R�v;�r:l r�prri t9. »,) � A�DET�IDUN[ NO. 1 33 39 60 - 9 L1NCk5 I�UR SANI`f'ARY S�W�RSTRLICTUl�ES Page 9 of 12 1 6. Aiter defects in the structure have been idenfii�ied, seal cracks, repair exposed tebar 2 with new rebar to match e�isting, repair leaks and cracks with grout or other 3 methods approved by the Manufacturer and the City. A�I new rebar shall be 4 embedded in 1%a inch epoxy tnastic. Replacelseal connection between existing 5 frame and chimney if it is found loose or not attached. 6 '�. The repair materials shall � trowel nr spray appiied by the lining Coetractor 7 utiiizing proper equipment on to specified surfaces. Ti�e equipmentshall be 8 s�eially designed to accurately ratio and appiy the s�cified naaterial� and 9 shall � regularly mainfained and in pro�r working order. '11ie repair 10 mortar and e�xy fo�o�t must share #he same e�acy matr� to ensare a 1 I �anded rveld. No cementit�ous repair material, quick setting high strength 12 concretc with latex or curing agent additives, ow qt�ick set mortars �vill l� 13 allowed. ProQer surface pregaratioa� procedures must � followed to ensure 14 adeyuate h�nndstrength ta anysurfaceto be coated. Newcementcure timeis IS at least 30 days prior to coafing. The re�rair materials as sg�cifi�d in this i6 Section shall apply to lfath existing structures and new installed structures. 17 'T�is includes Develop¢r projects, in which new installed structures/manholes 18 have Xieen identified with +either cracks, vn'rds, signs of iunfiltration, other 19 stractural defects or other related construction damage. 20 3.4 INSTI�I,LATION 2l 22 23 A. General l. Perfarm coating after the sewer line replacement/repairs, grade adjustments and grnuting are complete. 24 2. Perform application procedures �er recommendations ofthe coating product 25 rnan.ufacturer, including environmental cor�trols, product handl'uig, mixing and 26 application. 27 28 29 3Q 31 32 33 3� 35 3b 37 38 39 40 �G1 B. Temperature 1. Only perform applicatian if starface temperature is between 40 and 120 degrees F. 2. Make no application if freezing is expected to occur inside the manhole within 24 hours after appGcation. C. Coating l. Spray apply per ir�anufacturer's recammendation at a miriunum fihn thickness as noted in Sectian 2.2,B. 2. Apply coating from botto�n of tnanh�l� frame to ihe bencli/trough, inclUdin� the benc hf l3-c,! ��;�� _ �_ fi:fter u alis �re c���:�E. r�::r�tive I��nc h c:�v?,-� ;�nci ��rm� hen�hltrr�lR�h lu ;�t l�a�r rhr S�t31P [�1:i; �';i1�55 $S 1 fS� l�V:l��'�. �- �'4�nly an�� Copaoat ur additiottal cUats w ithin ll�e product's recuat w�ndow. a. r�dc�ikinn�l surface preparation is required iftliE recoatwindow is exceec�ed, 5. �1��(?1",' :i +nN�irr�strn �,F�� iitJ.11'ti {3� C�J:': �i�nr i?T �'� ��,'.�'.: �:aTL� ta,� tCr��'h h�:;,'ra re�ctiv�tin�; f��tita�. l'�i�Y {]i" f{k'��f �'�[}:�-f H �Yt�hAnr}��-: l�It1=Fk Ihll'I"k�.-I'F'"E'f.+R �:('19!?!�Il.d�f�,t�f1��N .� I.�5rti��`t{{I I{.�S.�IrE5�I1�L�L, I I{,Sh� '';I"={'I!"14�r11 Ir»f llUC'l1MI�:N7� c'i f`I' I�it; sJ;,t I h; r-�r,uu Revi�ed Apr�f 29,�t�i1 .a_n��FNUUi� Nu. I 3339G0-]0 WNEItS FOR S11N1TARY SEW GR STRUC`f URES Page lQof 12 3.5 REPAIR / RFSTORATiON [NOT USID] 2 3.6 R�INSTALLATTON [NOT USID] 3 3.7 FIII.D QUALITY CONTROL 4 A. Each structure wi[1 be visually inspected by the City the same day follQwing the 5 applicaiion. B. Gra��ndwater infiltration of the system shall be zero. C. A!1 pipe connec�ions shall be open and clear, 8 D. Thc in5��ctor will cheuk !'�r �f�ficiencies, }�inholes, vuids. cracks, uncured sp.ots, 9 c_IPlam;na� i,xa�, and thin spots. Any defieiencies in the liner shal� be �narked and repaired 1(? a��.c�rc��n�, ��o ths procedures outlined by the Manufacturer. 11 {2. �3 14 l5 16 l7 18 19 20 21 22 L. lfleaks are detected they will be chipped back, plugged and coated imrnediately with protecti�e epoxy resin caating. 1. Make repair 24 haurs after leak detection. F. Post lnstallation Caating Tests 1, Wet Filtn Testin� 2. Adhesion Testing a. Adhesion test the lin�:i� �at a min'vnum �f rhr�F locations (cone area, mid-section, and 6ottom of the structure). For structures exceeding 6-feet a�d one additional test for every additional 6-feet, Far example. b-foot manhole — 3 fests. 5-feet, l- inch n�anhole thru ] l-feet, l 1-inch tnan�ole-4tests, 12-foot �nanhole-5 tests. Ete... Tests performed per ASTM D7234 — Standard TestMeihod for Pu.11-Off Adhesion Strength of Caatings on Concrete Using Portable Pull-Off Adhesian 23 Testers. 7� 1) Document and attest all test results repairs made and provide to the City 25 (see structurelmanhole report fnrm for adh�sian testing at the �nd of this 2f specifYcation}. 'Z7 2) The adhesi�e used to attach the dollies shall ha�e a tensile stren.gth greater 28 that the lu�er. 29 3) Failure of the dolly adhesive is deemed a non-test ai�d requires retesting. 30 4) All the pull tests sha11 exceed 300 psi or concrete faiiu.re with more than 31 5fl% of the subsurface acihered to the eaating. 1 f aver 1/3�d fail, additional tests 32 may be required by the City. If xdditional tests fail the City inay require 33 remd�a! a1�d replaceinent nf the liner at the contractor's expense. 34 35 3G 37 38 39 a� �; 3. Eialiday Detection Testing a. Holiday Detection tesi the ]u7er per NACE SPO 1 SS — Discontinuity {Holiday) Testing of New Protective Coatings an Conductive Substrates. Mark all detected holidays. Repair all holidays in accordance to coating manufaciu��er's recominendatians. i j Dacument and aitest all tes.t resulls repairs made and provide t� ±�±p Gity (see structure/manhr�le re�nrt for holiday detecfio� �testin� at the end ofthis sgecification}, �`II "�'+SFFOi;"I 'u,��lu7'H `>�t�1�1��JUR� rur�,; irti'�!=!?��i.f'I�+�I� [?�:I���f;!l.I�I�r,�l'IOTd '�T '1hfC?11R111:'c1�T�ST!�",7L 1�1{'t'.4 �l�f'{ IF�!'rl rtn�.J u�CX I��vlHlti::; C'IT� Pf?[i.IFf"I� N;s. +1220� 1Lru�uys P;,;�a ?`�. ��+11 rLllLShfVl}41A1 ni� i p 3339Gd-lE I.R�IER� FUR SAIJI7'A[tY SEW�R STRLJCTIJRES Page l I of l2 1 2) For exannple, the typical �esting requirements are 10Q volfs per mil to 2 12,500 volts to test 125 mils. Contractor shall mark any location that 3 shovWs a spark or �atentiaf for a pinhole and repair these locations per 4 manufacturer recommendations. 5 4. CCTV b a. Post Canstruction CCTV recordings sI�ail be macie after all oCher testi�g is 7 cdmpleted, includang the repairs that are made to the lining followu�g any test S failures. 9 b. After litier installation, cot�duet post-CCTV in accordance with Sectian 33 Ol 31. 10 Video camera shall be iawej'ed from the tap of tMe rnanhale ta the invert, to �ideo 1 I all lined surfaces, priar to begulning post-CCTV of the main. Payment for this 12 work is suhsidiary to the cost for the post�CTV of the main. 13 c. A bonded third-party testing company shall perform the testing. 14 d. Or Contractor may perform tests if witnessed by representative of the eoating 15 �nanufacturer. Coating inanufacturer representative to provide certification that i6 Contractor perforined tests in accordance with noted standards. 17 18 19 2Q G. Non-Cflnforming Work 1. City reser�es the right to require additianal te5ting �epene3ing t;�� the rate of f�.�1ur�. 2. Crty w ill select testing IocatiQns. 3. Rep.air all defects according to the mai�u.facturer's recom�nendatiuns. 2l H. Testing Frec�uency 22 1. Projects with 1Q or less manholes and/or structures testall. 23 2. Projects with greater than 1Q manholes andlor structu�s, te�t at least 10 and test `��� 24 percent of manholes and/or struefiures after the first 10. 25 3. City wi�l s�lect the i�tanholes anci/o.r structures ta be tested. 26 T. Test manhole for final acceptance according ta Sec#ion 33 O1 30. 27 �.8 SYSTEM STARTUP [NOT USID] 28 3.9 ADJUSTING [NOT i7SID] 29 3.10 CLEANING [NOT TJSID] 30 3.11 CLOSEO[lT ACTIVI'TIES 31 A. Pravide all test results. from testing per Section 2.4 and applicatar certifications per 3� ��etinn 3. ] anrl in accnrr�ancP W�}7 SeCtiOri 1.�. In addition, perfnrm vacuUm test and �v provide results using the test far4� qer Section 33 4] � 3i1, �P..A��t�;;�Yd r�anhnle Testu�g. :i� i�, �.9��,�rr 1 r�w :I �i,,;;aleti�s��� c,l s�+� �4�4�rk, P!�!:,� m�nE�l�cl�r:: �rici��:� �#�;� �esiii��; i�ir!t7 x�� idl 35 provide a�� riri.en �;erti�icati�n of proper ��piicatiuri ro vhe r'��.. 36 C', �f hP cer7tif�cation will �cs:�f�rm that the deficient areas were � wpaired in accordance �x�:,Yi 37 �!�� �roceii��r� :.,?i �`��rt� i:] �his �a�e��icatinn. i iie <<r�:�[ r���ri ��•411 c�}t;;3 ti•�a ]t�c.ati�,n t�Ff �1��. 38 re}�air� is, rh� st3'uClut'e �r7d e1es�:Yi��ti�r� a��ih? re;?��r-. ��? �tta� herl �estii�� lorins. C17-Y Uf� I�f.sR'I- 1V�RT11 Sl'C:'hA�1l}I21� l7?1-f1� IN'I I Jta�i !'i [i�� ?31;IiflF+ll. I f,�l'i(l;ti STANDAKU C`L7N�I�fQl1[_'l�4[5N SP�.L�.r!( �1 I:[]hf E�[?r:1?nn�:*r!�"� i I ry ��ktti,i�,r' I WU. -+i�2UU Revised April 29,'021 ,fnU�N]�UM �,tU. 1 33 39 60 - I 2 LINFRS FUR S11N[TARY SEWER STRUC'F URE3 Yage l2 of 12 3.1� PROTECTION [N�T USID] 3.13 MAINT�iANCE [NOT USED] 314 ATTACHMEN'IS [NOT IISID] IND OF SECTION Revision Log DATE NAME SUMMARYOF CHANGE Furfher clarification an the sizesand typesc�fmanholes ui3der Part S.2. Removak of Raven Li�iingsystemandinclusion ofSpeetraSl�ield andWaf•renrnvironmenta] 49-23-2D20 J. Kasavich �`stem 301, and ARC. SI HB by A.W. Chesterton Company, Additional source quality cont3�olandfield c�uality coutroltest requirements. Adcfed testingformsfor Wet P'ilm Thick�iess,ManholeHoliday/Spark Detection,andManholeAcihesion Test. �1-21-2021 ,I.Kasaviel� Pro�idedmrnorrevisionstoclariFyhowiestingistoberecordedandorde�•oftesting. � iT3' (?F I�{JIR-f W(:?•jjj tiW[,�l��{}�j�: ("RFF;K IhjTFF��FPTEIR 12FNAR4I. �����5 TIO!� 'i7'A��rr�klr(;ON�['�t[]tTrt?A��k'I�t �I��f�-xrr�;� ��ru-�inyi=v�•t �^rrvr��tcliFr�� �sr; _,p22�0 eacyts::l :'lrtil �u� =i•rt � :�17131 r;nt, i�n T.in I POST I iV STA LL.AT I D I� MANHOLE L�I��EV4 S1��PECTIQN FQRIVI WET FILM THICKNESS Company iVame: AddreSs: Phane #: Cell: Coating Da�e: �roject F�ame: Contrac�ior: Qwne r: Thickness of Coating: location af Structure: 1VIANNO�� Ii�f���tM�ITIO�d �ine & S#ation #: 5fructure Y�,��: (eh��k �ne} 1dVork: Crevv �eader: �ther: �' �I �1�11-I 5' i�! �111� � �'DIMIH � 7' DI 41�H Project #: �YP� A Fi[7W 131V BQ}t Tl►P� � FLDV�+ �IV B�X jUlr'CiION 807� ����P#�L'�!h3 �I�YRY �C]?( �IE'r�Rllw.4G SYR71�t1� �� �� ����� q��t �ilr� �I�i���q��� 1VI���u�^�rm�nts 1�N�*± 4�:l►n �!:i��.,o�s �ti;.�ga �pr �►�7M ��"+4 at 3 4�c�t�nn�c �,nr���,{n �+E?p hhanh�sY� ?�vn t�y �paced Equally AparE �►fortg tl�e �',1�9! and One j1} �n th� �ench Ye5 � [V� ��ur� �aterial: �inir�g Ma�erial: C�mr�en��s: fV�F� ��p�h: fll�F; !l�id�l�: �err�h: �llil [�augej I IiV�i (5prayed] *I� i�a,l�cr��Fy Yes / No ��� / �50 Yes / �`I�o Indi��t� IV��asur�r��r�ts on ��� ��a�r��� ����� POST IiVSTALL,ATI�N iVIAiVHO�E ADHESION TEST FORM Company Name: Address: Ph�ne #: Cell: Coating �ate: project f�ame: Con4rac�or: Owner: ihicl�ness o� gpoxy Coafing: �oca�ion o� StruCiure: lRlork: Crew �eader: ect #: N1A�IFE�L� I�1�OE�NiA710N �ine & S�atian #: S�ruc�ure iype: (check one] �fher: 4' DI ilRH YYP� A�LDlN DIV BAX 5' pl MH TYP� B�LDW DIV BOX 6` QI IV�b JLJfVCTIOFV �8X �' DI 11111b 5PH1PHOiV �NiRY BO� M�iERIN� SiA710h1 A�lhesi�n �e�t ��sul�� jASTM D7zS4j ��RT'�O�T�. inspec�eion Dafe: I�I�I��te te5t �OC�t�Of1S 011 [�f'�1�1�1g Inspectian Company: lnspectar fVame: NYanhaie Depth. i�umber of �ests: '�est Results; Cpmments: *Non-Nianhole 5tructures may require additionai sketchesto indicate testing location for all testingprocedures. Ineiude additianal sketches as needed. POST INSTALLATIO� ��R.�' ���'�'� �/IAI�F�OLE HOLIDAY/SPARK DETECTIQiV TEST FORNI y��'� Company �lame: Add�ess: Phone #: Cell: Coating Date: Project Name: Canfractor: Oua�ner: �'hickness of Caating: Locaiior� a� Sfrucfiure: �ine � Station #: Struc�ure �ype: [checlz onej lal�ork: Crew tieader: Projeci #: IVIAkVHE]k.E IN��Rf1�9�tT10�! �7t{�� r: �� n� �� -- — �vp� n ei �i�r ni�! 3G�� �` DI fVl� T1f"�� B �«W �IV �$��t 5' Q! 11+1�1 1UfVC?�ry� grti�t i' �)1 NiW �PH1PH01� E�l7RY' ��� � M:?'ERII�JG �i�T���v H�[id�� C�e����ion T��� R��ulis (NACE 5P018$) �iner f�aierial: ; In�icate de���# laca�i�ns ot� clravv�n� Spark iester Ser�ial #: Voltage Se��ing: Inspec�io� Date: � Ins e i � � p ci on Company: � Inspec�or IVame: f�epair Date: f Cornments: � — � *�f on-IV�anhole Structu res may require addi#ional sketches ta indicate #esting focation for all testingprocedures. Include additional ske#ches as needed. POST Ii�STALivATIOi� MANNOLE VACUUM T�ST FORII� Company F�ame: Address: Phone #: Cell: Caafing Da�e: Project Name: Contrac�or: A►nrner: Indica�e Pass/�ail: Location of 5�ruc�ure: �ianhole Pour or Placement �ate: W ork: Crew Leader: ect #: Makf'!I•�{����?, i [�i �1:;a4r �1 �, [X�r �ine & 5�tafion #: 5�ructure Yype: (check one) O�her: 4' �! li/l b �' �I �IIC� 6'�IMb 7' DI IV�b �lf�� A F�.�W DI!! �OX �YP� � FLD1dl� 9lV �Ox JUiVCT'IOf� 80X SPHIPbQIV EIViRY �OX ilA�i�RIF��i 5iAiIBN ���� �� ��CU�Ii`�i ���� ��5lJ��S � EVE PLAN V{EW REDllCER SHALL BE FABRICATE� AN❑ FACTORY BON�ED TO MANHOLE BARREL PVC / FIB£RGLASS R£INFORCED PIPE MANH4LE BACKFILL A13D EMBEDMEIJT'E8" UNIMPROVEp REF'ER 70 MANHOLE SURFyyy1110ES �RAME, COW�R ANb � � MANHdLE SHALL GRAbE RING �ETAIL. ' EX'fEND PAST GRADE RINGS �iIN. 1" +� � '+", o000 �,..y i k ♦ 1 i + �F # 4 �aptl ��+�+�+*+ pObO • + r + + OR4P + t ♦ e pOp6 ♦ 1 4 1 4 ♦ ♦*.+�h �pdp . + a o *1+44+ 4 ODD� i + ; + # � + • * + tl b **++i++4+ OOOP � + a � �tlatl i 4'� - 21" AND SMALLER SEWER PIPE s'� — z�• Ta �s• SEINER PIPE � , �>G `�4 ` � . Abp�'Q -�• �ObOp t . p q ♦ � • + , OpQ�O ���+j Qp�O� ? �! T i 4 • �(��(j6 + 4 T i + 4 nODOb +iy�+i+i 40d0� ♦ r + � • + + + a pdpdp ♦ + ♦ + ♦ a°o°o .�+`�'+`+ ��AOp, 4i++iii++ + + a + + p�%p�p . + . + OpOpO ++++�++++ Il.n'�p�p . w i�, O OO �+'+*+;;++ ,_o_o_ . . , . �, - � ,�.'i ` $ �`�• � � NOTES: 1. MANHOLE COVER SHALL BE PER MANH4LE FRAME, COVER AN6 GRA�E RING DETAILS AS INDICATED IN 'FHE pRAWINGS. 2. Ali CONNEC110N5 SHALL BE TESTED FOR WATER TiGHT SEAL5 PRIQR TO �ar�cFI�LING. 5, hP:Y CtlT EDGE5 FAR I.ATERALS OR SiUB-OUTS SHALL BE S�ALED WITH f2ESIN. -�- FIBERGLASS QR Pl�t MANHOLES SHALL ha� 8E ALLOWED IN PAVE�I AREAS OR AERAS WHERE VEMiCUI.Ak TRAFFIC 1S POSSIBLt :�. PVC MANHOLES SHALI 13E PRE�L SYSTEM� HYeRID PVC MANhEOLE° b k!!N- r•��n!� MIN, AROLIND MANHOLE WITH .+,� a 4n CI.SM PER SECTION a3 3413. :+°+++*+++ pbptip .i++,+.¢+ OdQaQ a++ + +++ OpOaO � + � D O O BACKFILL SHALL BE SAA�E AS .. t+ pO�Op SANITARY SEWER MAIN AS �'+4.�•`+' oao°o INDICAlE� ON THE �RAWINGS ��s++�.}.' o0000 PER SECTION 33 05 1Q ��+4+�,•{•� ��o�b . + . , ., n°o°n •'',�,•,•, OaOnO PIPE �IuiBEqMEN7 +�`.','�* n°�°a SHALL BE CRUSHEIi �•Qo�o ROCK PER SEC714N -- 33 05 10 ------- #4 BARS EMBE6DED � HALFWAY INTO MANHOLE -��' Y BA5E ANO HOOKED OVER � MANkiOLE fLANGE (TYP..) � Y�'�r ..r� �` �� �-. _�-., f�IN. � CRU$HEQ ROCK PER SECl10N 33 -� D5 10, WHERE GROUNDWAIER IS PRESENT A 2" MU17 SLAB WfLL 8E PERMIT'f�b IN PLACE bF' ROCK , � .' - =- r :. -��. ' .'. _` � __ . _,{�.,_._.r�� _ S1?:"���s:���� .�� T . � , � =� � �C`� . r_ .,� .r. , __.....J^ ��X'ioeb ,�!I�hIT iunt� E7[IF.Rtun� ,"�-. TM _ �y^.: � i ^ - - .... ...._.• . "� � SE'lsI.ING k7��1'171A1 A Fl!�;!M�PM. Cw ;'^RE PE H,ASE GF '7' CSN CiT17ER 510E %.� � SIZING cF?nl.L UL PE!? ��NECTi�n! T� LN�11RE I ���-r�c-nnr� �;sa�+�s� ;'S 39 1Cfr 20-d2�8 iE,4KAGE �F{C��il_E I/IYEV'y' ��+���� CITY O� FORT WORTH, TEXAS Jl �V� 1 �I����L�►�S �ANI��►�Y ����R fVY,�NbB�� LAN Re�isea. 111�E �3 39 3����1 � THIS PAGE INTENTIQNALLY LEFT BL.ANK APPEND�X GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Con�iitions GC-4.04 Undergrauiici Facilities GC�4.06 Hazardvus Enviranmental Condition at Site GC-6.06.D Minority and Woznen Owned Business Enterprise Compliance GG6.07 Wage Rates GC-6.09 Permits a�d Utilities GG6.24 Nondiscrirraination GR-01 60 66 Product Requirements CITY OF FORT WORTH SYCAMOR� CREEK INTERCEPTOR REHABII.ITATION STANDARD CONSTRUGTION SPECIFICAT{ON DOC[JM�NTS CITY PROJECT NO. - 0220� Revised July 1, 2011 T�llf �S ��.�� ���'�` ][I�'�'�J.lT'I'I��I�T���� ����T� �C�4���L �IV�Il���i➢1�Il1� Q➢� �L��Il(�S �'��S ���i�r ���� ������I���.�.riL� ��1��� CiTY OF FC7RT WORTH SYCAMORE CRF,�K [[+�Tl"sRCEPTOR REHABILITATION STANaARD CONSTRUCTiON SPEC1f7CATlON DOCiJM[:NTS CITY PROJECT idQ. - 02260 Revised h�ly 1, 2D11 �r��� ���� ����r ��7r���r�������� ��,��� GC-���� S��bs�rf�ce a��l ]�l�;ysu���l Co��Y��o�ns �`I�][S �PAG�E ��T'Y' ��1'TEl�'l�I���1�]�'Y ��LAl�� CITY OF FORT WORTH SYCAMORE CR�EK I3�ITERCEPTOR REHABILITAi'lON STANDARD CONSTRUCTION SPECIPICATION bOCUMEI�lTS CITY YROJECi' NC3. - D220(1 Revised 7uly f , 2011 1 llalll3.� ���U� ��� ll 11�1��1`����1�1���� ��ril�ll� ���1°������A� E�iG��V���I�G l��P��� �. - � � .� , .,. .,,�. �YCAf���� CR��Ft RE�I�� I�li��C��iO�, FORT WORTH, TEXAS GE�i��b�lICAL EIV�I���I�IIV� ��P�Ri Sycamore Creek Relief Interceptor Fort Wor�h, Texas Prepared by: � � Gorrondona & Associates, Inc, Prepared for: Lockwood, Andrews & Newnam, Inc, 1320 5au�th Uni�ersity Drive, Uni�ersity Centre II, Suite 450 Fort Warth, Texas 75107 Attention: Mr. Paul Banschbach, PE Jufy 20, 2017 G&AI Praject N�. LAN_1602.00 GORRqN�ONA & ASSOCIATES, INC. - TExAS ENGINEERING FIRM REGISTRATION Np. F-7933 Gorrondona � r�ssociates, Inc, July 20, 2017 Mr. Paul Banschbach, P� Lflckr�vood, Andrews & Newnam, lr�c. 132Q South Uni��rsity Dri�e Uni�ersity Centre If, Suite �450 Fort Worth, Texas 75107 Re: GEOTECHNICAL E�lCINEERIfV� �EP�R� Sycamore Creek �elief Iniercepfor Fort Ihlorih, Texas G&AI Project Na. LAt�_1602.D0 Dear Mr. Banschbach: Gorrondona & Associa#es, lnc. (G&Ala is pleased to submit this Draft Geotechnical Engineering Report for the above-referented project. We appreciate the opportunity to work with yau on this projec�. Please cantact us if you ha�e any questions flr require addi#ional ser�ices. Respectfully submitted, 5aura� Sinha, �.I.T. 5taff Engineer Lee Gurecky, P,E. Project Engineer— Geotechnical Engineering and CMT Servi�es 7524 Jack Newell Blvd. South � Fort Worth, Texas 75118 • 817.496.1�4z4 • Fax 817.496.1765 Gorrondona & Assaciates, Inc. —Texas Engineering Firm Registration lVo. �-7933 TABLE OF �ONTENTS Pa�e 1.0 Introduction ..� ................................................................................................................. 1 2.0 Field Investigation .......... ................................................................................................. 2 3.0 Laboratory Testing ......................................................................................................... 3 4.0 Site Canditions ................................................................................................................ � 4,1 G�neral ........................................................................................................................4 4.Z Geology .............................................................................�....,............................,.......5 4.3 Soil/Rock ...................................................................................................................... 5 4.4 Groundwater ...............................................................................................................7 5,0 AnalySis and Recammendations ..,� ................................................................................. 7 5.1 Seismic Site Classification ........................................................................................... 7 5.Z Canstruction Excavations ............................................................................................ 8 5.3 Groundwater Contral...........� ...........................................................................�.......... 9 5.3,1 Testing ..................................................................................................................9 5.4 D�molition Considerations ......................................................�.......................,,....,.... 9 5.5 Loading an Buried Structures ..............................................�.......................,...........,. 10 5.6 Retaining Structures .................................................................................................. 11 5.7 Buried Piping ............................................................................................................. �.1 5.8 Tunneling ..................................................................................................................1� 6.0 General Comments ...................................................�...............,..........,..........,,..........., 13 APPENDICES Appendix A- Rroj�ct Locatian Diagrams Appendix B- Boring Location Diagram Appendix C- Boring Logs and Lahoratory Results Appendix D - Aerial Photographs Appendix E- USGS Topagraphic Map Appendix F - Site Photographs Appendix G - Geolagic Information Appendix H- Unified Soil Classification 5ystem G��i�CF;IVICi4� ���II!l�E�11�G C��P�R� Sycamore Creek Relief lnterceptor Fort Worth, Texas �a� In�i�o�Uei�o� Proiect Location: The project is located at the intersection of E. Vickery Boulerrard and Sycamore Street (Southern Terminus) gaing north parallel to the Sycamore Creek Golf Course roughly 5,000 linear feet (LFJ taward Interstate 30 in Fort Worth, Texas. The general location and orientation of the site are pro�ided in Appendix A— Praject Location Diagrams. Pro'ect Descri tion: The project consists of the following proposed impra�ement5: � A approximately (i5-inch diameter relief interceptor (totaling approximately 5,000 LFj. The wastewater pipeline to be used far the project is made up of a fiber glass material. The project co�tsists of apen cut excavation along the alignment area located at the Sycamore Creek Golf Course and tunnefing far the alignment area running perpendicular to the Unian Statian Rail line passing thraugh East Lancaster A�enue north to the Fort Worth Branch 7rinity Trails SysCem adjacent to Interstate 30. Prolect Authorization: This geotechnical in�estigation was authorized by Mr. Justin Ree�es, PE with Lockwflod, Andrews & Newnam, Inc. and perfarmed in accordance with the Subconsultant Agreement dated December 27, 2016. Purpose and Methodolo�v: The principal purposes of this in�estigation were to evaluate the general soil conditians at the proposed site and to de�eiop geotechnical engineering design recammendations. To accomplish its intended purposes, the study was canducted in the follo►nring phases: (1) drill sample barings to e�aluate the soil conditions at the boring iocations and to obtair� soil samples; (2) tonduct laboratory tests an sefected samples reeovered fram the 6arings to establish the pertinent engineering characteristics ofi the soils; and (3) perform engineering analyses, using field and laboratory data, to de�elop design criteria. Cauti�nary Statement Re�ardin� Use of this Report: As with any geatechnical engineering report, this report presents technical infarmatian and pro�rides detailed technicai recommendations for ci�il and structural engineering design and canstruction purposes. G&AI, by necessity, has assumed the user of this do�ument passesses the technical acumen ta und�rstand and praperly utilize infarmation and recommendatians provided herein. G&A1 stri�es ta be clear in its pres�ntation and, like the user, does not want potentially detrimental misinterpretation or misunderstanding of this report. Therefore, we encourage any user of this report with questions regarding its content ta contact G&AI for clarifica#ion. Clarification will be provided verbally and/or issued by G&AI in the farm of a report addendum, as appropriate. G&AI project No. lAN_1602.00 Page � Report SpecificitV: This report ruas prepared #o meet the specific needs of the client for the specific project identified. Retommendations contained herein should not be applied to any ather project at this site by the client or anyane else without the explicit approval of G&AI, �oo �I��� I ltl LT �.7�I�i�1�1�l�G Subsurface Investi�ation: The subsurface investigation for this project is summarized befow. Baring locations are pro�ided in Appendix B� Boring LoGatian Diagram. Bcring �iurfac� Clerath, feel bate Ras, E3�v�tion �+gs3 �?�:!!�n AbaV� Qrr�sl)', B-01' s-az 8-03 8-04 B-05 B-fl 6 B-07 Notes: - 30 - 30 - 30 - 30 - 30 - 3� - 3� 7/15/2(}17 6�29/2Q17 s/z3i�a�� 5/23/2017 6/29/�017 6/29/2017 6/29/2017 GP5 i_�catlon3 i.�Fit[��e l,angi:�i�� 1. msl = mean sea level 2. bgs = below ground surface 3. 5urvey data is not availabfe at the time of writing this report 4. Boring 8-07. was dril�ed on 7/15/20Z7, thus we will Incorporate in the final report upon completion of lab testin�. Borin� La,.,,�: Subsurface conditions were defined using the sample barings. Boring logs generated during this study are included in Appendix C- Boring Logs and Laboratory Resufts. Borings were advanced between sample intervals using continuous flight auger drilling procedures, Cohes_i�e 5oil Samplin�: Cohesive soil samples were generally obtained using Shelby tube samplers in accordanee with American Society for Testing and Materials (ASTM) D1587. The Shelby tube sampler consists of a thin-walled steel tube with a sharp cutting edge connected to a head equipped with a ball �al�e threaded for rod connection, The tube is pushed into the undisturbed sails by the hydraulic pull-down of the drilling rig, The soil specimens were extruded frorn the tube in the field, logged, tested for consistency using a hand penetrameter, seaied and packaged to maintain "in situ" moisture content, Consistencv of Cohesi�e Soils: The consistency of cahesi�e soik samples vuas evaluated in the field using a calibrated hand penetrometer, In this test, a 0.�5-inch diameter piston is pushed inta the undisturbed sample at a constant rate to a depth of Q.25-inch. The results G&AI Project No. LAN_1fi0�.40 Page � of these tests are tabulated at tl�e respectiue sample depths on the boring logs. When the capacity of the penetrometer is exceeded, the �alue is tabulated as 4.50+. Granular 5aii 5am lin : Granular soil samples were generaily obtained using s}�lit-barrel sampling prflcedures in gen�ral accordance with ASTM D15$6. In the split-barrel procedure, a disturbed sample is obtained in a standard 2-ir�ch outside diameter (OD) split barrei sampfing spoon dri�en 18-inches into the ground using a 140-pound {Ibs.j hammer falling freely 30 inches. The number of blows for the last 12-inches of a standard 18-inch penetration is recorded as the Standard Penetration Test re5istance (N-value). The N-�alues are recordecf on t4�e boring logs at the d�pth of sampling. 5amp1e5 were sealed an�f returned to our laboratory for further examinatian and testing. Texas Cone Penetration TCP : Texas Cone Penetrometer tests were used to asses5 the apparent in-place strength characteristics of the rock type materials. In the TCP test procedure, a 3-inch outside diameter (OD� steel cone dri�en hy a 170-pound hammer dropped 24 inches (340 ft.-pounds of energyj. The number of blows af the hammer required to pra�ide 12 inches of penetration, or the inches of penetra#ion of the cane measured at 10D blows of the hammer (whichever occurs firstj are recorded on the fi�ld fogs (reference: TxD07, Sridge Design Manual). Rock Corin�: Rock cores were generaf4y obtained u5ing core barrel sampling procedures in general accordance with ASTM D217.3. In the core barrel procedure, a sample is obtained using a rotating hollow s�ee4 tube equipped with a caring bit. Groundwater Dbser�ations: Groundwater obser�ations are shown on the boring log5. Borehole Plu�i�: Upon completion of the borings, the boreholes were backfilled from the top and plugged at tl�e surface. �.� l��o��rv��r ��s�i�� G&AI performs �isual classification and any of se�eral laboratory tests, as appropriate, to define pertinent engineering characteristics ofthe soils encountered. Tests are performed in general accordance with ASTM or other standards and fihe results included at the respecti�e sample depths on the boring logs or separately tabulated, as appropriate, and included in Appendix C- Boring Logs and Laboratory Results. Laboratary tests procedures utilized for this project, or re#erenced elsewhere relative to our geotechnical in�es#igation and recommendations are tabulated 6elow. G&A! Project No. LAN_1602.D0 Page 3 7�st P�oi�dur� ASTM D421 ASTM D422 ASTM �f98 ASTM 01140 ASTM D2166 ASTM D2216 ASTM D2217 ASTM D2487 ASTM D248$ ASTM D2850 ASTM ❑Z937 ASTM D422Q ASTM D4318 ASTM b4718 ASTM D4767 ASTM p4972 Manufacturer's Instructions T�x-145-E — - E�t'scrapti�[� Standard Practice far bry Preparation of Soil Samples for Particle-Size Analysis and c Determination ofSqil Constants Standard Test Method fior Particfe-5ize Analysis of 5oils Standard Test Methods for Laboratory Compaction Characteris#ics of 5ail Using 5tandard Effo rt 5tandard Test Methods for Amount of Material in Soils Finer than the No. 20D (75-µmj 5ie�e Standard Test Method for Unconfined Compressive 5trength of Cohesive 5oil 5tandarc! Test M�thod for Laboratory betermination of Water (Moisture) Content of 5oil and Rock by Mass Standard Practice for Wet Preparatifln of Soil Samples for Particle-Size Analysis and Determination of5oil Constants 5tand�rd Classification of Soils for Engineering Purposes (Unified 5oil Classification �....�_.Y� 5tar�dard Practice for Qescription and IdentifEc�tion of 5oils (Visual-Manual Procedurej Standard Test Method for Unconsolidated-UncErained Triaxial Compression Test on Cohesi�e Soil Standard Test Method for Density of 5oil in Place by the Dri�e-Cylinder Methad Standard PracYices for Preserving and Transporting Soil Samples Standard Test Methods for Liquid Limit, Plastic Limit and Plasticity Index of 5oils Standard Practice for Correction of Unit Weight and Water Content far Soils Containing Oversize Particles Standard Method for Consolidated Undrained Triaxial Compression 7�st for Cohesi�e Soils 5tandard Test method for pH of Soils 5oil Strength Determination Using a TorWane Determining Sulfate Content in 5aifs - Colorimetric Method 4.0 �i�� �on��ir�o�s 4.� C�ner�l Review of Aerial Phata�raphs: His#orical aerial photographs of the site were review�d for potential past alterations to the site which cauld impact geotechnical design conditions. 5pe�ifically, aerial photographs were re�iewed tQ �isualiy assess ob�ious areas of significant past cut or fill on site. Re�i�wed aerial photagraphs are included in Appendix D- Aerial Photographs. Aerial photographs were reviewed far years 2017, 2011, 2007, 2001 and 1995. Aerial photographs indicate tl�e site is located near an existing utility easement. Our review revealed na ob�ious areas of significant cut or fill on-si#e. Due to the intermittent rtature and relatFv�ly low resalution of aerial photographs, as well as our lack of detailed information regarding the past land use af the site, aur re�iew should not be interpreted as eliminating the possibility of cuts and/or fills on site which could detrimentally affect future construction. G&AI Project Na. LAN_1f02.00 Page 4 Topo�rap�: A United States Geolagical Sur�ey (USGSj tapographic map of the site is provided in Appendix E- USGS Topagraphic Map. Site Photo�raphs: Photagraphs representati�e of the site at the time of this irr�estigatian are pra�ided in Appendix F- 5ite Photagraphs. �.� ������� Geolo ic Farmation: Based on a�+ailable surface geolog� maps and our experience, it appears this site is located in the Pawpaw Formation, Wena Limestone, and Denton Clay, undi�ided underlain by Fort Worth Limestone and Duck Creek Formatian, undi�ided with Alluvium and Terrace deposits. A geologic atlas and L15G5 formatian description are pra�ided in Appendix G- Geologic Information. Allu�ium deposits generally consist of sand, gravel, silt and clay. The Fort Worth Limestone and the Pawpav+r Formation, Weno Limestone, and Denton C1ay, undi�ided consist of Iimestone and clay and the Duck Creek formation cansist5 a� limestone and marl. Geala ic Faults: A geolagit fault study was beyand tf�e scope of this in�estigatian. 4�.� S�i��R��k Strati ra h: Descriptions af th� various strata and their appraximate depths and thickness per the Unified Sal Classification Systern (USCS) are pro�ided on the baring logs included in Appendix C- Boring Lags and Laboratary Results. Terms and symbols used in the U5CS are presented in Appendix H- Unified Soil Classifitation 5ystem. A brief summary af the stratigraphy indicated by the borings is provided below. Gen�rallze� �ubsurfa�� �❑n�E�tkorr; at tt�e prc�p�s�d b6-Inrh Was4e�nrat�r �ine (�flrin 5 B-0�, B-�5 to �•D'1� Nair�i�ai p�p#F�, ieei b�s {Ex�ept a� �lo#e�lj �e�eral Detaile� ��s�rEption of T�p af Bottom of �es�tJptlon S�IisJMat[�rk�ls ��rtou�kered 0 6 to 25 FAT CLAY AND LEAN Soft to hard FAT CLAY (CH) / FAT CLAY WITH SAND (CHj, CLAY firm to hard LERN TO FAT CLAY �CL-CHj and stiffto hard LEAN CLAY WITH 5AIVD (CLJ. Exceptiorr: Loose ra medium dense ClAY�Y GRAVEL WITN SAND (GCJ at 15-to 25 feet bgs in Boring 8-Q5. 25 30 SAN�Y LEAN CLAY Soft SANDY LEAlV CLAY (CL) and saft to hard AND WEATHERED WEA7HER�D LIMESTONE. �xeeption� Loose ta medium Ll M ESTON E dense CCAYEY GRAVEL WlTN 5/4ND (GCJ at 25-ta 30 feet 6gs in Barina B-05. Note: Barin� Termination De#�th = 30 feet G&AI Project No. LAN_1602.00 Page 5 G�neralized 5cbsurface L��nditions.at proposed fi5-ln�h Wastewater �in� �OiFfi � �'�3 8L �'�'�� Nt�rriiral aept�r, �eet bgs " — -- — � ;��eeptas Pfok�d� �eneral petalie� d�srrip±io� uF T4R cf antrnm Af ❑eScription 5oi.fsf{dYa:er4als Fn��ant�re� ���f �u}n�( 0 9 CLAYEY SAND AND Medium dense CLAYEY SANb (5C), very stiff to hard LEAN LEAN CLAY WITH SANp CLAY WITH SAND (CL). Pavement: 9 fo 13-inches below 9 3Q LIMESTONE Very hard LIMES70NE. Exception: Soft to hard WfATHERED LIMESTONE at 9- to IS feet 6gs rn borin4 B-04, IVote: Baring Termination �epth = 3a feet Swell Potential based on Atterberg Limits: Atterberg (plastic and liquid) limits were performed on 11 sail samples obtained at depths between 0- and 10-feet bgs. The plasticity index of the samples was between 12 and 41 with an a�erage af 27 indicatirtg that the soils ha�e a high potential for shrinking and swelling with changes in sAil moisture conten#. The results of t�e tests are surr�marized below. Swell Tests: Swell tests were performed on selected clay soil sample5. Swell test details are provided in Appendix C- Baring Lags and Lal�oratory Results. The results of the tests are summarized befow. Absorptipn Swell Test Resufts 8oring A�g. MoistU�e Liq�id Plasticity Applietf Swell No. Depth Content, (95) Limit, LL Index, PI O�erburden (4�) {ft•1 5tress {psi) B-02 5 18 - - 4.1 4.48 B-02 9 16 - - 7.0 2.06 B-Q4 6 19 - - 2.4 fl.95 B-D5 5 20 - - 4.1 0.36 8-Q5 9 14 - - 7.0 2,73 B-D6 9 12 44 27 7.1 1.41 8-07 5 21 - - 4.1 2.45 Soil Chemical Analvsis: Soluble sulfate test(Tex-145-�) were performed for this project and the results are summarized below. Roring No. B-02 B-03 8-04 B-D5 8-06 8-07 Soluble 5ulfate Test 6-S 5-6 7-8 4-6 2-4 4-6 �:�Ifat.e Cnntent 167 187 173 247 180 �07 G&AI Project No. LAN_160Z.00 Page 5 4.� �r��nd�at�� Groundwater Le�els: The borings were ad�anced using dry auger drilling tec4�niques, whie4� allow short term groundwater obser�ations ta be mad� during the drilling arrd sampling pracess. Intermit"tent sampling was performed ta the top af the bedrock wiih continuaus coring in the bedrackto the terrY►ination depths. Where groundwater seepage was ohserved during drilling it is so recorded on the logs. Graundwater le�els, when encauntered in the barings during drilling for this in�estigation, are iden#ified below. B4rie�g �Io_ 8-02 8-03 B-04 B-05 s-as B-D7 De��th �ra��ndwate� Ir�l�ially Enca�nt�rx*� �fr.�l, b�s� — 23.0 Not Encountered Not Encountered i�.a Not Encountered 25.4 �roundwat�r Oepth after 75 n�Sinutes --�feel, bgs� 17.3 Not Encountered Not Encountered 15.0 Not Encountered 18.4 Lan -term Grounciwater Monitorin : Long-term monitoring of graundwater conditians �ia piezometers was not performed during this in�estigation and was beyond the scope of this study. Lang-term monitaring can reveal groundwater levels materially different than those encountered during measurements taken while drilling the barings. Groundwater Fluctuations: Future construction acti�ities may alter the surfate and subsurface drainag� characteristics o� thls site. It i5 di#ficult to accurately predict the magnitude of subsurface water fluctuations that might occur based upon short-term obser�ations. The groundwater le�el shauld he expeeted to ftuctuate throughout the years with �ariations in precipitation. ,�.� /41l��LYSIS AN9 ��COf��EIVDAiIOf�S 5.� �gisrr�ic Si�� �la��ifica�cio� The seismic site classification i5 based on the 2D12 lnternatianal Buildir�g Code (ISCj and is a classi#icatian af the site based on the t�pe af soils encountered at the site and t�eir engineering properties. Per Table Z0.3-1 of ASCE 7-10 as referenced in the 201Z IBC� the seismic site classification for this site is C. G&A1 Project No. LAN_16Q2.00 Page 7 �.� C�ns��u�ti�� �����+a%ions A licabifit : Recommendations in this section apply to short-term construction-related exca�ations for this project. Sloped Exca�atians: All sloped short-term constr�action exca�ations on-site should be designed in actnrdance with Occupational 5afety and Health Administratian (OSHAj exca�ation standards. The following table addresses QSHA soil type based on the abser�ed sails in the praject borings. �vring Nv, B-p2 B-03 8-04 B-O5 B-06 B-07 �05FIA ��il a �G! i.Cca4Jan �n�i � � � � � V � 0 aep�h (fe 0-20 a - �.o 0 - 1S Q - 2D 0-20 0-20 For rock, short-term construction exca�ations may be cor�structed with a vertical slope. Recammendatians pro�ided her�in are not vaiid for any long�term or permanent slapes on- site. We shouid be contacted to review sloped exca�ations deeper than 20 feet. �or Type B soils, short-term construction excavatians may be constructed with a maximum slope of 1:1, horizontal to vertical (H:Vj. For Type C soils, short-terrr� canstruction excavation5 may be con�tructed with a maximum slope of 1.5:1, horizontal to vertical (H,V). Shored Exca�ations: Vertical shored shorC-term construction exca�ations rrmay be used, as an alternati�e to sloped ex�a�ations, in conjunction with trench boxes or other shoring systems. Sharing systems should be designed using an equi�alent fluid weight of 65 paunds per cubic feet (pcf) abave the groundwater table depth and 95 pcf befow groundwater table depth. Surcharge pressure5 at the graund surface due #a dead and live loads should be added to the lateral earth pressures wher� they may occur. Lateral sur�harge pressures should be assumed to act as a uniform pressure along the upper 10-feet of the excavation based on a lateral earth coefficient of 0.5. Surcharge loads set back behind the exca�ation at a horizontal distance equal to or greater than the excauation depth may be ignored. We recommenc� that no more than 200-feet of unshored excavatian should be open at any one time to prevent the possibility of failure and excessi�e ground movement to occur. We alsa recommend that unshored e�cca�ations do nat remain open far a period of time langer than 24-hours. Limitations: Recommendations provided herein assume there are no rtearby structures or other impro�ements which might be detrimentally affected by the construction excavation. G&AI Project Na. LAN_1502.00 Page 8 Before proceeding, we should be contacted to e�aluate cons'truction excavation5 with the potential to affe�t nearby structures ar other improvements. Exca�ation Monitorin�: Excavations should be monitored to confirm site soil conditians consistent with those encauntered in the borings drilled as part of this study. Discrepancies in soi! conditions should he brought ta the attention of G&AI for re�►iew and revision of recammendations, as appropriate. �.� G�ou�d�a�ter �on��ol Graundwater was encountered at depths as shallow as 16.0-feet bgs during the subsurfac� investigation. If graundwater is encountered during exca�ation, dewatering to bring the groundwater below the bottom of exca�atian5 may be required. Dewatering could consist af standard 5ump pits and pumping procedures, which may be adequate to control seepage on a local basis during excavation. Supplemental dewatering will be required in areas where standard sump pits and pumping is not effecti�e. Supplementa) dewatering could include submersible pumps in slotted casings, well points, or eductors. The contractor should submit a groundwater control plan, prepared by a licensed engineer experienced in tha# type af work. �.3.1 %sging Required Te�tin� and Inspectians: Field compaction and classification tests should be performed by G&AI. Compaction tests should be performed in each lift af the compacted material. We recommend the minimum soil compaction testing of one test per lift per 100 linear feet of utility backfill. lf the materials fail ta meet the density ar moisture content specified, the course should be reworked as necessary to obtain the specified campaction. Lia�ilitv Limitations: Since proper fielcf inspection and testing are critical to the design recommendations pro�ided herein, G&AI cannot assume responsibility or liability for recommendations provided in this report if construction inspectian and/or testing is performed by another party. �.4 ��r�olition C�r��id�r�t��n� Aqpfieabilitv: Recommendations in this section apply ta the removal of any exis#ing uti{ities or pavement which may be present on this site. General: 5pecial care should be taken in the demolition and remo�al or existing utilities and pa�ements ta minirnize disturbance of the subgrade. Excessi�e disturbance of the subgrade G&AI Project No. LAN_150Z.00 Page 9 resulting from demolition acti�ities can ha�e serious detrimental effects on planned foundation and pa�ing elements. Existin Utilities; Existing utilities and bedding to be abandoned should be completely rema�ed where indicated in the drawings. Utilities which are abandoned in place should only be abandoned as indicated in the drawings. 5.� Loadin� �n B�a�i�d ��ru��ure� Applicabilitv: Recommendations in this section are applicable to the de5ign of buried junction boxes, piping and manhales associated with this project. Uplift: Buried structures are subjected to uplift for�es caused 6y differential water levels adjacent to and within the structure. Soil with any appreciable sil# ar sand content will lilcely became saturated during periods of hea�y rainfalf and the effective static water le�el will be at the gro�nd surface. For design purpases, w� recommend the groundwater le�el be assumed at the ground surface. Resis#anc� to upfift pressure is pravided by soil skin fri�tian and the dead weight of the structure. Skin friction should be neglected for the upper 3 feet af soil. A skin friction of 200 pounds per square foot �psf� may he used to design structures beiow a depth of 3 feet. La#eral Pressure: Lateral pressures on buried structures due to soil loading can be determined using an �qui�alent ffuid weight of 65 pounds per cubic foot (pcf) abave the graundwater table depth and 95 pcf belaw the groundwater table depth. The lateral load praduced by a surcharge may be computed as 5D percent of the vertical surcharge pressure applied as a constant pressure over the full depth of the buried stru�ture. Surcharge laads loca�ed a horizontal distance equal to or greater than the buried structure depth may be ignored. Vertica! Pressure: Vertical pressures on buried structures ciue to soif loading can be determined using an equi�alent fluid weight of 13D pcf. This does not include surcharge loads. The �ertical load produced by a surcharge may be computed as �.00 percent of the �ertical surcharge pressure applied as a constant pressure o�er the ful! width of the buried structu re. Founda�tions: The net increase in bearing pressure below 6uried junction boxes, piping and manholes is generally negligible. Pro�ided that #he structure is underlain by firm, undis#urbed soil, the ground surface over and adjacent to t#�e structure remains at about the same le�el prior to construction, and no additional load is applied to the structure, we expect post-construction settlements of buried structures to be ne�ligible. �mpty buried struc�ures b�low t�e groundwater table will be subject to buoyant forces. Buoyant forces on G&AI Praject No. LAN_1602.00 Page 10 buried structures will be resisted by the dead weight of the structure, effective weight of the soil above the structure, ar�d skin friction pre�iously deseribed. Limitations: Recommended design pressures provided herein do not include loading due to tunnef installation, where applicable. Depending on the type of tunnel, laading an piping due ta construction can far exceed stresses induced by sail and surcharge loading and may dictate piping selectian. Where appropriate, loading on piping due to tunneling should be factared into the design of buried piping. �.� I�etaini�� S$r����re� Applicaiaility: G&AI was not notified of any specific retaining 5truc#ures in conjunction with this project. Recommendations pro�ided in this section are applicable to structures 5-feet or less in height. Retaining strutture5 in excess of 5-feet should be brought to fhe attention of G&AI for a more detailed assessment. It is rm erative that labal stabilit be reviewed 6 G&A1 on an retainin sfructure in excess o 5- eef rn her ht. Lateral Pressure: Lateral pressures on buried structures due to soil loading can be det�rmined using an equivalent fluid weight of 55 paunds per cu�ic foot (pcf) abo�e the groundwater table depth and 95 pcf below the groundwater table depth. The lateral load produced by a surcharge may be computed as 50 percer�t of the vertical surcharge pressure applied as a constant pressure o�er the full depth of the buried structure. Surcharge loads set back behind the retaining structure at a horizontal distance equal to or greater than the structure height may be ignored. Lateral Resistance: Resistance to lateral loads may be pro�ided by the soil ac�jacent to the structure. We recammend using an equivalent fluid weight of Z00 pcf for lateral resistance. Bearin� Capaci�: Assuming a minimum embedment depth of 24-inches, an allowable bearing capacity of 2,OOD ps# may be used for retaining s#ructure foatings (Factor of Safety of FS=3j. An allawable caefficient of slidir�g friction of 0.23 (Factor of Safety FS=zj between the retaining structure concrete footings and underlying sr�il may k�e comk�ined with the passi�e lateral resistance. �.7 �uried Pipir�� Applicabilitv: Recommendations in this section are applicable to the design of buried piping placed by op�n cut methods associated with this project. Pressure on Buried Pi e: Design recommendations pro�ided in the "Loading on Buried 5tructures" section of this report apply to buried pipirtg. G&A1 Project No. LAN_16D2.00 Page 11 Thrust Restraints: Resistance to lateral forces at thrust blocks vvill be developed by friction developed alang the base of the thru$t block and passive earth pressure acting an the vert�cal face of the block. We recomrnend a cflefficient of base friction of 0.23 along the base of the thrus� black. Passi�e resistance on the �ertical face of the thru5t block may be calculated using the allowable passi�e earth pressures presented below. Thrust Restraint Passi�e Resistance Al�¢wable Pas�Gv� Earth Pr�:ssure i�y MatgrMal Ty�e T� -- _ �u1a�Pri�f �' - - +4�IQw�hIC? F'SSi9we Pressure (Psf� Nati�e Clay and Clayey Sand 2,000 Compacted Clay Fill 1,500 Limestane 3,000 Note: Passive resistance should be negEected for any portion of the thrust block within 3 feet of the final site grade. 7he allowahle passi�e resistance fpr nati�e clays and limestone are �ased on the thrust block bearing directly a�ainst vertical, undisturbed cuts in these materials. Bedding and Backfill: Pipe bedding and pipe-zone backfill for the sanitary sewer piping shauld be in aceordance with the City of Fort Worth ar o#her applicable jurisdiction standard specifications, The pipe-zone consists of all materials surraunding th� pipe in the trench from 6-inches below the pipe to 12 inches aba�e the pipe, Trench Backfill: Exca�ated site soils may be utilized to backfil! the trenches abo�e the pipe- zone. Backfilled sail should he placed in laose lifts not exceeding 8-inches and should be compacted ta at least 95 percent maximum dry density (per A5TM D-698) and at a moisture content between optimum and 4 per�ent abo�e optimum moisture content. Trench Settlement: 5ettlement of backfill should be anticipated. E�en for properly compacted backfill, fiils in excess of 8 to 10 feet are still subject to settlements af about 1 to 2 p�rc�n# of the total fil! thickness ouer time. This level of settlement can be significant for fills beneath streets. 7herefore, close coordinatian and monitoring should be performed to reducE the potential for future mo�ement. Testin�; Compaction tests should be performed in each lift af the compacted materiaL We recommend the following minimum soil compaction testing be performed: one test per lift per 10❑ linear feet of backfill. If the material5 fail to meet the density or moisture content specified, the course should be reworked as necessary to obtain the s�ecified corr�pactian. 5. � �!� 1� i� �� I 1�� General: 5e�eral segments of the proposed waste water line are identified as bore (thrust borej or potentially tunneled sectians. These includ� road and railroad crossings, creek or G&Ai Project No. LAN�1602.QQ Page 12 drainage ditch crossings and/or zones where open trench construction may be overly disruptive. We understanc! that means and methads for canstruction o# bore, thrust bore or tunnels related to this projeGt are at the discretion af the Contractor. Furthermore, only limited infarmation was avaiiable regarding the potential bore alignments at the time of writing this report. Consequently, detailed tunnel design recommendations are nat pro�ided. This report shauld be consider�d a Geotechnical Data Report (GDRj for the pur�oses of bore, thrust bare and/or tunnel design and construction. Design recommendations provided in the "Construction Excavatior�s" section may be utilized for temporary tunnel access shaft excar�atians. Design recommendations pro�ided in the "Buried Structures" 5ection of this report may be utilized for tunnels and permanent access shafts. The "Buried Piping" section specifically excludes tunnel loading due tv construction. Construction loads may dictate bare, thrust bflre or tunnel piping design and should be determined by the Contractor and applied to the tunnel piping design, as appropriate. Borings B-01 to B-05 can he r�ferenced to determine the anticipated sa�1 and rock material thrau�h which the bore pipe will penetrafie. fi.0 ��n�E��� �on�nn���� Data Assum tians. By nece5sity, geatecMnical engineering design recommendations are based on a limited amount of infiorrrtation abowt subsurface eonditions, In the analysis, the geotechnical engin�er must assume subsur�ace conditions are similar to tho�e encountered in the borings. The analyses, conclusions and recommendations contained in this repart are based on site conditions as they existed at the time of the field investigatian and on the assumptian that the explora#ory borings are representative of the subsurface conditians throughout the site; that is, the subsurface Gonditions ev�rywhere are not significantly different from thase disclosed by the borings at the time they were completed. Subsurface Anomalies. Anomalies in subsur#ace conditi4ns are often revealed during construction. If during constru�t+on, differEnt subsurface conditions from those encountere� in our borir�gs ar� obser�ed, or appear to foe present in exca�ations, we must be advised promptly so that we can re�iew these conditions and reconsicier our recommendations where necessary. Chan e of Conditiflns. If there is a substantial lapse of time between submission of this report and the start o# the work at the site, if conditions have changed due either to natural causes or ta �onstruetion operations at or adjacent to the site, or if structure locatians, structural laads or finish grades are changed, we shoufd be promptly informed and retained G&AI Project I�o. LAN_160z.D0 Page 13 to review our report to determine the applicability of the conclusians and recamrrmendations, considering the changed conditions and/or time lapse. Desi�n Review, G&AI, Inc. should be retained to r��iew thase portions of the plans and specifications for this particular project that pertain to earthwork and foundations as a means to deterrnine wheth�r the plans and specifications are consistent with the recommendations contained in this report. Constructian Materiafs Testin� and Insraection. G&AI shauld be retained to abserve earthwork and foundation installation and perform materials e�aluation and testing during the construction phase of the project. This enables G&AI's geotechnical engine�r to stay abreast of the project and to be readily a�ailable to evaluate unanticipated conditions, to conduct additior�al tests if required and, when necessary, to recommend alternative solutions ta unanticipated canditions, It is �raposed that cfln5truction phase observation and materials testing commence by the projec# geotechnical engineer (G&AI} at the autset af the project. Experience has showr� that the mast suitable method for procuring thes� ser�ices is for the owner to contac# directly with the project geotechnical engineer. This resufts in a clear, direct line of communicatian between the awner and the owner's design engineers and the geotechnical engir�eer. Report Recommendations are Preiiminarv. Until the recommended construction phase ser�ices are performed by G&Al, the recomrr�endations contained in this report on such items as final foundation bearing e�e�ations, final depth of undercut of expansi�� soils for non-expansi�e earth fill pads and other such subsurface-related recommendations should be considered as preliminary. Liability L.imitation. G&AI cannot assume responsibility or liability for recommend�tions pro�ided in this repart if construction inspection and/or testing recommended herein is performed by another party. Warrantv. This report has been prepared for the exclusive us� of the Client and their designated agents far specific application to design of this praject. We have used that degree of care and skill ordinarily exercised ur�der similar conditions by reputable members of �ur profession practicing in the same or similar locality. No other warranty, expressed or implied, is made or intended. G&AI Praject No. LAN_1602.00 Page 14 Appendix A- Project Location Diagrams � � 0 �. m � � � 0 � � I � rn v N O � u � a' C � C R R a 7 n n � n r n T r c 3��� � � �� � � � 9 9 � � 9 a � � � � � � 1 D � � a � i� � � � � � � s`v` 1'! r'F � O � I F-� �l O N � � � � Q � � � fD CC � � � � r+ fD n ru � O � 4'�" � , �`� I� I I �' ���ii i�!�� � + -�� - -'�, ::�� ■# �`� '�, Z � � .� � + }' _k�:1-��� f 4 y'� + � � { � � . 'v. y . j � I -y+ • �! *'F T ' � ` ' ���} ��},"�� . ,� �' ,� �f- w -� 1;'� � � �.�'!{{�'.fi4'�, � ���_ rr� • � •y�Ff'F�'�.i 1F�'.I,,���i� i. - . �'+� � ;'; 5�, '! � _ �, i� _ _ -- -�'1 }� � ���r� �j -�' - ���'�'I'1J+ �U � ` ��� #± {� � �� , , {' € . � � r� ; � i ' � " � ��F � I `+� � � � I � � �+ :.�'.. 'w � . ,` ' � • ��. ' ' . r . t f , . F ' �' _ _ � ` � �� ��' �1' � ', � � ' _ � i.��li.•�r � � �i � �' ��� +�� � �� "� � - - i . : „ ;.h t .'�rt� Y� +��? : ,'r,� • �.. = 4'7 ��_�# } ^ � .-� � � ' � 'w f � -� �-' �+! .;�4 �,� *��"yI'�--. �i � �� ' � � '��� .' ��4�� �.�j' � 1 • ' � � 1 � y r+�ar 1I �.'r. x{lil. � �� � �' LC �1 _4t1 . M �+ � � 'I s - a � -. ] .*_♦ �. � I .�F _ � � ! ,l * +i Y �t � � , ; I� '_ • � � � �-�� � � ' •'F' . � Iz�� � � � � ' ��� � � '� � � —T�� � 7 �� � �5ti� ' �� ��� n � _ � � : 7Ff 3 I ` ?y � y ,�;Fr+�r� 4.. � , � _ �' �� �`' ��,� � � � � � ..i�. ��� � �i +L ' `+'R'+���- .� ..�1 �..r �,i� � ' ��� � �+ � � _�.� i a` . " -. �x��C ba.Y` {. ;' -�,._ �_x . .� � Y ��� � y _ ` ' - � ' � � x _�'°.�,� ��� �E _ ,i�� ) � !a i '� J � 'f"^�� + _ :`� 3 �' • i i ' -- - i �. � � ��4 # �# " � ,�`�`i.���"�{� �`,.s- �"���,. �I� . � � � r � -� j +� `�- '�. . �+ k - `f � � �; ! ;��. � #. +-�� �. � �— + � � . ,. . � I . ►' �. � �, .��� , { ` � � +�� } f, ���k y �';' ,r � : f�� � �.,r -��" . � —T- t-� � , .'I . �' �� �¢ f .� �' � , �. � � � ,�' ,$' �t ��'.. �� � (a ,i�r f ;:� �' f+� -- x� y' y� I �' F� F f� � I Y�� I � � .}r+ � i �' . t� { �� � I '� 5 5� L � , � . �r� . }. y� i � �� I �� �r� �} � � �' r� � � � �. �� :1., , r•, .. �; F = � �, . , i i , ' � �i�:y {. �� . �, ��, � �. � � .���'+'�t:;M, �.�{;.,..'.' ��-- ��: ` ' � �` � , - ti' t .� ��' � a4,1. � ,�, . � �� � �� � }�- }� �* .� � i' _ ,'y�+ � *tn � � .i � .- ���� .�; �r'' '� �� � !,� { i� iJ41? I� /�. �S � '�� � f � • � � k r , f.: • � il � }� �'� ,��� ,f � � � =, - � � �• � �:�?; , � ��'�� � � , `„r�, -, r �5 �' M .P� � 4' ��7�.''.7`-� ., f ;�,_� . #• _ ,r', : � , s � �. Z '.'_-- � Y � �}a +�,a,�x,� � . '� r 1 i � �� �. F -a. i� � _ �+ r� � =fi r, + ' ','��� - �,�� ..1 �� 4 � � i ���� *i�+ '"��� - � {� � +• * I s� _ - r�a _ _ �� _ -. Y , I` L +:I� I# i # . a . � � + � �� . �� �, , - • �5 .t - �* �: � �� � � �. �E � ` , ���Y I. ,�r, ry �, . � � •i _� +� �i� . �. � � 4, � tl � � � � � � � � � � � � � � Appendix B- Boring Location Diagram b � �' n � � O � n Z I � rn � N � O � n � a � � n r�o fp � �T ,V �� � e��! ro � � 0 � ���I �; .,,, -.. �� �� � r ' �� ��;� � ��� ,�, } � '�� e�, � �"rl �, '��1 � . i, �I�a � ,�a �... � r ;1 ,�. : . ��: �� � . ; ��A � ' ;�;: - .���, .� � -� - �� r,� � ; . � �I � ��-. { , ��� •�' �� . � �{ �;� ?.� � � � w ' K�-� �:.,�� �.,.' 't I {� � � a.. i � R �;�� r �, �ti� � ' ' _ __ �.. �il�� r� ..��� ' f " r r �,• �j� #�� �y� ._ - ��_,'�t ' � +f I `k : � ..�i*'. 3 � � � ,��}�� 1- �l v ' }+ ;�_ � �jf ' F � • 'I ,. � � �„ � � ���` � +�,. e '� ` - , , � w�!.�I L`1: j' " �' ;�' ����. ��'.;4 :�; ;� . ' , �',�.�r I �. �' �. ,� � � 1` 'kar�r F ?r� � � .+� � 1 �� i �� '� j � ,'� , � '"�. , �w r _ M1 � '" L4 . �� � i .� •}�" ' r, � 4}r 1 * k . �`�: ' ,� }� +�'I � � � �' tia - ��, I }� C , . � ' y � +' +'� 7" ur� � � � h � - ���� ��ry � r� iY �,F _'s�. ' � � '.�i�"�y.'r " 7. ���f + � _ �. #� ` ` f � � � - ��� ~ ' I � � �# . r . � � ii. .� - � i � ,�..� . •i ����` fi ; . t3 � �.. i i i. �tl�� ' �k`v . J �� �' 4 r '7 v4� � �.�'F �� � �''� � � . ,} .�� �. � -� � 'i i K 4�' ' '.� � � - 4 � �;.�'�- � � � a . *' ��� .++� �_ � ��r -- � ��y � � `' +� �� � ', � +I � `��Y .'Q+ R�1'J I� ,�} " ' r _'�_�— �.i � —,l � # � � �I '�; �� _ � � i�:�!'_� � - �',� {: ����:,' '�� x� �� k ' '� — ... i' + � '� � .'(,,,� ��~i - '�� ' :{ f -{{{��� .{� r� ��LyY` � i4� f� �''}: �� � j � � 4,� � M1����1 ,JY� ''� .9��� �* � j� �� y"" ,# {`� i - } � ` �_+ " +.4�4 # �� �� � -��� � .��'i '� .�+ i �j F ��� �# r �',�I �� � i 1�� * -� . '�" R . =� — — �"''�°t � �� +�. ���r:.� ,-- �� � � ' ��k � � ��` y� . � . i .� �' � � ��� �� � +i i i,k:,ti f�� � -r� � � �` � �' � � :� �� � - � � , ��} .��� . � . 1 '�.�� � ,���;� � � �� �� � .. �,� '� i t � k# ? I(t+ �e `�� �w 1 ,� � ,ff =��= - 4 I�, � ' �-� tY—* N �. � � � C' ������ `I- I. �f'�_ � r . }�,�+ I_ �, . . f' _ 4 �l' +�Y .4.'� - �' �' ��� _ ;;� �����'�� ', � � ��_� ��" �•--� ' _ ��Atx�r�r� � .5j,�.r�T;� �_ F . � 14 { { , � �'�lr .4.1�. � I � f� � � .��� F �, �� _ �. �„ `� ,� .� �_ �.. ',� ���. I" +-� �, � ' �� i �}+#,� � �' ` � j ti . ._�� ��, � ���ti. ,7��� •�. `�� I � ��i���F �5 '�:.y` X � 1 ' � ..� � �3 �_ � - # '* � , , � . *.. � r . i . �. ' r '*� , ;�+ } ; R�` � �h4 , ' � �' - � } �r� -r� i � � - J+#T � I i � '.�� w � �� � � � � � � � L� � � � � 0 `. m � � � 0 � � � � � 0 N � O u � r a: H C � � � � � � � � � R C' R � C � ] p� �i � �� a ? � � � i � � � � � � � I ' � b i � � � � � � � � �' 1 0 � � a ! 9 L 0 � d d � � v �. m � � 0 � � z � �, 0 N O Q � � � � 3 D C� C� � � � � � � � � � � � � n m � � 0 -� - �� ,� � 7 � y � ' � � � � � � � �i � � � � � ' , �. � � � � � � � � � � � � � � � � O rn� n r+ � � � �� � �w t Iv �q V �C n � O � � n rn ro � ru' �, � r-h {D � fD � r-r O � }� rt� S���F �� � „ ,� �� ����� 'II� � � - � # ;� � � w4�` � ' 3 'i : � �i �i l'{ �[� �` r � r ''�' +� 4 r�},. - �;�. ' � �Y�� �,' �� _ F '�# i �Ly �5� � , f� s'.� � _�S? �I _`L{..�. ��dlr I4_ _ __J_— _ �� �; �. �. - 1 �, � � ��, f"�' - -- * � �� �,�� � � '{� y�,r i� r! ' �� �� i� i�� ,+'�� , iIH � _ y � � ' �� , ' �' ��� i • �{� M1 .� � y � f F � � � 41'J}�� -45Y'}' ' yl'' . -3}x - *�'� ��* ' �� � i �"1 ' _' ' _ � TF � I L . . �, �I ` ,�' ��� +ti � . � � {�� � �L �� 'I` �� �� iyy�'` `�. .���� }�� fy'' ,�r - f' �+u' til �y ;{,�r� . � { ��. .� , f. . � f � � � .��- �-'= _ . �r � , '� - � r, ,�„�__- - .: � .� f v � i r y� 41`�,*� r� � �� . - � �� a� ' � -- �.� ',�� �� ���__� �' � �-_ � � � �s� � a . 7' '1�� � � �- �� � ,� _ � = -� �_� �� .;,� c� � � rt ` , � , µ � .�rt }. t�* � �. � �' . � �� � . -„ � � , , � � ''I�Y'�¢�ii� .ii5 F �"�- '��� p`�'s � � � , � �+�� � � k �"'';•�' � � ,` , - �`, � �� „r � � • � . 1' �� � ' ' h4� # _._ ���s� ' , � Y �� � � ,,�� �� � �� �I �f� �+���+ � _,�,�r� �,;-r:z =, * .'�-'� I ' � ! * �r�r��w�'J� . ` �� t - -�..� . , �. 1 f � � � F _ � � �� t � ��_ ��� . K�� � �1 Wr 'R $ ++� � � � �f j I —I " 'I"�_'.. 1 i�T �i. � -�j t. ` i if � �'I I �� . ; -_�'- �' � ,'1 } # . �-. 4 'A� �� i �� ' l� ++� � +�i 1� . �� 1 .j ' .'�*'�i {" � F i — — --_______ _ -' � � � ' _''/F����` "T� _ # � �irl" I '1 ' w � ' � �I f' . l� �� " . .� �e. } � "* ,�i F I � �� '� - , 7 . � � '� �} ;� � . -- _—. __ _�, ,; { � .� � . ���-�� - �. � 'F _ � �� � "� ��i+� — . { I�; : , t - Y i a - - . , � ",��� ���� ''�[�1��_1 F ' �`� "",�; � ' - i � '� r �I - �' �"+.rl}. � .4i. i -�3�'� � � � �- :�i , �' ��. � �r . �� •� � _ ,j:y — ,i, � � . �=) -'i� -- 1,�I �c�.��. '""..:� W�� � . � ' ,� �.y�T' �� . � _� .'�4�'�.h � � � � _ � � - - _ �:.� � - ' .' �. i `� .,—� � � � i � � � � aCi � � W � �� � � � i � a � � � � � � W 1 � H� Appendix C- Boring togs and Laboratary Results """ Gorrondona 8� Associatas Inc. ������ ������ ���� �19710 North Freeway, 5uite 700, Houston, TX 77060 �A , 7524 .facic Newell Blvd. 5., Fort Worth, TX 76118 PAGE 1 OF 1 � Telephone: 281-4fi9-3347 (HOU) 817-496-1424 (Fllh� Fax: 281-469-3347 (MOU) 817-496-1766 (FVI!} GLfENT Lockwood Ancfrews & Newnam Inc. PROJ�Ci NAME 5ycamore Creek Relief Interceptor _ PROJECT NUMBBR LAN 1Bfl2.00 PROJECT LOCATION Fort Worth, Texas DATE 5TARTE� 61291'!7 CQMPI.ET�D 6l29197 GROUN� ELEVA710N MOLE SIZE CONTRACTOR 5trataBore GROUND WATER L�VELS: ME'THOD Continuous Fliqht Auqer � INiTIALLY ENCOl1NTERER 23.p ft LDGGED BY Denn CHECKED BY SS �#FTER 15 MIN. 97.3 it �pTEg AFTER 2A HR Noi Measured ATTEFZBERC � � e z m� •;� � W o LiAAITS � Z U �w }0.'^ k�-� a Z �'� �¢ �� z L� L� �^� Wm (, a,) �� �O�J ~ u�1 �J N p�'�" �� Z� H W � U H U� �o w`. O M A T�#� I A L b E S C R I P T I O N � g � � �� j ��� y a�' c N � o- c n r. � i= �' — � � �z �... mOZ U p o� V�' � �O d� �� �z wy u¢i a a Uv� a o U"i a �— z O a u. FAT CLAY (CH) - Soft to hard, dark brown and brown. ST 4.50+ 17 ST 4.50+ 'f5 59 23 36 97 ' S7 4.50+ 1'f.E 1d8 19 5T 4.50+ 16 57 4.50+ 16 10 ST �F.50* ST 3.5Q 3.9 108 20 55 20 35 97 15 � 5T 3.a0 19 a 2a � 0 � � � 4 ST 1.00 1.1 108 21 a 25 U SANDY L�AN CLAY (CL) - 5oft, brown, � � � 0 a [V O. � � S7 0.50 23 35 15 2a 58 n 30 � Bottom of nole at 3o.a feet. � 3 a � w � a V F Gorrondona&Associates Inc. ������ ��{���� �no3 �� 11710 North Freeway, SuiEe 700, Housion, TK 77pfi0 7524 Jack Newell Blvd. S., Fort Worth, TX 761�$ PAGE 1 OF 1 Telephone: 281-489-3347 (HOU) 817-49fi-1424 (FW} Fa�c: 281-469-3347 (HOU) 817-496-1768 (FW) CLIENT Lockwood, Andrews & Newnam� Inc. PROJECT NAME Sycamore Creek Relief interceptor PROJEGT NUMBER LAN 1602.00 PRQ.JECT LOCATION Fort Worth, Texas �ATE STARt�D 5123/17 COMPLETE,D 5123117 GR�UN� ELEVATION HDLE S1ZE CpNTRACTOR StrataBore GROUN� WATER LEV�LS, METHQD Au er 0 to 1 D feet Rock Corin from 10 l0 30 feet INITIALLY ENCOUN7ERE� Not Encountered I.OGGED BY Savak GHECK�D BY SS AFTER 15 MIN. Not Encountered NaTES AFTER 24 HR Not Measured ATTERBERG � � � z �u � •N � W o LIM175 w �,-, �c� �w � a� �M� a z Nv � Q �" � F a� � wm za � a� �.� 'c d� �rz c� za � � � O �UTAT�RIAL DESCRIPTION � g � � � � � ¢ � �+ � � ��, � � z � � � o � � � V � 0 0 p.� O� � Y� f1�+� c w�.r p C7 ¢z �U moUZ � � o � U � � �O �� �� �Z t�ilv cp � a U� � O V `J � � Z 0 a u. PAVEMEN7 - Asphali (3-inch), Base (10-inch} AU CLAYEY SAND (SC) - Medium dense, light brown, wilh grave! and IimEsione fragmenis. ST 4.5p+ 1 g ST 4.50+� 12 18 5 ST 18 S5 �4(24)13 21 31 19 12 23 1 � LIMESTO€VE - Very hard, gray, fairly continuous C 50(p,25") • to continuaus recuvery, fair io e�ccellen! qualiiy. 50 0,25" RC 9� {95) 15 C 50(1.25") 50 1.25" 95 RC {95) 8 ti 0 24 � C 50(0.25"j 0 50 0.25" � 0. RC (83) 42.4 159 5 �' a 0 25 � C 50{0.50") � 50 0.25" a $ R� (53) 6 z g 30 � Bottnm of hole at 30.0 feet. �� 50(0.50") W 50 0.50" � � g � � d U M - - Gorrondona 8� Associates Inc. ������ ������ �.0� I!� � 11710 North Freeway, 5uike 700, Nouston, TX 77p60 t� 7524 Jacic Newell Blvd. 5., Fort Wnrth, TX 76118 PAGE 9 OF 9 � Telephone: 281-469-3347 (HOU) 817-496-1424 (� Fax: 281-469-3347 (HOU) 817-496-�7'68 (FVI� CLIENT Lockwood Andrews & Hewnam, Inc. PROJECT NAME 5 camore Creek Relief Interee or PROJEC7 NUMBER LAN 1602.00 PRQJEGT LOCATION Fort Worth iexas �ATE STAR7�D 5123117 COMPLETED 5123117 GROUND ELEVATION HOL� SIZE CONTRACTOR StrafaBore GROUNQ WATER LEVEL5: METHQ� Au er Q ko 15 feet Rock Corin from 15 l0 30 feet INITIAi.LY ENCOUNTERED Nol Encountered LOGGED BY SaVafc CHEGKE� BY SS AFTER 15 fJllN. Not EncounteTed NqTES AFTER 24 HR Not Measured A7TERBERG i— � a z m� •N � � o LIMITS w U [I� � �{ [n W 0. Z �v�vi� � m o' � '-' � �.-, zC' �m � �� ~ �J. 1-�` Q�` �7r 'C d7 �^ �� U � Q o �- +� a O MATER1AL DESCRlPTION � g U � cJ �. � ¢ w .� � N � rn c � Z � � w Q �- � � U � v � , Q`-' �� a= � �� ��> �.... �� � � o N �.. pz ar2 �� �Q �.. �r QZ � U� � �. Ufl3 � `� � �O �J �J �� W � � � � ❑ � a �� z O a ii PAVEMENT - Asphalt (2-inch), 8ase (7-inch) AU LEAN CLAY WITH SAND (CL) - Very stiff to hard, daric brown, light brown and gray, with 5Y 4.50+ 3.6 109 2i �44 18 22 81 calcareaus and iron nodules. ST 4.50} 18 5 5T 4.50+ 3,7 9'f2 18 ST 4.50+ 19 With limestone fragments frotn B- to 9.5-feel. 5S 26(2��18 g 35 18 17 76 10 WEqTHERED LIMESTONE - Snft to hard, tan and gray. AU 15 LIMESTONE - Very hard, gray, conlinuous 54(0.50"j recavery, good ta exeell�nt quality. 50 0.25" RC �8�� 36.7 143 8 � 20 =' 50(1.DD") � 50 0.25" � g R� sa (97) � L Q 0 25 � so�o.z5�7 � 50 0.25" � �' 97 Q RC �$2� P � Z g sa � Bottom of hole at 30.0 feeL C 50(0.25"} � 50 0.25` a � 3 a � '�' a U F- ?���Gorrandona&Assaciateslnc. ������ ��������0� 11714 North Freeway, Suite 700, Hnuston, TX 7706Q 7524 Jack Newell Blvd. S., Fort Worth, 7K 76118 PAGE 1 DF 1 �_� Telephone: 281-469-3347 {HOU) 817-49fi-1424 (F1N� Fax: 2$1-469-3347 {HOU) 817-496-1768 {FV11) CLIENT Locfcwaod, Andrews &�fewnam, Inc. _ PROJEGT N�1M� Sycamore Creek Relief Interceptor PRW�CT NUMB�R lAN 1602.00 PRpJEGT LOGAI'ION Fart Worth, 7exas pATE 5TAR7�D 5/29/17 COMPI.ETED 6129117 GROUND �LEVA710N HOLE SIZE CONTRAC70R StrataBore GROUND WAiER LEVELS: M�7HOD Continuous Fliqht Auger � 1NITIALLY ENCOUNTERED 17.0 it LOGGED 81f �ennY CHECKED BY SS � AFTER T5 MIN. 1f.0 ft NOTES AFTER24 HR Not Measured ATT�RBERG � a P z w� •�, � W a LIiUIITS W � �� � rn w w w .� +n a� a � " I— a� a O M A T� R I A L Q E S C R I P" C I O N �� U j C�' J ��¢ w� �� ��, �� z � � W ❑� V�, v W O p u l`� �-i �� �' O� ` � > Y`-. �� Q� c N � a �� �- H_ o � Q� W,� moZ � o c��i�n U" � �o a� g� �z W cn � � �� U a g— z p a � CLAYEY SAND (5C} FI LL - Hard, brown, with gravel, 5T 4.5p+ 12 FAT CLAY (CH) - Hard, dark brown and 6rown, with limestone fragments. 5T 4.50+ 6.2 101 23 64 24 40 95 � ST 4.50+ Zp LERN TO FAT CLAY (CL-CH) - Firm ta hard, dark brown and hrown, with calcareous noduies. �T 4.50+ g.1 114 16 47 i9 28 87 ST 4.50+ 14 10 Si 2.00 1.6 111 2i 15 CLAYEY GRAVEL WfTH SAND (GC) - Loose to medium dense, brown, 4-2-3 20 55 �5� 'E 5 z� SS 2�8� 18 29 16 13 74 7-13-13 30 �S (26) 16 �oE#om of hole at 30.0 feet. � ---"� Gorrondona &Associates Inc. ��R��� ������ ���6 �11710 North Freeway, 5uile 700, Houston, TX 77060 PAGE 1 OF 1 �� 7524 Jack �lewell Blvd. 5., Fart Wor1h, TX 76118 Te[ephone: 281-469-3347 (HOU) 817-496-'i424 (FUI� — Fax: 281-469-3347 (HDU) 817-496-9768 (FIIV� CLI�NT Lockwaod, Andrews & Newnam, Inc. FRQIEGT NAME 5vcamore Creek Relief lnterceptor PROJ�C'T NUMB�R LAN i602.00 PROJECT L�CATION _ Fo�t Worth, Texas DATE STA�i�D 6l29117 COMPLETED 6129117 GROUND EI.E,VATION HdLE SIZE CONTRACT�R StrataBore GROUND WAT�R LEVELS: METHD� AuAer � tn 25 feet, Rock Coring from 25 l0 3fl feet I�1ITIALLY ENCQUNTERED Not Encountered LOGGED BY Dennv CHEGKEp BY SS AFTER t5 MIN. Not Encountered NOTES AFTER 24 HR Nnt Measured ATTERB�FtG � � o z m� �y � � o LIM17S W T U F-W �^ H� �- z N�' S n �H � Z F�-.� �[7 [n a uip �z� � Q� �� '� � F=� �z U o °� O MATERIAL pESCRIPTION � U � t7 Q ¢ �u N� y � � z � ~ w � h H U� �� �� �� �� ~ �� a�1�� Y" �� E y o� � n u)� �� �� �Q U' � (j �Z � UZ d � U� U � R` �O �J �J �Z W� � � a a o ca � �� u 0 FA7 CLAY (CH) - Hard, cfark brown and brown. ST 4.50+ 1 B ST 4.50+ 16.2 117 13 58 22 36 93 � ST 10 LEAN CLAY WITH SANb (CL) - 5tiff to hard, brown, with calcareous nodules and limestane ST 4.50+ 1'f fragmenls. 5T 4.50+ 12 43 17 26 75 1D ST 2.50 1.3 1Q4 10 15 � 55 9-10-17 �3 0 20 ��7� � r- ❑ c� � g a � a 0 25 � WEATHERED LIMESTOiVE - Soff fo hard, tan C 50 (0.50") � and gray. 50 0.25" 'a g RC ��� 1 0 � z g 30 � Bottom of hofe at 30.0 feet. CP 54 (0.75"} � 50 0.25" � 3 a � � a U r ' Gorrondona 8� Assooiates Inc. ���I�� ������ �oo� 19790 North Freeway, $uite 70a, Houston, 7X 7706D PAGE 1 OF 1 �� 7524 Jack Newell 91vd. S., FoH tilUorth, TK 7611 B Telephone: 281-�}69-33k7 (HOU) 817-496-7424 (FW} Fax: 281-469-3347 (HOU) 817-496-1768 (FVI� CLIENT Lockwood; Andrews & Newnam, Inc. PROJECT NAME 5 camore Creek Relief Inierce tnr PROJECT NUMBER LAN 16p2,00 PROJECT LOCATION Fort Worth Texas DATE STARTED 6129/17 COMPLE7E� 6129/17 GiiOUND ELEVATION HOLE 51ZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD _Cantinuaus Flipht Auuer � INITIALLY ENCOUNTERED 25.0 ft LOGGE� BY DennY CHECKEO BY SS � AFTER 1 S MIN. 18.4 ft NOTES AFTER 24 HR EVot Measurec� ATTERBERG � a � z u� � .N � w o LIMITS W z 2 � W �^ H� � z u� % � R' �`-' H �� a� wm a wo �z� H� ¢� N.0 C w �� ��z c� � z � � p MATERlAL �ESCRIPTION ,,,� g U � C3 ��¢ w��� ��, �� z R, � w Q�-- �� v x �� d� H pfY mp� Y" �� c o w �.. ��— w U' � � ¢Z W V� O � �� v�' � �O �� �� �z wV cn � a v� � ❑ U � o- �`� z p a u,. FAT CLl�1Y ! FAT CLAY WITH SANQ (CH) - Sofl to hard, brown, with calcareous nodules and ST 4.54f 13 gravel. ST 4.54+ 18 60 23 37 77 �' ST 4.54+i 5.8 103 24 ST 4.50+I 19 62 21 41 96 S7 4.50+` 6.2 107 20 90 � ST 2,00 18 15 ST 2.04 2.3 1tl6 23 20 5T 4.75 27 54 20 34 25 WEATFiEREb LIMESTONE - Sofl to hard, tan and gray. 30 Boitom of hole at 3Q.4 feef. CP 50 (0.75") 50 0.25" A���F�PTIOIV ��N�LL TEST (ASTN1 DQ��46� RES�ILT� Boring �lo. B-02 B-OZ B-Q4 B-�5 8-05 B-Q6 B-d7 Average Sampie Dep�h (f�i) 5 9 6 5 9 9 5 Sarnple Height (in) Q.8 0.8 0.8 Q.8 0.8 0.8 0,8 Sample �iameter (inj 2.5 2.5 2.5 2.5 2.5 2.5 2S Initial Sample Volume (cu in) 3.93 3.93 3.93 3.93 3.93 3.93 3.93 Initial Sample Weight (gr) 127.3 130.4 133.0 126.5 133.5 139.6 139.5 Initial IVloisture [%) 1$ 16 19 2ti 14 12 21 Final [�oisfure [°�) 3d 26 28 25 22 17 28 Init�al 1A�ef Unit 1tVeighi (pcf) 123 126 129 1Z3 1�9 135 126 Inigial �ry Unii 1lilleight [pcf) 104 109 109 102 114 121 ip5 Appfied O�er Burden (psi) 4.1 7.0 2.4 4.1 7.0 7.1 4.1 Initial Dial Reading �in� 0.0173 0.0145 0.0158 0.0112 0.0125 OA184 0.01�4� �inal Dial f�eading (in) O.D531 0.031Q 0.0234 0.0141 O.a343 0.0297 0.0339 5well (%) 4.48 2.06 0.95 0.36 2.73 1.41 2.45 Project No.: LAN_1602.00 Project: Sycamore Creek Relief Inferceptor Performed by : Gorrondona and Assaciates, Ir�c. �� Laboratory Sulfate Conten# (7X-�.45-E) Project Name Sycamore Creek Relief IntercepYor Project No. lAN_3602.00 Date 7�7/2017 Boring No. B-OZ Sample �epth (ft.j b-S Dilution Ratio Dilution Ratio Dilu4ion Ratio Used 3.�� Used 1'20 Used ��Q a�erage Reading 7.0 Average Reading 11.Q R�erage Reading 7.0 Sulfate Content 140 Sulfiate Content 220 Sulfate Content 740 Average Sulfate Content: 167 ppm Baring No. B-03 DiEution Hat�o 1.20 �ilution Ratio 1.20 pilution Ratio Used Used llsed Average Readi�g 9.0 Average Reading 8.0 Averege Readin� Sulfate Content 180 Sulfate Content 160 Sulfate Conteni Average Sulfa#e Conteni: 187 ppm i:%U 11.p 220 5-6 Bnring IVa. B-d4 Dilution Ratio �.ZQ 1711ution Ratio 1,za �ilution Ratio Used Used Used 4verage Readin 10.0 Averageiteading 9.0 Average Readin� Sulfate Contertt 7.80 Sulfate Content 18q Sulfate Content Average Suifate Content: 173 ppm Boring No. 6-U5 Dllution Ratio 1.�0 ❑ilution Ratio 1:2� Dilution Ratio Used Used Used 4verage fteading 17A A�erage Reading 7.0 Averege Readin� SulPate Content 39q Sulfate Content 14� Sulfate Content Average Suffate Cantent: 247 ppm 8oring No. 8-06 Dilution RaCin �.20 �ilu#ion Ratip 1.20 Dilution Ratio Used Used Used 4nerage Reading g.0 Average Reading 10.0 A�erage Readin� SuSfate Cantent 180 Sulfate Corltenk 20a Sulfate Content Averege Sulfate Content: J.$U ppm soring Plo. 8-U7 Dilutivn Ratio Dilution Ratio ❑ilutinn Ratfo Used 1�:20 Used 1�20 Used 4�erage Reading 9.0 Average Reading 11.0 Averege Readin� Sulfate Content J.80 Sulfate Content 220 Sulfate Contert# Average Sulfate Content: �07 wpm Sample Dep 120 s,a 160 5ample Depth {ft.} 1:20 13.0 26q Sample bepth 1:20 8.0 1b0 �ep 1:20 11.0 220 7-S 4-S 2-4 46 Par�icle �i�e �is�r�ibu�i�n R��ao� 100 90 80 �a � so w z � z 59 � U � W 40 a 30 20 10 C _ �� LL � PL Dg� � Dg� D�Q _ �� �1; 59 _I 23 0,0283 I 0.0084 O.OpSI � � � I Material Descriptinn PI'o}ect No. LANj602.40 Client: L,ockwood, Andrews and Newnam, Inc. P�oject: 5ycamare Creek Relief Interceptor C Location: B-02 Depth: (2.Q-4,0) ft, Gorrondona & Associates, Inc. U5C5 I AASHTO CH A-7-6(40) Figure urcr-�uv oi�� - nun. %+3„ % Gravel °� Sand % Fines Coarse � Fine Coarse Mediu�ne Silt Clay _ 0.0 0.0 I 0.0 O.D 0.3 _� 2.4 47.5 49.8 GRAIPI SI�� D15TRl�UiI�N TEST �A�A Client: Lockwood, Andrews and Newnam, Inc. Project: �ycamore Creek Relief [nterceptor Projec# Nwmber, LAN1602.00 Loca�ion: B-02 depth: (2,0-4.0)1�. Liquid l.imit: 59 USCS Classification: CH -- +��}.,_ Plastic Limit: 23 AASHTO Classifica�ron: A-7-6(40) V � Y.�I � �ry Cumulative Cumulative Sample Pan Sie�e Weight and 7are Tare Tare Weight Qpening Retained (grams) (grams) (grams) size (grams] 141.00 4.00 0.04 0.75" 0.00 318" 0.00 #4 0.00 #s o.00 ��o o.00 ��� o.00 #30 0.20 #40 O.A 1 #50 0.72 #100 1.48 #200 3.85 _I I"u��L��:.i."= i_-i ;y-�`.i�.- Percent Finer 1 Q 0.0 lOD.O 100.0 ioo.o ioo.n ioo.o 9�.9 99.7 99.5 99,0 97.3 Hydrometer test uses material passing #4fl Percent passing #40 based upon comp[eke sample = 94.7 Waight of hydrometer sample =50 Autamatic temperature correction Composite correctian (fluid density and meniscus height} at 20 deg. C=-� Meniscus carrectian only = 1.0 Specific gra�ity of salids = 2.71 Hydrometer type � 151 H Hydrometer effecti�e depth equatian: L= 15.294964 -�.2b45 x Rm Elapsed Temp. Actua! Corrected Eff. Time (min.) (deg. G.) Reading Reading K Rm Depth 2.00 22.7 1.U300 I.0264 0.0130 31.D 8.1 5.00 22.7 1.027d 1,0234 0.0130 28.0 8.9 15.00 22.6 1.Q240 I.0263 0.0130 25.0 9,7 30.00 22.5 1.0220 1.0183 0.0130 23.a 10.2 60,QD 22.3 1.420Q 1.D163 0.0130 21.0 10.7 250.00 22,0 1.D170 1,0133 0.0131 18.a 1I.5 1440.00 21.8 1.d154 1.0112 0.�131 16.4 12.1 �lameter (mm.) o.nz6 i 0.0173 Q.0104 fl.0�76 0.0455 o.oazs o.oaia Percent Finer $3.3 73.8 b4.3 57.9 S1,S a1.9 35.5 7118l201 i Corrondona & Associates, Inc. .�..,L.�.,-�� � �.n�ii��it`j' •_ u�' - Cobbl�es Gravel Sand Fi nes Coarse Fir�e Total Coerse I Medium Fine Total Silt _ Clay , Total 0.0 0.0 0.0 � 0.0 0.0 � Q3 2.4 2.7 47S A�9.8 97.3 os II ��n ��5 � �20 ��30 0 Oa23 0 0051 O.U084 0 0226 I 0 0283 0 0372� 0 D554 �ineness Modulus 0.02 Corrondona & Associates, Inc. 100 9� 80 70 60 50 40 30 20 10 � % '�'3" ' ' 0.0 LL PL �� — �,� vi.r��i� vi�� - nnii. % Gravel % Sand Coarse �ine Coarse Medium Ffne 0,0 O.Q 1.9 11.2 � 14.9 � i �8 � _ � ti3Q D �— 0.284$ D.0444 O.Q287 0.0026 _ Matarial Description Pfoject No. LAN1602.00 Clierlt: Lockwond, Andrews andNewnam, [nc. Project: 5ycamorc Creek Re[iefinterceptor ..` Location: 8-04 Depth: (3.0-5.0) ft. Carro�dona & Associates, Inc. �louston. iexas °/a Fines $iit Clsy 3b.7 35.3 USCS AASHTO � Remarks: Figure F�ar�i�l� �i�e �i�tribu�ion ��por# . . . � . _ _ � o 0 0 GRAIF! �I�� DiSTRIBUYIOid TE�7 �A�A Client: Lockwoad, Andrews and Newnarn, Ine, Project: Syoamore Creel� Relief Interceptor Praject f�umher: LAN1642.00 Locativn: B-04 Depth: (3.�-5.0} ft. � � - - �:'{f1�F:.`i��Y�_ � 7:SY�� Dry Sample and Tare (9rams) 22134 � CumulatRve Gumulati�e Pan Sieve Weight Tare Tare Weight Opening Retained Percent (grams) {gramsj 5ite (grams) Finer 0.00 0.00 0.75" 0.00 1 D0.0 3/8" OAO 10Q.0 #4 O.QO 100.0 #�S 2.68 98.8 #] 0 4.17 98.1 #16 13.81 93.8 #30 25.00 88.7 #40 29.06 86.9 #50 32.22 85.4 #lOQ 46.8D 78.9 �Zaa s2.as �z.o � �L4�ji"? U`ai��''�I�--;�'r��� Mydrometer tesi uses material passing #40 Percent passing #40 based upon eomplete sampfe = 86.9 Weight of hydrometer sampie =50 Automatic temperature correction Composite correct9on (fluid density and me.niseus height) at �0 deg. C=-4 IUleniseus correction only = 1.0 5pecific gravity of solids = 2.69 Hydrometer iype = 151 H Hydrometer effeckive depth equation: L=� 6,29496�4 - 0.2645 x ftm Elapsed iemp. Actual Corrected Time (min,) {deg. C.) Reading Reading Ft Rm 2.OQ 22,3 1.0220 1.0183 0.0131 2�.0 5.00 22.2 ].6200 1.O I63 0.0131 21.0 15.U0 22.2 1.Oi90 1.0153 D.013I 26.0 30.OU 22.1 L0180 1.0143 0.013I 19.0 60.00 21.7 ].0170 1.0132 0,0]32 18.0 250.�0 21.4 I.Q1S0 1.0112 0.4133 16.fl 1440.OD 21.3 1.0130 1.�091 0.0133 14.0 Eff. Depih 10.2 10.7 11.0 l 1.3 i 1.5 12.1 �2.� �iameter (mm.j 0.0295 D.0192 4.O112 Q.0081 O.00S 8 0.6029 0.0412 Percent Finer 50.6 45.0 42.3 39.5 3 6.5 3 Q.9 25.3 �����ao�7 (sorrondana 8� Associates, Inc. Cobbles � ���avel _ Coarse _ Fine 1'otal o.o I a.o I a.o � o.a �"i:Lti��911C1� `+y���o�li3lt�. 5and Caarse Nledium F n� e� 1,� 11.2 I 14.9 Fines Tatal Silt Clay , Total 28.0 , 36.7 I 3S3 72.0 �5� �70 '�15 �20 �3fl �-- �40 ��0 I�80 �8� D85 I D90 �95 I � OA026 I O.OQSS , 0.0287 � O.Q444 O.1b90 , Q.2808 I 0.731b 13493 Fineness Modulus 0.54 �orrondona 8� �►ssociates, lnc. ioa 9U 84 7D � 60 W Z � � 50 W U � a 4t 3t 2� 11 V�1'111V VILL' 111���. % +3" % Gravel % Sand � Coars� Fine Coarse Medium� Fine 0.0 OA 0,0 q.0 4.7 � 12,6 _� — � � ,— _ — — � � LL _ � PL �8� �� d5D—, �Q-- � p7 �p667 0.0210 0,0102 � 0.0024 _ — � � � Mate�iai Description Project No. LAN16fJ2.00 Client: LocEcwaod, Andrews and Newnam, Inc. Project: Sycamore Creek Reliaf lntarceptor C� Location: B-06 D�pth: (4.0-6.0) ft. Gorrondona & Associates, Inc. Houston. �exas °/a FIIIPS Silt Ciay 46.� � 40.3 _ G�n _ �c �� USCS I AASHTO Figure �ar�icle Si�� �istri�u�ion ��p�� GRAIR! S.I�� qIS��1�3UTIOfV ��S� Dr4iA Ciient; Lockwood, Andrews and Newnam, Inc. Projec�: Sycamore Creek Relief Interceptor Peojeci Idumber. LAN1bQ2.00 Locatian: B-Q6 Depth: (4.Q-6.0) ft. � " ~-� `-_ -_- . ,:�; ���: : � �.-; t�j.,:.;� bry Cumulati�e Cumulative Sample Pan Sie�e Weighf and 7are Tare 7are Weight Opening Retained (gramsj (grams) (grams} Size (grarns) 2oz.s3 o.oa o.00 o.�s° o.00 3/8" OAO �4 a.00 #8 0.00 #10 Q.QO #16 D.14 #30 0.68 #40 1.38 #5Q 3.00 #100 i2.95 #200 26.93 -��� .�.- • -: - -����ir�ii a�.s1�'�r:i.-1i;er, t;, - +����.'" a`�a,x�,k_.-� �rt_� wri-:' Mydrometer test uses material passing #40 Percent passing #40 hased upon complete sample = 99.3 Weight of hydromeier samp�e -50 Automatic temperaiu.re correction Cnmposite carrection (fluid density and meniscus height� at 20 deg. C=-4 Meniscus carrection only = 1.0 Specific gra�rity of salids = 2.72 Hydrometer type = 15IH Hydrometer effective depth equation: L= 16,294964 - 0.2645 x Rm Elapsed 7ime (min.j 2.00 s.00 15.00 30.OQ 60.00 ZSQ,QO 1440.00 Temp. (deg. C.) 22,6 22.6 22.5 22.4 223 22.0 21.9 Actual Reading 1.p250 1.0220 1.020d 1.0180 1.D170 I .0140 iAi20 Corrected Reading ] .0213 1.0183 1.0163 1.OI43 1.b133 1.01 p3 1.0082 K 0.0129 0.0129 0.0130 OA I 30 0.0130 0.0130 0.0131 Rm 26.� 23.0 21.0 i9.a 1 S,0 ] 5.0 13.0 Pe�cent Finer � oo.o a oa.o 1 Q0.0 � oa.a � ao.a 99.9 99.7 99.3 98.5 93 .6 86.7 Eff. Depth 9.4 z o.2 �a.� 11.3 Ii.S 12.3 I29 Dismeter (mm,j a.aas i o.ai gs o.oilo O.00SQ 0.0057 O.Od29 4.0� 12 Percent Finer s�. i s�.� 513 45.0 41.8 32,2 25.9 �11212017 � GO�'1'OndOft� 8a AS5pCIat�S, �f1C. i. � . , , : Grave{ Sand � Fines Coqhles Coarse Fine Total � Coarse Med�um Fine Tota.l Silt Ctay Total 0.0 0.0 D.0 O.Q 0 0�.7� 12.6 13.3 46.4 40.3 8b.7 p5 �10 p15 �20 _I a30 -I- �44 ��ad �BO �$0 { b8� p90 � �95 1 0.0024 �.OQ�#9 � O.D102 0.�0210 , O,D500 O.U667 0.0997 � 0.1771 Fineness Madnlus 0.08 Gorrondona 8� Associate5, fnc. ���o��in��� ������ss��n� -��s� 20 15 � m � ui � � � (/) j 10 .N � � � O U 5 0 Axial Strain, % 5ampl� No. Unconfined strength, tsf Undrained shear strength, tsf Faifure strain, % Strain rate, %/min. Water con#ent, % Wet density, pcf Dry d�nsity, pcf Saturation, % Vaid ratio _Specimen diameter, in. 5pecimen hei�ht, in. Heightldiameter ratio �escpiption: LL = �L � F'roject Na.: LAN1602.OQ �ate 5ampfed: 06/29/2017 Remapks: 5hear Plane Failure �igure 1 11.b44 5.822 2.3 1.00 19.3 129.1 lo8.z NIA N/A 2.73 � 5.74 2.1d � p � �I � GS= Yype: Shelby Tube Client: Lackwood, Andrews and Newnam,inc. Project: Sycamore Creek Relief Interceptflr Location: B-02 De th: 4.a-6.0 �. UNCONFIN�D COMPRESSION TEST Gorrondona & Associates, Inc. Houston. Texas u�c��r��n��� co��������n� r�s�r � � � ui � � � C!1 �5 � .� � � � � 0 U 6 4, 5 3 i� Axial Strain, % Sam le No. Unconfined strength, tsf Undrained shear strength, tsf Failure strain, % 5train rate, °/Qlmin, Water content, °fo _ Wet density, pcf Dry densiry, pcf _ Saturation, °/a Void ratio Specimen diameter, in _ Specimen height, in. _ Heiahkldiameter ratio Aesc�iption: �L=55 PL=2� Praject Nn.: LAN1602.QD �ate Sampfed: Q612912 0 1 7 Remawks: aulge Failure 1 3.935 _ 1.9��7 13.0 � 1.00 20.2 _� � 129.9 108.1 i N/A � NIA 2.77 - - — 5-'7`� _� ! 2.07 , 9 p� � 35 CS� Type: Shelby Tube Client: Lockwood, Andrews and Newnam,Inc. �roject: Sycamore Creel� Relief Inte�•ceptar �ocation: B-02 �e th: 13.0-15.0 ft. UNCONFlN�D COMPRESSION T�ST Gorrondona & Associates, 1nc. � � �igu�e un�c�n��i�E� �o�n���ss��n� ��s�r � � � � � � � a� � .N � n. E � U � ,.� 0 0.5 0 A3cial Strain, % Sample No. Unconfined strength, tsf Undrained shear strength, tsf Failure strain, % Strain rat�, %o/min. Water content, % Wet d�nsity, pcf Dry density, pcf Saturation, % Void ratio Specimen diameter, in. Specimen height, in. Heightldiameter ratio �esc�iption: LL � �L � �eoject Pdo.: LAN16p2.00 Date Sampled: 6/29/2017 �emar�s: Bulga Failur� Figure 1 I.12$ 0,564 � � 5.7 1.00 21.0 i 30.8 _ 108.1 � N/A_ N/A 2,77 5.74 2.07 -i � � � � I — � — —. - �I ` ��= Yype: Shelhy Tube Cli�nt: Lockwood, Andrews and Newnam,Inc. �r�oject: Sycamore Creek Relief Interceptar Loca�ion: B-02 �e th: 23.0-25.0 ft. Uf�COfVFINED COMPRESSION TEST Gorrondona & Associates, Inc. Houston. Texas u��o������ �o����s��o� ��s� so A5 �- � � ui � � � j 30 .N � s1. � a U 1� ( Axial Strain, % 5ample No. Unconfined strength, tsf Undrained shear strength, tsf Failure strain, % Strain rate, %Imin. Water content, % _ Wet density, pcf __ Dry density, pcf Saturatiar�, % Vaid ratio Specimen diameter, in. _ Specimen h�ighk, in. _ _ Heightldiameter ratio Descriptian: �L � F�L c F��oject iVo.. LAN1602.Q0 9ate Sampled: S123f2017 Remarks: �igure 1 42.421 I — - 21.21� - 1 � i.z _ O.SQ 5.2 1 _ 158.6 _ S5Q:8 � N/A �NlA 2.Q4 �- 4.36 . 2.14 f �- - � pl = CS= Type: Rock Core Client: Lockwood, Newman & Ar►drews, Inc. �Pnject: Sycamore Gr�ek Relief Interceptor L�ocation: B-03 Depth: (22.6-24.1) ft. UNCONFINED COMPR�SSION TEST Gorrondona & Associates, Inc. Houston. Texas �w�o���n��� �or����ssi�� ���� 4 -4 3 � � .,-. vi � � ] 2 ,N � � o.. � 0 U 0 0 Axial Strain, °/n Sampfe Na. Unconfined strengtY�, tsf Undrained shear strength, tsf Failure strain, % Strain rate, °/almin. Water cantent, % Wet density, pcf Dry density, pcf 5aturaiian, % Void ratio Specimen diameter, in, Specimen height, in. Height/diameter ratio Description: LL � 40 ��, � ] 8 P�oject IVo.: LAN1602.00 Date Sampled: 5/23/2017 RemarFts: Bulge PaiIure Figure 1 3.606 1.803 1 S,5 1.00 21.� � 131:9 1089 � NIA N/A 2.Z5 5.75 2.09 � � PI = 22 �S= T`ype: Shelhy Tube Client: Lockwood, Newman & Andrews, Inc. Projeef: Sycamore Creek Relief 3nterceptor Location: B-04 �epth: (1.0-3.0) ft. UNCONFINED COMPRESSION T�S7 Gorrondona & Associates, Inc. Houston, Texas UN��R��IlV�� C����F�SI�IV iE�� 4 -� 3 � N � vi � � � CA � 2 ,N � � � � O U Axial Strain, % Sample No. Unconfined s#rength, tsf Undrained shear strength, tsf Failure strain, % Strain rate, %Imin. Water conkent, % _ _ _ Wet density, pcf Dry density, pcf _ Saturation, % Void ratio Specime� diarneker, in. Specimen height, in. _ Heightldiamefer ratio Description: LL � PL = P�oject No.: LAN1602.00 Date Samplecl: 5/23/2017 Remarks: Bulge Failure � I 3.681 i .840 7.5 I.00 L8.1 ! 132.1 11I.9 NIA � NIA 2,80 5.75 - - 2.05 , �igure - � -- � � - PI - C9S� fype: Shelby Tube Client; Lockwood, Newrr�an & Andrews, Inc. �roject: 5ycamore Creek Re�ief Interceptor �acatic�n: B-04 De th: 5.0-7A ft. UNCON�INED COMPR�SSION TEST Gorrondona & Associates, lnc. Houston. Texas �a 30 � N a--� N � �r--� � j 2q .� � a E D U 10 0 Sample No. Unconfined strength, tsf Undrained shear strength, tsf Failur� strain, % Strain rate, %/min. Water eontent, % Wet density, pcf Dry density, pcf Saturation, % Void raiio Specimen diameter, in. Specimen height, in. H�ightldiameter ratio Description; �� _ �L = Proj�ct No.: LAN1602A0 Date Sampled: 5/23/2017 Remarks: Figur�e �I � Axial Strain, % 1 36.680 1$.340 1.6 — o.sa 7, S 153.8 �143.0 � , N/A N/A z.as 4.41 , 2.15 GS` � � � - pe; Rock Core Cli�nt: Lockwood, Newman & Andraws, lnc. �'roject: Sycamore Creek Relief Interceptor Location: B-04 Depth: �15.0-I6.4) ft. UNCONFINED C�MPRESSIDN T�ST Gorrandorta & Associates, Inc. Houston, Texas un�c�r��in��� �o����ssion� ��s� ������,��� ��������r�� ���� � N � ui � L r��' v! � � .N � � Qr C � U 10 7.5 � � I Axial S�rain, % Sample No. Unconflned sfrength, tsf Undrained shear strengfh, tsf Failure strain, % Strain rate, °lnlmin. Water cantent, % Wet density, pef _ Dry density, pcf ___ Saturation, % _ _ Void ratio Specimen diameter, in. _ S�ecimen height, in. Heigh�ldiameter ratio �escription: �,� � 64 �L � 24 Project No.. LAN1b�2.00 Date 5ampled: 06/29f2Q17 Remap�s: Shear Plane Failure Figuee � 6.214 3.1D7 6.8 I.pO 22.5 123.7 _ � 100.9 � NJA N/A 1 �.�� _ � .75 . 2..08 � -? � �'I = 4�J G$= 7ype: Shelhy Tube Client: Lockwood, Andrews and Newnam,Inc. �roject: Sycamore Creei� Relief Interceptor Loca�ion: 8-05 De th: 2.0-4.0 ft. UNCONFINED COMPRESSION T�ST Gorrondona & Assaciates, Inc. Houston, Texas ,o � � � � � � � � � .� � Q � a U �.� 5 2.5 D Sample No. Unconfined skreng#h, tsf Undrained shear strength, tsf Failure strain, % Strain rate, %Imin, Water cantent, % Wet density, pcf Dry density, pcf Saturatian, °/a Void ratia Specimen diameter, in. Speeirnen height, in. Heigh�ldiameter ratio �esc�iption: LL�47 �'L� 19 �poject Na.: LAN16b2.Q0 pate Sampfed: 06/29/2017 �emarf�s: Bulge Failure Figure Axial Strain, % I � 8.487 4.043 11.7 lA0 IS.6 131.6 113.$ � N/A N/A 2.80 �5.75 2.05 PI � 28 CS= Type: Shelhy Tube Client: Lackwood, Andrews and Newnam,tnc. Project: Sycamore Creek Re]ief Interceptor Locatian: B-OS 9e th: 6.0-8.0 ft. UNCONFINED COMPRESSfON TES7 Gorrandona & Associates, Inc. Houston. Texas ���on��in��� �on����ss�on� ��s� u��on��in��� �o����ssio� ��s� � N � N � +.-� [A � > .N � a � 0 U � i.5 a D. � I Axial Strain, % Sample No. Unconfined strength, tsf Undrained shear strength, tsf Failure sfrain, % Strain rate, %Imin. Water content, % Wet densify, pcf _ Dry density, pcf Saturatian, % Vaid ratio Specimen diameter, in. _ Specimen h�ight, in. Heightldiameter ratio �esc�iption: �.L � PL � ��oject iVo.: LAN1602.00 Date Sampled: 06/2012017 Remapks: Bulge Failure Figure 1 1.618 0.809 _ 11.1 1.00 2Q.6 _ 133.4 _ iio.s _ N!A � N/A _ 2.74 � 5.75 2.10 — � � � — f�1 � C5� iype: Shelhy Tu6e Ciient: Lockvrood, Andrews and Newnam,�nc. Pr�oject: Sycamare Creek Relief Interceptor Location: B-o5 �e th: 13.0-15.0 ft. UNCONFINED COMPRESSION TEST Gorroridona & Associates, lnc. Houston. Texas �n��o��in��� ��n����ss�o� ���� �o 15 � y � ui � � � j 10 .N � � Q E O U 5 0 Axial Strain, °!o Sample f�o. Unconfined strength, tsf Undrained shear strength, #sf Failure strain, % Strain rate, °lolmin. Water content, % Wet cEensity, pcf _ Dry density, pcf Saturation, % Void ratio 5pecimen diameter, in. Specim�n height, in. Heightldiameter ratio �esc�iption: Ll�58 �L�22 P�aject No.: LAN16D2.00 �ate Sampled: 06/29/2017 �emarks: Shear Plane Failure � 1 I 16.225 8.1I3 2,7 1.00 13A 132.1 I i 6.9 NIA NIA 2.74 - 5.75 � 2.10 i _ � � � Pl � 36 GS� Type: Shelby 'I'ube Client: Lockwoad, Andrews and Newnam,Inc. Project: Sycamare Creek Relief Intercepkor l.ocation: B-06 Figure ft. UNCONFINED COMPRES510N TEST Gorrondana & Associaies, Inc. Houston, Texas U[V�ONFIR�ED ��MP��SSI�IV iE�T 4-- � � �N C � � � � .N � � L �c G � U � 1.5 0 0.� ( Axial 5train, % Sample No. Unconfined strength, tsf Ur�drained shear sfrength, tsf Failure strain, % Strain rate, %Imin. V�l���l' COI1fGl�t, °/a Wet density, pcf __ Dry density, pefi Saturatinn, % Void ratio 5pecirr�en diameter, in. _ 5pecimen height, in. Heightldiameter ratio Description: LL = PL � Ppoject No.: LAN1G02.00 Date Sampled: Q6/2912017 �emarks: Bu�ge Failura �'igure � 1 l .309 � � 0.655 � _ _ � 6.4 � i .00 { _ � 9.7 _ _� l 13.6 103.5 � � N/A NIA� 2.73 5.74 � _ z.in , � � RI P I CS= I�ype: Shelhy Tube �—Client: Lockwood, Andrevvs and Newnam,Inc. Prrojec#: Sycatnore Creek Relief [nterceptor Location: B-06 �e th: 13.0-15.0 ft. UNCONFINED COMPR�SSiON TEST Garronckona & Associates, Inc. Houston. Texas 6 �- � u� � � � (A N � .y � � � O U 4.5 3 1.5 a Sam le Na. Unconfined strength, ts� Undrai_ned shear skrength, tsf Failure sfra3n, % Strain rate, °/almin. Water content, % Wet density, pcf Dry density, pcf Saturation, °/a Void ratio Specimen diameter, in. _Specimen height, in, Heiqh�ldiameter ratia LL � � �L � ��oject IVa.: LAN1602.OQ �ate Sampled: 06f29/2017 �emar��cs: Bulge Failure Figure �I � Axial Strair�, % � � 5.826 2.9I3 4.8 i .ao 24.1 -- I28.2 1 Q3.3 N/A N/A 2,74 5,74 2.Q9 G5= — � - �ype: Shelby Tube Client: Lockvvood, Andrews and Newnam,Tnc. �roje�t: Sycamore Creek Ralief Interceptor �ocation: B-D7 �e th: 4A-6.4 ft. UNCO�IFINEp COMPRESSfON TEST Gorrondona & Associates, fnc. Houston. Texas ���������� ����������� ���� u�c�n��i��� ������ss��n� Y��� � N � vi � L �'^ VJ � � N � L � � � U ,o 7.5 J ►� ( Axiai Skrain, %fl Sample Na, Unconfined str�ngth, tsf Undrained shear strength, #sf Failure strain, % 5train rate, %Imin. Water conkent, % Wet density, pcf _ Dry density, pcf Saturation, % Void ratio Specimen diameter, in. _ Specimen height, in. Heiahtldiameter ratio AescwEpuon: �� � P� _ Praject No.: LAN1602,Q0 �at� Sampled: 06/29/2017 �emaeks: Shear Plane Failure Figupe 1 6.206 3.L03 4.7-� �00 � 203 128.7 _ 3 07.0 N/A N/A � � z.�s 5.74 2.D9 � �'1 = GS= �ype: She16y Tube Client: Lockwood, Andrews and Newnam,Inc. ppoject: Sycamore Greek Relief interceptor Loca#ion: B-o7 pe th: 8.D-1Q.Q ft. UNCONFINED COMPR�SSION TEST Gorrondona & Associates, Inc. Houston, Texas 4 3 � y � vi � � � � m 2 � .� � ca. E O U � 0 Sample No. Unconfined strength, #sf Undrained shear strength, tsf Failure strain, % Strain rate, %Imin. Water cont�nt, % Wet density, pcf Dry density, pcf Saturation, % Void ratio Sp�cimen diameter, in. 5pecimen height, in. F�eighk/diame#er ratio Description: �� = �� = �ro�ect Fdo,: LAN1b02.00 �ate Sampled; b6/2412017 Remarks: Bulge Pailure �iguee Axial 5krain, % 1 , _ 2.333 _ 1.166 1s.6 1.00 23. I 130.2 105.8 � N/A N/A 2.7� _ _ 5.74 _' � 2.10 PI � � Cg� Type: She[b}+ Tube Client: Lockwaod, Andrews and Newnam,Inc. Project: Sycamore Cr�ek Relief Interceptor Location: 8-07 De th: is.a-za.o �. UNCONFINED COMPRESSION 7E5T Gorrondana & Associafies, Inc. Houston, Texas UN���VI�IR�E� ����FiESSI�IV i�ST` Appendix D - Aerial Photographs � � � i�' _ fs���yinl� '•; _ � __' _ _f FL , * \9 . �� � y ' � �4 '� ; ti� r+ I '��M y � � � • � � ��y, � ' t+ I �+� I �� �.� � �5� �'. � ' G - :,., �,. �,_ � , �� j� .�� . ���� � ` �' -���� , � � ;j; .�:__ ..}*r k - + _ r- ,' � � �� ��: �.. � . , `..�, f. i� �„?' � � {,�{�j � � � �� i�{ "; fI +'.�,��..�� � & �� �i I � ' � .iL'S '�� �I� � - -i��'�� F ' I� � ' ' �':P.� - .f'"�1 :u,ti _� � _� , -� `� .—.�_ �:i�-;. �: .z �!� ` p� .��s ��`.'�� P � N � � � � � f�f� � F� � � � �.. � _ r S �',�, � Y 4' - =1 ��" ; lJ'•� � t .� � y �� .�. ��x � � N : -- � ,��- f. ' ,� ����r ,�.. ' � �� � " � �� � i " - � #�'� �'. -- �I� ,, i ,� I I �- '�'�'. {,r k� '' .,� , ' #� a' �," � ,� • �,. � . - - � r ,� � '- .r - ' - �. .M �' ��� ', + ��� �. � a ' ~ — � # �~ � ' � �' -� 1 � � _ � � _:+�r' r- - : T, � �' � �x+ � * 7L �# w��� � �� i� �' , � .IF* '�• `)' � }{ilµ �� � � -��� � '�� � - ;�) �� �� ' I �+ � � �! � � *� . i�cll � �y � � +F �r s� �.�� m � '+ h F" , � ; e '5 f' � k -� I- �' � '_ #� � �M i �_ 4 � �. �� � �� ��- ��r� 4 r' •yF. � Ri � � �:� �' �r��� �u �:5�.,+i' � ._a i '�`'n:�,�:e���� � - . � ,�'?�. .� �4 " # -�'; -,�}� . +� � - � ���.r � 4 F � . �� ' � +' �� +' - �if�'.��� � �� €;� _ '� 4_ '��'��. . _ :- _ � . �. � � �` �� �*� r!"�' � •�'' � � S+ � #, , ." � �� I ,x � � 'I '�,� _ } � �,� � .��� -� �, ' � � rY�} � `� ' I�� r +� �; �� '� + _ ' a '. � �F �;ti r� � — � # � r .. � � ' �' M �r � 'r � �'��� ,� �� ��� ���i i , til y , ir �, ,:� ,i ' � ` - ��'�_�.; � f � _ �� ; i' � ', �� rl +1 ���:I.� � _5 _ .i � -�. �r,. �� -��� � ��u ., -,� _��� � �� ��-�=��+- �� �: �: - � � t� � x=."-�_ ���� . �.� �� ; ��k _ ;�`;; .� , Y � .S�a ��� �F�K��}'L#. � �� � ' S7 �,� ;I{'��' . ��� �� I�.� � i� �� �a�IF' �t'�'��I� i�_��i " � �4`.•:n, _�� - �4 j 1 � �����, � �-�� . �� � ��} � �:�#Y { �� ,� �� .��� ^-� � � � -, � �l� �� � 0 +� Q � � � � � �l � x � � � U � 0 � U � lJ] � � C'V 8 C� e� � i � 0 � V � .O L a —� ��� �� t e Ci { C e g 4 e E � 5 � � I � { M � J^ W � a � J W � � � v � � , � � 0 E r� U � � Q � cV � l9 e� � � Q � O � � U! �O � 0. � { � � G.� fb I�i� � � � J � � � � j , ' �s ,�-Y�Y � 'K ��'J. � i`t, . .5 �y� #. -L � i k � -- : .. � r � �"�C4 - ��,� � _ �- { ��'�� � ��rr-=--_ -- i '*� �} � � � *' : .� � �' �� 4 r #q� ';�. `�k # 5 � � �7. S � .. . � n '+ „ , F� F� f�F , / � y , `I � r .�+ �4� �+�i. ��. �,. ��� � � �; �•, .+ �.` �. `.� � ' k '�;. ' l ' 1 i . � � . _j ��� " �d� ���� .� ` +� .� ��w' � k� . ��I.iJ?��i_{�12' - � -, r�� �� � ���� �� # S. *i� � ' ' I• � � � # � � `� � . ��f1 � � �.�"jyi F � ��`��';�� + � '�� '� � �,4� �� � � +"��� � �..� � '�!_l.!,.-"' ��� � �. c��.� 1: _ ���� �M1 ��` •� i� �*� } "� � i '� r , ' + �' { , �. � �� ��.�b� �. .� ; � r,� *+ ' � '� +F : te - �y ' , - r# ��.- "' 1 �-y�� J +y� �M -��� �`N� +�� I{w �a'�f }r f . +* �� � . �, y1 ���� t� f '� '�� _ � �,�' �'yk~ + , � �� *� y� ' ,� �♦ i { � �� � �34 . j *y . �� ' � �f "' .. r� � �� * .A �� ' - s� ' ` M�F.� � � �' + #'' ���"~� I w� �' *' '� y T4 ;` �{ � ' {b . {* ���'F�`! � 3 I"�..M1iy +� . i� � � ��'���tyT.r � � ,� e � -iA'� + { � y ,,� � — � �' .�J - y � ��r - -' � 7 � � .� � � } �. �+�, � { , # - � , � �.} . a� .S . { ��, �. '� '7" l . � �};i ���' }� {. 'rl:� i �� � �j i " .i � i�l� - '1� . af`�� ;i -i_ii{' �I• �� . ,,(� . ;1. � ., ;'� `�-`' �-'�,. _ 'f - �- �€ - '�� • � �-- �� �'. i��� .. • �� � � � ��- ,�°'' � � � '" *, F ,� �•� ��F�-�'�`�.._ �� . �� 'k`� . . I{�� ti f �yl' - k' � �. - � I �/^" ' � �II ' � � {� � , ,��� 5 x.� � S"� IF � _� � �" � t � � .F,, � -tk - �r��'=j �- � �,� ���.,, '- 4 ,.' � �' �:i� * * s� 5 i iti � -��G i �� � � ' ' �! � �r � ,*,5. �� � ��+i ,. i';�.7 _ � � �� '� �- . . I' �' �� '1�'� '�� � '�.,- + � � i = ��� l��Yir� � � �',� k ^� ; f ` � �+ i'� ,i . fi �. � _ 4' '�1T� ' w � 1 ���i� � i; `�.; �' � ' � � � . �' . ,., �k !f� -- "�� ' {: � � I ' �' ;i � # .� .�+.�� . � � Tv � �.�.� � � 5' tr �r,} '+� — �' i, ".'• I 'i --',�t J .I'�. � ��' } ' +� � .I ��'�1!�� ��1� 1�4{ '�� }I. ° ,� I ' ��� S �;{ '� .� �I �' '�'r '� � �� �� � � " � x . �:�i4�y'�. b?�l���� =,'�� ;i' ' � ''7� ,� . ��=.'__��._.... �, , ,� #�' �i .�� -+ �� �J;� ,� r�;, - '� �r� � i f r 'x �• '� 1�1..�� �;� .�' j � , � 'aka �� i, + � �i . � . .y� ' i A f� �i' .�'�.u��e,ir�. •� t'--�� �Is��.f"r +. '_. �}. - �:.. � �[ �c��_� � .. X- . ._ � ,_� � � �^� ln.Ll W �..% N/ C aJ � �^, W a U � L � � � V� 8 Q N O � �+ 6 a � � � � U � .Q L � � � � � � � � � � � � N.a � ; _��� " :Y•#f _'ti� . �� . . . 1 � � . .��, . ��t �r. �. � . � � S �� 7. •�� 5 ., �aR �N + - {s. • � ,� - �. �`� r.� �� �� � , � x r. � -- �-� �s' J � ,. � �- ""° � ' � ' �• � ' � : ) . J�+� �. ..�` . ��, i y � •5 �,' ,y . - , . Y !� � �f I -��it i � � _; ,� ; ,} ]. . �_ _ �� . t � 5 � ''r. � fi r �fr. x � �y `� S � x "'.� I. ��'�� �r �/ ...� 1 F ` i ti .��;'i � . 4��� �. a }. . �� � ��•�� �+ , ��� . :.�, F � r # ii� f .` �j��� r�.;'��#� '�. � '+' � �� �� � i���-- �� r,� f, . � � ��!� �-�'�� f ��.� . , . � � , , �� �+; � + ���� � * ' !� �� * { r ++ .� � 4 � +� � di' '�r't����- � +� � �� "}��� � ' y+ � 7 '� A � F� i J + . � � � ' Y* � i1 i � r �'� �',"' � ��� f , k ����` � `��*=} y ` ' � ` f I I� Y � �� � ,. v� T;L R � � I -.�"r ] ' !T i0f .k ' f '* �� � � X". �'�'' ! _ � •ti . .�r{� � � 4��. � I � � '��11�y�_�+�+�' � � . — ,{# t � 1� t � ' ��.`•� � � i.- 'r�` � ,�`���'A � 5 1F z"�'�. �.�'a �5r � � J # FY �. � . � � ��i'� � � � M w � n�Q� � ���1�� , �X � "' ' � ' -.,� . . # � �. r ' � F. .'* ■ �+'- -�. J 1G I i � fH 4* �% x .� �. � � �, ry + � � ` �' i `I i i�`r• �;ij r � � K . . i � � k��� � ,� +� � � ;� � � { }. sf' { li �_ � 5��, �%++. -- ���..t , . "���� .--- � �, � J N . - _ — _ _ � � ' i ' µ� �� � 7I ,� � �. ,� 5 *�� Y ��f I.� iYl wr � � •` � y¢7 I. � 1 ' � � # � �4�J� h- _ '�.�I ' t �` ��T:I . ; .� .t � �� �� , � � ti *�' rtr : T� 3 � - • � ��? ;I � 7 � 7 ��'��L� -i ��+�{� = }� � �$ � � � {� 'yy.�i� �, 1 ��r � �dS r�! � � � f +o � � 4- � � � 1 ' �i � w � � �' y� � ��:� ' � �1� � •1 _ �.�' ��_�y M '�: � J � �_ , � � � � ` i �i7� � �1 �� :� , , �, � �� ' � �. �.� ; _ , ,L �� � � � � � "� ,.� ' ,�. � �� �- A �. � + I �" � �'��� � � . � �~+ � � � , �.. ,� ., � ,+,�. � � � I ' x �! *� A � t .1"� rt�'� � � } } � � � y� " +. � � , „�; � ���� � �. _ f � ' � 1r-*'� I.: �s�; � t. . � � � � �. .� --- � I 'i� - 4 I� , ��s �.� �' � ���Y��i}�*'a� � r � -� r �: �. l�= ;- — `�r14 f ' xt.. f � �� ����� _ ;, _ � , Z � a ��-0''�,� 1 ! � ' �� - �', � ` �� � � � .� f �_ � 1� a � � : • .d' � k � �� '�M1 � � -;�, � .-- . ,��� �'� k r ��i��.0,`�,,�_ . S r u��■ +. : ,� . w � �I ,� , .� . ��e�.,t������..�.��� �ii!_.�"rf�l!� - � � ,'.4� � O � Q^l W V L � � � �W/ Yo � Q� Q} �.. V^, W � � � � � O A fV � �� � Q J 0 � u � O L � ---_ -I, ��� �f L �tra� I '.ii I � �1 � � � � Q �/p Ld � � � �q C.d � � � � � � � � � �^, W c.i L � � � � � .� � � � N � U � L 0C C � �..) � � � Q � � � � I � Q J O Z � U 0.1 .� O L � Appendix E- USGS Topographic Map ��� I �` } �}_�' i ���: � � 5 � �� � ` � ; '. I� �; .� �34 R '�+ � � � }, �;' ' S`i i� x r J � �� �3 � r • � • �t�"': r'� , .,��,✓ 7 , � w ,� '�1 ��1ti � � i�� � ? i �s I , � �? � y ' y � � � v _ . ' �a ���'1�' Z. LS _.. _ � I tl , . 4.. . __ 1 �`' ` � � � � 'h5 F 'S f r � - l�l�j � I �/ � r�Y� 4�. � rF �7 � � *I F { r. +F' � �' �� ' � "�.. , �l f } �' r f, ly � � .+ � � � �� ��:�� # r� F ' { � f � � . ��i' '� � � � � � �� 4 �. ,� ��, � �_ *- �-. � � '' ' x � �� T-" t � �1 � � i �� . � . � ,� - ��� li �. �4�� �+I — ��, -- � - �. �* � �� - � �� , • �� • � �� l ���� ��� � � i �. �� .��',' � _ #; �. � � � f . fr �• � a � � r ` r� i. � - f � � ' . -' . �� � �"' ' r-¢ f � F +i } , � ++� ' � I � ' � ' r. � ' f��� �_ � _;�� � � __ _� _ � � � � �����. �, �'�� M + ` �I �`�,4 '� #� . i , , �k� , � + f �;� } � � � r �� � - . _ _ _ _ �+�`�-.� ! � � � ' � �• � �'� � ,� ` *� � � �s�� � - � i - ,' , � J -��. .:�-'+�' ' + ' . ��r � I ' 'i'� i x�` ' �, � x,. �, � � �� 1 } �� � . � # 4 ��~' � �_ _ � � '� r . � . , �- ... �-: - ����� - � � �' #'" _� �� � ��'" 1,,�� , r*- ..._;- �,* y �: . �, ;,+� i� � � � �, - �- , - - �• _ ' � � � � � � � �, � i'� , � � �; ql 5 F ���.ya_ � �i � .�i � �� ,I ',' � � { �� i �' '4 � {��� � ' \ ,�_� ! . � ' I � � __, ' � 17 `� 1 ,� ' l � ' � �' I :} � ,F , � _� . , ' j ,,� , , ,� � _ . . -_ ; � �, �; �- 4'� � � y, '� �r s _ - � � F � �.• = 1 + ��p f � � i i ,I i _� , � �r � �' : �:,: •. Y I F �I �u% i � � ; . � 1� !kl '�•#�. +�r- ; � -� . �� Hf9 ��D �� � � - � J.�� 1 1�' ii �� � � 1' � '��j II.,_`esy 0 �--r Q � � �, � N .� c� � � a� L V N O � 7- t/'1 0 � � O tD � I � J 0 � �^' W .� � � Appendix F - 5ite Photographs cn T � � � � � � � � Li� � , � ~y� � � ' "�; � � � � � '° S��li r � � iS ;�� " � '�' �� ��• ��� � � Y . t"''� _ �S`.� ��� . 1_ / _,'� w �-� i �w� � �� � � i � •� � � ' . � I �� � � T I � � �� w[ - � � ,� � r ' � ' � - � O 00 a.-� ca c 0 V a� a L � � 4!1 tL0 C �U fO L.L m 0 m � � O � U L n � Gl [UO C �U fC tL N O 0� a--� iC C O N � � � a � oA � .� fC LL 4 �- ii '� j f�� _. y� t. , n O o� � � c � o �' i� �° ' � Q O �A t,Y'_ ��J� U �� � � � O � I � m a-� f� �' s � O Q] L � i � 0 'i z 1 � c V lO i � � � � "�� � � m � � C O U v � C] � �7 G;0 C �U f0 L.L — � � � � , L � � � � V L a +� c � .� � Y U1 � L V N � � � � � O � � lD � I � � � � �--� �.1 �i .� O � d Appendix G - Geologic Information � � � � � � � � �(� �d Q � W � Y �;+ `!!s��2�� �4� � f' r,�l�!!, � � � � ��F "'4 � � � � r'� `.3:��#ti,�`r �ddi�49�d . 11� ���'v7, �' '`r�� �ihG11�i �il �� � � � � � �i�RIS�;,� � � i5S 1;�aE�"s�n�,; i3 '� .a �. � YII +�Y #�i��4 �:if �� � J, a,' ;� 44 ��. ;�'' '� u ��'�'4"�' �� �k' _� � �f �j �k'��r: � �la �� i�t�E�a�,- � � �"'�4G � � � �g �`''Q� � �}�n� f� � � � $i':� d'.�+1'+Fp ,� � , , �� �;,._ =a; � �,,; t � �� :� � x�� � �I�roa'r.+r7� �u�� � tr� A� � �' � �u i�' �r'%�,` � � ��� '� R �i.���� � I • �►l���'�I.f � � �„�N���*��� ���elhl �� *fTi+.�J� n.�T? �:;.a� �'tl���� �y � ch1�A+��10�i �1� " � � � .'� � ,S4 � � �14 l�' F'hR +r'}�" e � � � f'��4�7�i�u�`u � � . �� � � � �� ��/� � � � � �4 "�x�►aw�Rfl � �YW3f�"i�iMT��1 �594 � � . .k r� �./y, .w . L � �i. Q� U L Q.% � � .� � � � � L V � L 0c G ro U � �/7 � O N 0 � � I � � O � U f17 O L Q � _ � -� I� ` I � � ` ' s�7�rCc�. ��rf� �dyrai,glr,� s�.��Flil � ; - i - -- . - ;� P�ineral Res�ur��� > �nlir�� SRaiia� Da�� >�3��I��yy ��y state > Texas �liu�iu�t alluvium Sta�e Ti �x ,,; Name alju�ium �eoiog,c a9e phanerozoic � Cenozoic � Quaternary � Holocene Original map label Qa � Comments alluvium and low terrace deposits along streams, sand, silt, clay, and gra�el. Thickness variable. The uni� appears on Geologic Map of Texas on �he lagoon side of barrier islands where they represent lagoon and wind-tidai-flat sand and clay. These deposits of clay and silty, clayey fine to v. fine quartz �and and shell sand accumulate or� aliernately dry and flooded barrer� flats Q.3 m below to 1 m abo�e mean sea level. Mapped areas include active eolian sand dunes on the landward side of barrier islands. Primary rock type c��a Secondary rock type ,;�j� Other rock types ��ay or mud; gravel �i�hologic consfituent�s Major Unconsolidated � Fine-detrital (Alluvial) Uncansolidated > Coarse-detritai (Alluvial) Map references Bureau of Economic Geoiogy, 1992, Geologic Map of Texas: University of Texas at Austin, Virgil E. Barnes, project su�er�isor, Hartmann, B.M. and Scranton, D.F., cartography, scale 1:�QO,ODO Unit references Bureau of Economic Geology, 1974, Austin Sheet, Geologic At{as of Texas, University of Texas, BureaU of Economic Geolagy, scale 1:254�Oa0. Bureau of Economic Geology, 1974, San Antonio 5heet, Gealogic Atlas of Texas, University of Texas, Bureau af Econorrmic Gealogy, seale 1:�50,000. Bureau �f Economic Geology, 1976, Crystal City-Eagle Pass Sheet, Geologic Atlas of Texas, l�niversity of Texas, Bureau af Economic Geology, scale 1: 250, 000. Bureau of Ecanomic Geology, 1972, Dallas sheet, Gealogic Atlas of Texas, Bureau of Ecanomic Geoiogy� University of Texas at Austin, scale 1:250,OOQ. Bureau of Economic Geologyr 1967, Pales�ine Sheet, Geologic Atlas of Texas, Bureau of Economic Geology, llniversity of Texas at Austin, scale 1:250,OQ0. Bureau of Econvmic Geology, 1974, Seguin Sheet� Geologic Atlas of Texas, University af Texas, Bureau of Econnmic Gealagy, scale ].:250,�00. ...............�................................................................,................,,....................................................................................................---......._..................................................., Bureau df Economic Geolagy, �968, Seaumont Sheet, Geologic At�as of Texas, Bureau of Economic Geology, Uni�ersity of Texas at Aus�in, scale 1:250,000. ................................................................................................................................................................._................................................................................................... Bureau of Economic Geology, 1975, Corpus Christi Sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1;250,000, ............................................................................................................................................... _ .......... _ ......................................................................................................... Bureau of Economic Geology, 1975� Beevil{e-Bay City Sheet, Geofogic Atlas of Texas, Bureau of Economic Geolagy, University of Texas at Austin, scale �.:�so,00a. ...._ ................................................................................................................_........._.........................._.........................................................---..............._.......................... Bureau oF Econamic Geology, 1974, Seguir� Sheet, Geologic Atlas of Texas, University of T�xas, Bureau of Ecanomic Geology� sca�e 1;Z50,D00. ......................... �....................,,....,,,.,,....,,.,,,.....,..............,.................,............................... �...................,,...,,.......,,..,....,,.�,..........,................................................................ B�treau of Economic Geofogy, 1982, Houston Sheet, Geologic Atlas of Texas, Bureau of Ecqnomic Geology, University of Texas at Austin, scale 1;250,000. Counties And2ro:, - Anare�nrs -�ingelina - Ara ��5as - Arc e- Ar�r��stro��g W Acascosa - Austin - Bastrop - Baylor - Bee - Beil - Bexar - ��anco - Barden - Bosque - Bawie - Brazoria - Brewster - Briscoe - �rooks - Brown - Burleson - 8��� �et - Caldwell - Calhaun - Callahan - Cameron - Camp - Cass - Chambers - Cherokee - Childress - Clay - Cake - Coleman - Collin - CollingswortF� - Colorado - Cornal - Comanche - Concho - Cooke - Coryell - Cottle - Ci ane - Crockett - Crosby - Culberson - Dallam - Dallas - Dawson � Deaf Smith - �elta - Denton - DeWitt - Dickens - Dimmit - Donl�y - Duval - Eastland - Ector - Edwards - Ellis - EI Paso - Erath - Fannin - Fayette - Fisher - Flayd - F��ard - Fort Bend - Franklin - Freeston� - Frio - Gafveston - Garza - G�Ilespie - Glasscock - Goliad - Gonzales - Gray - Grayson - Gregg - Grimes - ��uadalupe - Hall - Hamilton - Hansfard - Ffardeman - Hardin - Harris - Harrison - Hartley - Haskell - Hays - Hemphiil - Henderson - Hidalgo - Hill - Hood - Hopkins - Houstan - Fioward - Hudspeth - Hunt - Hutc�inson - Irion - Jack - Jackson - Jasper - Jeff Davis - Jefferson - Jim Hogg - Jim Wells - Jo` nson - Jones - Karnes - Kaufman - Kendafl - Kenedy - Kent - Kerr - Kimble - King - Kinney - Kleberg - Knox - Lamar - Lampasas - La Salle - Lavaca - Lee -�.eon - Lib�rty - Limestone - Li�e Oak - Liano � Loving - Lubbock - McCulloch - �IcLennan - McMullen - Madison - Marion - Martin - Masan - Matagorda - �4laverick - Medina - Menard - Midland - Milam - Mil{s - Mikchell - MontarU� � Montgomery - Marris - Matley - Nacogdoches - Navarro - Newton - Nol�n - Nueces - Oldham - Orange - Palo Pinto - Panola - Parker - Pecns - PoiK - �otter - Presidio - Rains - Randali - Reagan - Red Riv�r - Reeves - Refu�i� - Roberts - Robertson - Rockwail - Runnels - Rusk - Sabine - San AugustinE - San 7acinto - San Patricio - San Saba - Schleicher - Scurry - Shackelfiorc( - 5helby - Sherman - Smith - Somervell - Starr - 5tephens - Sterling - Stonewall - 5utton - Tarrant - Taylar - Terrell - Throckmorton - Titvs - Torn Green - Travis - Trinity - Tyl�r - U�shur -- Upton - Uvalde - Val Verde - Van �andt - Victoria - Walker - Wall�r - Ward - Washington - Webb - Wharton - Wheeler - Wichita - Wifbarger - Willacy - Williamson - Wilson - Winkler - Wise - Wooc1 - Yo�anc� - Zapata - �a�aEa Show this information as LXML] -[JSc]N] L'.�. Dep��rt ner�} of i��e �r,t�rior � U.S. �e�logic�l Su� vey URL: https://mrdata.usys.go�/geology/state/sgmc-unit,php?unit=TXQal;O Page Contact Tnformation: Peter Schweitzer Mine�°al Ites��rc�� ��-�Li�� ��a$ial �a�� ����,._.,-�1 h.. .,..� � � a�l��. .,�,w�.:�,� C�._-: > t' -�t---. � ;.I. ___�_ � i•_:_��' P�w��aw ��r�rr�ti�rt, !N'�no �irt'����r��. ar�t� D�ntAe� Cl�y. � ■_�rti�- •,����.��� Pawpaw Formation, Werro Limestone, and Denton Clay, undivided Stare ' �- Name pawpaw Formation, Weno Limestone, and Denton Clay, undivided Geologic age phanerozoic � Mesozoic � Cretaceous-Early Original map 1a6e1 Kpd comments p�WP��--calcareous marl, near middle soft ledge- forming limesfione bed, unit as a whofe recessive; thickness as much as ip ft, ihins southward. Weno Limestone, some �ery thin marl interbeds, thin to medium bedded, w�ite to grayish yellow, basal 2-4- ft- thick resistant ledge forms uplands; thickness 6-45 ft. Denton clay alternating clay, marl, and limestone. Thickness 6-25 ft thins southward. Prrmary rock type , : ,up����;� Secondary rock type limestone Otherrack types � ,��r nr �"r1�.1[� Lifhalogic constituents Mdj01" Sedimentary > Clastic > Mudstone � Claysto�e (Bed) Minor Sedimentary > Carbonate > Marlstone (Bed) Sedimentary > Carbonate > Limestone (Bed) Map references Bureau of Economic Geology, 1992, Geologic Map of Texas: University of Texas at Aus�in, Virgil E. Barnes, project supervisor, Hartmann, B.M. and Scrantan, D.F., cartography, scale 1:500,Q00 Uni� references Bureau of Economic Geology, 1972, Dallas sheefi, Geologic Atlas of Texas, Bureau of Economic Gealogy, University of Texas at Austin, scale 1:250,000. counr;es -_ � . - , - �- . � „ Show �his information as [�M� ] - [.�:;ON] � r=� �r•�r �t af th� ir�t �rior � U.�. �eological Sur�ey URL: htt� ://mrr �r�.u�a ,.c,r�v/geology/state/sgmc-unit.php?unit=TXKpd;O Page Contact Information: .er Schweitzer ��n��al �eso�rces B�-Lir�� ���$ial �ata 91� , . I E . .. -. , � ��ii, . M -....-�I l -:i-� > �.�'- - �--- - � --�. _ �_,,�-- � �-_.___ � ��„� " �`''�� ��' L" :-- _ -�-.�=ir=- _ : w"d �y,�'r��-=. i�' _ �� � �y�-�rr ��•,_�t� K.:-r�i��k.�'���1 Fort Worth Limesfone and Duck Creek Formation, undivided State � � , �. Name Fort Worth Limes�one and Duck Creek Formation, undivided �eo�og,c a�e phanerozoic j Mesozoic � Cretaceous-Early Original map 1a6e1 Kfd comments Fo�-t, Worth Lim�stone, limestone and clay. Ls aphanitic to biospari�e, burrowed; marine megafossils are Pecten, oysters, echinoids, and ammonites. Clay, calcareous, in units 0.1-5 ft thick, forms low rollEng hills. Thickness 25- 35 ft. Duck Creek Ls., limestone and marl. Is med. bedded, nodular �o wavy bedded; thickness 25-30 ft. Primary rock type ��: �--tui iC Secandary rock type ,�ds�one Other rock t�ypes , � n- � � u�j Lirhologic constituents MaJOr Sedime�tary > Carbonate > Limestone (Bedj Minor Unconsolidated > Fine-detrital > Clay (Bed) Unconsolidated � Marl {Bed) Map references Bureau of Ecanomic Geology, 1952, Geologic Map of Texas: University of Texas at Austin, Virgil E. Barnes, project super�isor, Hartmann, B.M. and Scranton, D.F., cartography, sca[e 1:500,000 Unit re�erences Bureau of Economic Geology, 1972, Dal�as sheet, Geofogic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1:250,Q00. Bureau of Economic Geology, 1970, Waco Sheet, Geologic Atlas of Texas, Uni�ersi�y of Texas, Bureau of Eeonomic Ge�logy, scale i:250,000, Geogr�phic coverage • .. - � ... ��. - _ • .. � _ - . r,. - ._ Show this information as [ � � u. __.—,� , r t: I, ,��,• �� i.�;. ��o�oyi�al Surv�y URL: * ; � rn � �� ' ��y/stat�/sgmc-Unit.php?unit=TXKfd; 0 Page Contack Information: iweitzer Appendix H- Unified Soil Classification System ��i���� ���������i�������� ������ ���������������� ������� �'Y4 {'u = �'6o s�c��c: t,s,�.t�: �G� - � �� �3a� t �-si3 tr, io �ka ,.,r aa� rnao-�ng sfa �ruda2rn r.-�ry�T::ma� �• CfiV +'.--."�R1 �4Y�t�pr+� �rn:s tic�� "n�' l�la !1 � vt�,i F�:J.6��w+ca�� Inaor �!1. tvss£� 4 da�d7 s�i t+ord��rlsr►:rc�c�+s � ,tA#x�dxarr�Irn�nb�ro�A- �.7q':FR:�GCf39{1�ilfJ�iS�b'tIG013 �lIQ �'I t"�.�. $}+[!� ��NI g �qt� '�� �,� _ �:c7Yt s""�`^� 4- �'r = .I'1'��[�'yrNe �� 1 �s5d � �S' �i,� I�iU" -�3 S� s�at rne��ng�: g-��'�mr�cNr�'nc� �ir �"'� �tl lh�+b�r�i�r�b+,��crw',A' urR�ptc�,�in�si�dza�w [r�� sx #�J[. V�s+s � 4 va�si P.�. b�;ro� �+ �t! 7+ar� �i,[i�� �F71�t�@1[!'o'II'%i �'i'�tl� C+�kD4� LL:[I � iaiew�ripi.���arr7 ald�a �r &}.-�1'i �NWS Df�+LS: Ci�'� CI�'�Sfi� fiY7 $}'��Tr� ��GP'A �{to .Y76�.'..� ql'.b. C1y�feY1'� rn 6�s�,-fi�, a' 1rr� {�'�, ���� L�'��Y�a � s�rr� sf�] maF� �z:a�sG sa€i: �� c�sa0�i �e. rot�cve s I.ctsxarts�t �ix::c�X -•--•-------------•--•--........ +�W.C,.Y.. 547 ;:P F.�a�lYx39120:1C�_:1� ----.___.-_"••'-•"-•"•-'....iiA'.,OG'.S�S.�G �6n t2 ��rc ��t -.•---•,--•....... 2a��rtr.a{f4i� rx�qlrl�gcf�.« �`� �������� ��H�� FYJ �' 317 � � 4�J �., :A7 � � � '10 k� 7ERR�l�s ��5CRi$IFi�G SO�L �C�31,1S�siFR1CY �rt.� t3r�in�l Sa�is �o�r� �ra�;ned ^x��s Peti-t�troineter Pene2rs�ticFn �esi�tanae C]escri�on R23d1F1{] f'�f! Invrs�Y! C3escri�tion RelallvQ Q�nsit� � D_U tcr 9_{} �71a 4 Ve�y Laase il tc, 20g� Frm 1.Q iQ 1_5 4� 10 L.�oas� �Ot�9(]�rb ��iff �.� to'�.0 i0 t,v 3� h+�di�m D�ts� 4� ¢a 7p� V�-y St�f 3.�1 to 4.5 3�D to �a f3e�se 7Q �o ��ir }iard �_5+ d�r�ea- �'J 11�r}� �ense 5�D t,a 40i}°ifo G Ck �li! �11 �Cl C# �J �+�J �U itJ �!5 �I Ck7 LtSxtC� i�15+1rt9 ;it� 1�1 ����I� ��V F� ��� 1 �1���1`��lldJ1�'���� �1L��1�1 ll� ��-40�4 �Jn�e�g�°�a�nd� ��c��Y�i�s '�'�IS �P��]E �LEl�'�` �T�'��T7�IOl�A�L�Y �3�A1�� CITY OF FORT WORTH SYCAMOR� CRl'sEK iNTERCEPTQR REHABILiTA'1'ION STANDARD CON5TRUCTION 5PECiFiCATION bpCUMENTS CITY PRQ]ECT NQ, - Q220D Revised 7uly l, 2011 ���� ���� ��� l �����1��1�1`��1��� �E���� �C��o06 h�az�r�Io�.� ��rn�vi�r�n�rn�ntal C��n�Iiii��. at Sn�� 'I`�[�� �A�E ]LE]F"P� I��]E1�7I'�OI�TA�L�L�' �]LA.I�T� CITY OF FORT WORTH SYCAMORL-' CREEK INTERCEPTOR REI�iABILI'�ATION STANI)ARb CONSTRUCTION SPECIFICATION DOCUMGNTS CI'FY PRDJECT NO. - 02200 Revised July 1, 2011 7['hi�� ��.�� �L��'T ][1�'�'�1��'I�1�T���.�' �lL.��T� GC��o�60� 11�J[Y���°�ty �n� �'��e� ���ed �us��ess �E���r�p�°�se Co�pll��nce T�[�S PAG�E ���"T �l`T'I`�1�T7['IOI���L��' ��A.l�� CITY OF FQRT WORTH SYCAMORE CREEK 1NTERCEPTflR REHABILII'ATION STANDARD CONSTRUCTiDN SPECIrICATION DOCUMENTS CITY PROJ�CT NO. - �220D Revised 7uly l, 2011 �i'�ITI� P��� ��1�'�' lCl�'���T'I���3��1��� 1��,�l�TI� ��j��- �[�R"�'�, City of �o� �Plor�h AiiACHtifl�CN� 1C �f �U�111��� �C��IIt� �1111�1011 �age 1 of 4 �OOd Fd1��1 ���OI`[ �OI°I'Y1 PR1MElQFFEROR Check applicable hox to descrihe COMPANY NAME: PrimelOfFeror's Certification , ❑ �1__ ..a�cc�., PRQJECT NAME: „���� �' �. "�' -- Syeannore Gr��k Inf�rc�p�or Rehabilitation �!C}DA7E BusCness Equity Goal: Offeror's Business Equity Goal Cammitment: PR�JEC7 NUMBER 9 o�a % �G20� If the Offe.ror did not meet o� exc�ed the Bu�iness Eeuitv Gnal for this oPofect; the PrimelOfferor m�[st complete this farm. lf #he �r�imelOffepo�'s meihod of compNance wifh the �usiness �qui�y �oal is based upon demons�ra4ion o� a"Good Faifih �ffoe�", ihe PrimelO�re�or� wi�l harre the burden of correctly and accu�a�ely p�epa�ing and submi4fing �he documenfiation required by the Ci4y. Compliance with each ifem, R�h�u 10 befaw, shall sa4isfy �he Good �aifih Effort PequiPemenf absen� proof ofi fir�aud, intenfiional ancilor knowing misr�ep�esentation ofi fhe facts or in4entional disc�iminafiion by ihe �rimelO�rerop. FailuPe to complete this ivrm, in its enqlrety wftn ���pnort�na dacumen�at�on, ana rece�rrea oy me �urchasing Division no later ihan �:00 p.z�!. �n 4he second �F�� k��siness d�Yy ��c�t bid �penyng, ex�ausi�a of bid opening date, wiil eesult in th� hid �b��ng �o!�sid�red n�n-responsi�e to �+«+ specifications. �xception: CFA, ICA, and Ci��G ppojects, documents �will be submitted to the Ciiy �roject 14�lanage� if publicly bid ar to the De�elopep if p�ivately bid. _ 1.) Please list each and ev�ry subcontr�act�ng andloe supplier opportuni far� the completian of thfs project, �eg�wdless ai whether it is to be provided by a�usiness �quity firrri o� non-Business �quity firrn. i�]O RlO� l.iS�' N�MES OF F[Ri�S). On all projects, the primelOfferor� must list each subcant�acting and or supplier opportunity wegaedless aftier. (Use addi�ional sheets, if necessary) List of SuUcontracfing Opportuni#ies �ist of 5upplier Oppo�tunities Effective 01I01l20�1 A'iT'ACi�f�flENi 1C Page 2 af 4 2.) Obtain a cur�ent (not mor�e than two (2) months old from the bid op�n datej list of �usiness �quity subcontractors andlop supplie�s fPom the City's Business �quity �ivision. � Yes � �o �ate of Lisfing 3.) Did yau solicit bids f�nm �usiness �quity firms, within fhe subcontracting andlop supplieP areas pre�iously listed, at least ten calendar days prior to bid opening by telephone, �xclusive of Ehe day the bids are o�ened? � Y�s (If yes, attach list to include name of B�siness Equfty fiirm, person contacted, phone number and date and time of contact.j � Id0 4.} 9id you solicit bids from Business �qui#y #irms, within the subcontpacting andlor supplier areas previously listed, at least ten calendar days p�iop to bid opening by fax, exclusi�e of the day the bids aPe opened? � Yes ��f yes, attach list to include name of Business Equity firm, fax number and date and time of contaet. In addition, if the fax is returned as undeli�erable, then that "undeli�erable confirma#ion" recei�ed must be printed direetly from the facsimile far praper documentatian. Failure to supmit canfirmation andlor "undeli�erable conflrmation" documentation may render the � p�p GFE nan-responsive.} �.) Did you snliciE bids fpom �usiness �quity firms, within the subcontpacting andb� supplier areas p�evinusfy listed, at least ten calenda� days ppinr to bid apening by email, exclusi�e of the day the bids are opened? � YBS (If yes, attach email confirmatlon to include name of Business Equity firm, date and time. In addition, if an emaEl is returned as undeliverable, then that "undeli�erable message" ►eceipE must be printed directiy from the ❑ No email system for proper documentation. Fai�ure to submit confirmatlon andlar "undeli�erable message" documentation may render the GF� nnn-re.sponsive.} NO��. �he thpee methods iden4ified abo�e are accepfiable #oP soficiting blds, and each selected method must be applied to the appficable cnnt�acf. The PrimelDfferor must document that either at least tuvo attempts were made using two of the three mefihods or that at least one successful eontact was made using one of the three methods in opde� tq deemed r�esponsi�e to khe Good �ai#h �fFa�t requif�emenf. IVOi�: Ti�e Pr�melOf�eror must contacf the en4ir�e �usiness �quity iist specific to each subcontracting ant� supplier opportunity to �e in corr�pliance wi4h quesfions 3 thru �. 6.) �id you p�o�ide plans and specifica#ions to potential �usiness �quity fiems? � Yes � R!o 7.) Aid you provide the info�mation pega�ding the location of plans and specificatinns in order to assist the �usiness �quity firms? � Yes � f�dA Effective d4l01l2829 ATTACFif�i�NT 1C page 3 af 4 8.) Did ynu p�epape a quotation for the �usiness Fquity firms to bid on goodslservices specific to their sF�ill set? ❑ Yes (If yes, attach ail copies of quotatians.) ❑ No 9.) Was the contact informatinn an any of the listings noi valisf? (IF yes, attach the informatfon that was not �a[id in arder for the Business Equity Ufvision ko address � YF;S the corrections needed,) � fil0 1D.) Submit dooumentation if �usiness �quity fi�ms quotes were rejected, The dacumentation submi#t�d should he in the iipms foems of an affidavit, include a detailed explanation of why the �usiness Fquity firms was rejected and any supporting documentation the pp�melOfFepor wishes to be conside�ed hy the City. In the event o# a hona fide dispute cancepning quates, the �rimalOfFeror will ��o�ide fop confidential in-camera access to an inspecfion �f any eele�ant documentation by City perrsannel. (Please use additronal sheets, if necessaay, and atiach j_ Cam an IVame �e�e hone Contact Perrson Sco e of Work Reason for� Re'ec�ion �o9DIT10NAL If��O�tftflA�lORl: Please provide additional information you fee� will furthe� explain your good and honest effar�s Eo obtain Business �quity fipm pa�ticipation on this project. ihe P�imelOfferor fur�her ag��e� to p�odide, direc�ly �o the City upon reque�f, complete and accuPafie in�rorma�ion rega�ding ac�ual e+vork per#or�med on this confi�ac�, fihe paymen� �he�eof and any proposed ch�nges to ih� o�iginal arrangemenf� �ubmitied w+ith this bid. ih� ��imel�ffe�oe also agree� �o �Ilow �n audit andlor� examin�tion o� �ny bo�ks, ��co�ds and �iles held by fiheir �ompany �h�4 r�vill subst�ntiate fihe acfcual w�ork perr�o�med on th�s contrac�, by 2�n �uthor�ized office� or employee o� �he City. ►4 �pimelOf�'eror w►ho intentionally andlor knor�+ingly mis�ep�esenfi� mafierial fac�s shali be Deba�Ped fo� � period v� �ime of no# less than 4hr�e (3) year�. EfFective 01ID112021 ���AC�il4li�N f 9C �age 4 of 4 �'he unde�signed cerriifie� �ha� �he in�orm��ion p�o�ided �nd fihe �u�iness Equi� firms lisfied waslwere con�c�ed in good faiti�. Ifi is under�stoad �h�� a�y �u�ine�s �quity fir�ms lisfied in �i��chmenf �C �rill be confiacfied and �he pea�ons gor no�r using them r�ill be veri�ied by the Cifiy's �usiness I�quify Die�i�ion. �uthorized SignatuPe Title Company Idame Addpess CitylStatel�ip �rinted Signatupe Contact Name and Title (if differentj �hone R�umbee �mail Addr�ess �ate Business Equity Di�isian Email: DVIN BEOffic� a�fortworthtexas.go� Phone: (817) 392-2674 Effecti�e 01I0912021 � ���'� �� I'� ��� Name af Ciiy project: CITY OF FORT WORTH Joint Venture Eli�ibili . Form AII questions �nust 6e m�swererl; use °°N/A" if not applicRble. Joint Venture Page 1 of 3 Sycamore Creek fnterceptor Rehabilitation A joiot venture %rm must be conapfeted an each prajeat RF1'I�BidlProject Number: �2200 1. �oint venture information: Joint Venture Name: �o�nt Ve�jtUre Address: (If applica6le) Telephone: &mail: Fax: Identify the �irms that comprise the joint �renture: Please attach extra sheets if additiona! space is required to provide detailed explanations of work to be performed hy each firm comprising the f01!?f VB17fGf'E Business Equity Nan-Business Firm Name: E ui F'irm i�Tame: Business Firm Qusiness Firm Contact Name: Contact Name: Busi4ess Business Address: Address: Telephone: Fax: Telephone: Fax: E-mail: �-mail: Certifica#ion Status: Name of Certifyiag Agency: �. Sco e of work erformed b the Joint Venture. Descrihe the sco e of work of the Business E uit firm: Describe the sco e of wark of the nau-Business E ui �rm: �ffeciive 01/01/2021 Joint Venture Page2of3 3. What is the percentage of Busi.ness Equity �rm particrpation on Ehis jvint venture counting towxrds the pro,ject goal? 4. Attach a copy of the joiat venture agreement. 5. List components of awnership of ,�oint v�nture: (Da nat compdete tf this infprmntiorr is described fn joint verzture agreement) Pro�t and loss sharing: Capital contributions, including eguipment: Other applicai�le ownership interests: 6. Identyfy by name, race, sex and firm those individuals (with titles) wl�o are res�onsible for the day-to-day management and decision making of the �joint venture: Financial decisions (to include Account Payahle and Receivahle): Management decisions: a. Estimating b.. Marketing and Sales c. Hiring and riring of management personnel ---------------- --- ----------- d. Purchasing of major equipment and/or su�plies Su}�ervision af f�id operations The City's Business Equity Di�isian will review your joint venture submission and will have final ap�roval af the Business Equity percentaga applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the indi�idualky defined scapes af work or the dollar amountslpercer�tages change from the originally approved information, then the participants must inform the City's Business Equity Division immediately for a�praval. Any unjustified change or deletion shall be a material breact� af contrack and may result in debarment in accord with the procedures autlined in fhe City's Business �quity Ordinance. Effective D1/0112021 Joint Venture Pa e3of3 AFFIDAVIT The undersigned afiir�ns that the fotegoing statemeirts are true and correct and include all material inforraation uecessazy to identify and explain the terms and operation of the joint venture. Furkhermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments herein. The City also reser�es the z•ight to reyuest any additional information deeined necessary to determine ifthe joint venture is eligible. Failure to coap�rate andlor provide requested information within ihe time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, in#erviews with owners and e�amination of the books, records and files of the joint venture by any authorized representatives of the City of Fnrt Worth. Rai�ure to camply with diis provision shall result in the termination of any cantract, which may be awarded under tlie provisions of this joint �enture's eligibi�ity and may initiate action under Federal, State and/or Local lawslardinances concerning false statements ar wiliful misrepresentation of facts. ----------------------- _�_�_-------- ----------------�_�._ _ _�---------------------------- Name ofBusiness Equity Firm: Name ofNon-Business Equity Firm: Name of Owner Name of f)wa�ex: Si��ature of Owner Signature of Owner Printed Name af Owner Printed Narne of Owner Signature of Ow��er 5ignature oi Orvner Title Title I7ate Date Nofarization State af On this County of day of , 20 , before me ap.peared and to me persanally known amd who, being duly sworn, did �xecute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Natary Public Print Name Notary Public signatw�e Commission Exp�res � Business Equity Divisian Email: DViN_BEOffce@fortworthtexas.gov Pl�one: ($17) 392-2674 Csea!) Effective 01/0172021 ���1� ���� ���� �1���i�1�110.J����� �1����i� �`��T I+�OR'� �` AT7ACHMENT 1B Page 'f of 1 �I�C]/ �� �Oi� �OI`ril �u�in�ss Fquity �i�ision �rim� �ont�aci�or l��i�+er �orm PRIM�IQFFEROR Check applieable box #o describe Prim�! COMPANY NANI�: erar's Certification , PROJECT NAME: - � �ycamor� Creek Int�rc�pfior Rehabilifiafiian ��o oAT� City's 8usfness Equity Goal: Offeror's Business Equity Project Commitm�nt: AROJ�CT NUAABER :� ��a 4�0 �ZG �� If both answers to this form are Y�S, do not complete ATTACHMENT 1C (Good Faith Effort Form}. All questions an this farm must be completed and pravide a detailed explanation, 1f the answer to either question is NO, then yau must comple#e ATTACHMENT 9 C. This form is only appiicable if batfi answers are yes. �{i��Yi� iY Y411l�+��� 4his f�rm i!± i�� 4i�����`� �1151 �� ��1rYI�V� �� 4�Y ���4�d.S��� ���i���� �V I�l�� �IICI� L.�Y �,.�n., a�ry the �econ� �iky �usir��ss da� a�t�: bid �ening, exclusiva of th� ksid aa�nir�g dat�, will resuft fn 4he �:� bein� ��nVl�ered r���!s-mc�spnnsi;•� to hid Y; ���¢:��teoris. �xra��tinn, k;�A, I��, �nd ��3SG �t�je��s, �o��m�^*s wf�E be st�bmitted t� !he �ity Pro#ect Manager �f ��blicl bid o� #o th� D�vela�er i� privately b#d. 1�Ili{I you pe�fo�m this enfiire confrac� wi�hout subconfir�actor�s? � Y�S 1f yes, please provide a detai�ed explanation that proves based on the size and scope of this ❑ �� praject, this is yo�r normal business practice and provide an operational profife of your business. INiII you perfor�m this entire con�rac4 wi�houfi suppliees? ❑ Y�$ If yes, please pro�ide a detaifed explanation that praves based on the size and scope of this projeet, this is your normal business practice and provide an inventory profile af your business, � NO Th� Primel�fferar further agrees to provide, directly to the City upon request, complete and aceurate information regarding actual wark performed by all subcontractors, including Business Equity firms on this contract, the payment thereof and any proposed changes to the original Business Equity firm arrangements submitted with this �id. The PrimelOfferor alsa agrees ko allow an audit andlor examination of any books, records and files held by their company thak will subs#antiate the actual rnrork pertormed by the Susiness Equity firms on this contract, by an authorized afficer or employee of the City. Any intentional andlar knowing misrepresentation of facts will be grounds far terrr�inating the cantract or debarment from City work for a period of not less than three (3) years and for initiating acfion under Federal, State or Lacal faws cancerning false statements. Any failure to comply with this ordinanc� creates a material breach of contract an� may result in a determination af an irresponsible Primel Offeror and barred from participating in City work for a period of time not less than one (1 } year. Authorized Signature Title Company Name Address CitylState2ip Prirtted Signature Contact Name (if different) Phone Number Emaii Address Date Business Equity Division Email: RVIN BEOffice@fortworthtexas.gav Phone; (61� 392-2674 Effective 01I01I2021 TH[IS �°1�.�� �E�'T �[1�TT1E1�7['I�1�T��lL� ��,�4.IlT� �o�� ��o��� � �i�y �f �or� l�or�h �usin�s� �quity Di�is9on �peci�i�a�i�ns ���C�AL IiV�iRlI�TIOi�� F�� ������R� A��LICAiION O�' �O�ICY 1f the total dollar vafue of the City funded contract is $1d0,000 or more, then a Buslness �Cquity cont�acting goal �Is appl�cable. s� �������_� �qw�y ����ns �e#ers tc �artit��zt flnin.-rtix- annl.;� 1�� �?r�-, eti���� i�,:��n��a E�t��;r�r���' RMnrvl�t�, ��LiCY SYQe'�����li It is the poficy of the City of Fort Worth to ensure the full and equikable participakion of Business Equity Firms when applicable, in the procurement of all goods and services. All requirements and regulakions stated in the City's current Business �quity Ord9nance l• � 2i, apply to this bid. �iU51�d��S �[�U��lf 1�i0l�� Th� C.�., s NiIW�� �o�l ��� �rus �roject i:; � .% of kf �,ase b,d va�_� o� th.. �:ont�u.`. tlf ren�;rally fun�led} Th� Gi4y'� � gaak on this pr�jc •- �.{�f the b��� i�id valua of the cani� e� ' A Business Equity Prime Contractor can count it's self-performanca services towards meeting the Busfness Equity Goal for the assigned NAICS commodity codes on their MBE or VIBE certification. If the Business Equify Prime Contractor cannot self perform all of the work, it will be accauntable for subcontracting with certified Business �quity frms to meet the overall goa1. CBiW��IAi�C� i0 �lD �PFcCIFICAilOR1S 4n City funded contracts $100,OD0 or more wher� a Business �quity Goal is applied, ofFerors are required to comply with the intent of the City's Business Equity Ordinance by meefing or excaedi�g the above stated goal through one of khe following methods: 1. �usiness �quity subcontracting participation, or; �. Commercial us�ful function services performed by the Business �quity P�ime to caunt towards the goal, or; 3. Combination of �usiness �quity Prime services and �usiness �quiry subconteacting par�icipatlan, or; 4. Business �quity Joint Ventur�e paeticipation, or; 5. Good Faith �ffart documentation, ar; G. �rime V4lairrer dacumentation. SU�iVf91iTAL �F REQUI��� ��CU�A�iVi,4ilOP! �he Lltiliza�ion Plan shall be due at the time specified in the solicitatian. The applicable documents must be received by the Purchasing Division, within the time allocated, in order for the entire bid to be considered responsive to the specifications. The offerer shall deliver the Business Equity documentation in person (or email if designated within project specifications) to the appropriate employee of the Purchasing Qivision and obtain a dateltime receipt. Such receipt shall be evidence that the Gity received the do�umenfation in khe time allocated. Documents ape to be recei�ed no later than 2:00 p.m., on the second City business day after the hid opening date, exclusi�e of the hid opening date. Faxed copies will not be accepted. �xception: C�A, lCA, and C��� projects, ckocuments will be submitted to the City Project Manager if publicly bid ar to the De�eloper if pei�ately bid. � The Offeror must sul��nit one of the fol[owing documentation: . 1. Ut <r�. �tian Fflrm, if the goal is met or exceeded, and signed Letter{s) af Irttent fram both the Offeror and Sub-contractor(s), 2. �:.Lrl �aith �ffort rcr�:� �� ,_ `� =.�� �'-:�, including supporting documentation, if parkicipation is less khan stated goal, or no Business Equity participation is accomplished,and signed L��r��s1.�f i���; �t for any participatio� achieved, 3. Prir�te Contrsctop WaVvd: F+�rm, including supporting documentation,if the Offerar will perfarm all subcontractinglsupplier opportunities, 4. -loinE V�nture Forrrs, if goal is met or exceeded tinrith a Joint Venture. �hese farms can be found on-line at: h t����ilap�-.�-::tv+artnr; := --;��,vlrr��`�� i��c,�urL�::►' F�Al�U�� �0 CORII�LY INIT'H ii�� CITY'S �USIPl�SS �(�III�Y OR�INANC�, WILL R�SIJLi IA� Tb� �I� ��IIVG COP�SI��R�� WQ�-R�SPONSIV� i0 S��CI�ICA�'IOP�S. FAILU�� '�O SLI�fWI'� iH� ��(�UIFtE� �U31AI�SS �(dUliY �OClJftl��lV�AiIOFE Vill�� R�SULT' !id iHE BID ��IF�Cq COPISI����� NOh�-R�S�Of�SIV�. A 5�COf�� FAI�IJ�� V9lI�� R�SULi IR! iHE OFPEROR BFcfP1G DI5QUA�[I�I�� �OR A��RIOD OF OR�� Y�AR. AN 0������'S �HR�� �RILURES TO C01414PLY, WITbIfV A�IV�-Y�A� P��10@, 1°O iH� CITY'S BIJSlN�SS �QUI�N O��IP!l�NC� WILL RESIJLi IN Ti�� 0������ ��lNG CORlSI��f��� t�0�1- R�S�ON51V� p►N!� �/�Y �ISQU�eLIFY ih1� OFFI�RI�Ft UP TO 5 Y�A�S �ROM �I��I�'C OF! CIiY �1�S. Any questions, please contact the Business Equity Di�ision at (�17) 392-26'�4. Department of Diversifiy and Inclusion Business Equity Di�ision Email: DVIN BEOifice cLDfortvvorthtexas.go� 1'1L___. lf1A�f\ �1lln nI�"1A EfFecti�e 01/01/2021 'I�h�CI� ���� �.��'�' Il�'�'�l�T���31�T�.��� ��..�I`�I� ¢� � � � T � � a � � .�r � O � � � � � � � � � � � tl+ � t� � .� � � '� � � � � I� 6 � � �. � � � � � !�.! � � � � , �a � � � � � � � � a c.i � � � � � � � �A' � � � � � � � � � � e � i� !�J 8 � 6 o C � � A � � Z m ❑� � � Q � (0 � uj N � ❑ � � ❑ � � � O ` � ❑e � � O � � m . ` . _ � � W m � ❑ 0 • (9 � � m W � � 7 � � ❑ N � N � � � � � �SC W V m � � � � ❑ �"" � � m � � � Z F- � N � O � � � a� U O Z � � � O � � � y � � � � H a � � 3 c� � .� o R � Q � � � x � e�i � (� � L' � 0 ❑ � � � ❑ � ❑ � ❑ C.) ❑ � � � � ❑ Q U [�Y � Z � �/�, V e � B � � � � a� in � ❑ � � � � � � .� Q .� � ❑ c � 4 ❑ C .� l�0 U ❑ U .� Q 2 ❑ C � a� E Q � � Q ❑ � .� � LLJ � .` Q N C W � N C .� 7 m � a� � � c c� � � � � � m � � � W m N c �N � m C C � L1J � O N �L � C W N � a� C .� � m � .� � W m v !� U � � � � !�J N � e .� d y � � � � � 0 a c 7 C a� Q O � � QI � c N � � � c .� � 0 � � � � '� � M e 8 � � N N C .� 3 m � � � N c O C L�II a.�+ � Lrl � � � N c .N 7 m � N � � � C � � N U a N � � � � � � B � . f.. C '` � � O � �� .Q � a� � .QS � O �� d X� �, cU oi �c '� o a 'n a � � E .a � c`a � y N � A (0 = � �3 � � C � . �N � � � U �' ° � U � 'D � c � � 'o � N (� w � ❑ oU E C Q. � oQ a �U c Q �U +� � � O O � C V C X O LiJ •� f!1 � � ❑ ,D � �C N U L�LS y 7 0. � 61 � � � � � � (� a i� .� N � � �- C � � ro a � � � � o-��i � C .+N-_' U C � ' C E � .n .° � r � :: p� ,C n= � � o � c� � a = a_s 3 � dj � -�a �r � ..G- �S 3 � � 't7 � � c � v w �a c O � C tq O �l n`�i �3 w� c c � o � a � o '� � a� o� �:. � C N U � O ai � � r � N ;Q C y o � "' U .� � � � ,a � � � C � Ol � .V7 N � . � v O � � 0 � R � � a' W �y N � N a ar C � •� � � N � � �3 � � 3 '� � L O � C � � N � C � O � C � � o � m � C y '�'' � O � o �O N � C� � (lf N (Si p�j � ° p o N O "_' > �, •� � � o �L � � a. a � � �� o rn � a�io� -es u_ � � � N a��cp H U U a1 L C U C � � � d N N C �� 7 LC] c tv � G rn tA c� � ��. t � N a d °� C � n � Q1 p L � O � '0 � y m O �p m ❑ � .� +=. � N � �_-• H � Q � `� u Y � lC y �� N U Y N � � � C � � � a� � � Q o � 4> C � ,D 7 � � c m =p 0 rn� � ,C O a n� � p rn u- � o � � •- �U N � L w O �� � U y ro N � �� '� E ;a � 7 ~ w°� c� a � C y •y � �m � L� x � W c U U3 �� 4 Z t N T � .n 7 w � �� '� — � o �U � N � m � C, 'y N 7 9 � c �n � C � � `o ,o �. c � �U � � � � � 'CS � � t� � b � � �U � C .� � O oU � � G E . � 0 4% N [i7 � '� � C ` � � ,m sa a. 7 = N � � � � 'C � O G U � � S � a, � � l0 � �� N � C ❑ �a � � �1� �U Z � U c u� � � o= 0 � � �� EU � '� �U � � .� � m � O O�'�, y0 � � � � � � .`r � � � � � � E � l0 � e � N � y O Q 'y � � � � .� � CO D ~= V '��- N aT 'y • s.. � R= y (p 3 � 7 0 '� '— O n- [q C� E N � � � � � N •� p � � f6 Q O -o �' y � � N m�� �•�`�G � � � � � � o _to� o��m a, -a ,�? u� o .w � m � y L t �� � � � Q � � � C Q L � 7�� C � O� O L� Qi N n � = ar o E �;o � � � � ul C '«- O � � � � � � � � mo�d •`" �m � w :?� m.o N ;�' ,� 01 f0 _ � �U) � w N d � � � O. o vm,?^�; am �� .� C 0 {'$ � � � ,N D ���- � U��.'C.. O « �m �.� ar-o•�� +-� � � O .�� � w � � O C � q�j .�7 � � � � N ,� �?�roo �,n�'�� �� �"" i� L ro N � �ar N Qy � o ""' O'a �' �,f, T-�' C U � G N v�i '� � �i y � f4 � U LJ.] w � � � N � — � ,m � dw�� aci�� y.N V � � � •N,� m � •� � d •N y CO �, N � � o � ,,. N ' O � .� � .-, y � � � � 6 u ..�� � � N �D �� � N LLJ U N O m � � � Q � N ow o ��� �, � '� r!� {% O O •� •�Y N� � � U C � � � C 'd u � '_ � `�' V 0 N C� m Q � fl. � Ll- � V1 � � ' 4. � m 4 � � � � v�, w� c o p�� L � � 0 � � � � N � E� c y `��.� 3u�cmm ���=»-,� i � �C � N C � p�F j N Q� Q f4 '� „�7' � p� [7!7 � U y �'aN�a om`m� � w � u�, v� rn� o .W�n7+4�°i iu���' d � �p � � m � ? ��v1 �+�-' �❑ OlN 3 � � "^ � �? W N m�'�ar � E �� --C �.G o � o � ��}- �— `� � o � � � N m .�: � o . ar `m � . m���cn ����a ��.. � � � v '� ta � O m,+-�'. �` �� U iJ,j �� U m � Lll a C C �L] �� �w Q � � o❑ E � LN c�f°`°o� • o ~ a`�i � 3 }' � C ' � y � rm�� oa��E '�- 3 s`3 'GO U ro c� c�i N � b � C O� O � C � � �� a� ~ N W �, U � ¢ Q � O � � � � � eiI � .� � � � � � � � ��.a a � D � � ��� rri�cn m �- v8� a�.N� ,� c ,a� o rii � Q. � � � y � � p � � � U C � � � [�j N 'r` u'J � N O -A y '� �'i � �I��m a�U� o�� �'�i�c c�°ca I� � � � � ro � o � � a � o � � �6 � ao a � ca Q. � N ti — � � � � "O �� �� � `°�r a, o,�� a��i a� '� � � � � ` � N � N w, Cp G ' � j U G, p � E•� �.� ' � o �n a� o�� � rn��`v�`o� ,�+�G�E .���o � w,E � m� ���_� C y rt�+ Q� �..i � � r.- L m � � � L N "J N U> .�'=o�c �� i�� m E � � .�' E a °�mu� � � ,r �n tC �m o � o �°��,� ��m�° � aa � � c E cp � -ro�^cv .NN��o � � � � rn c �, �, a ,v �. �'���� cQ�,in ww._= c� N N p � � C � � Q � .� � O N m � � fV � m � � '��� � - v � c�i ._�'�� C � O W •E � � � N � .� � p C •C � N � � � m � N « L � C N � N � d �� � � m a. � NN� m� � � N � o °� �� �' .a 0 ,.- o .-. N Ep � U � � � U Q .0 Z ""' � � o � � � .� 3 � � � o � � � � y N 7 � � �� a� ro� � N c� � Q1 � .� G �� c � •- a°1i o E � � 3 Q 0 �4 � � .� lV � � W o y a ,c '� N �m' •� � �r �� � �, c V �� � � � � �' o �� c o a oU � C � .., �+ � }'.� E�- 'C N j � � �, ��� � �' G ¢- � a Il! � .-� Qf U � C C � .� � � � -p � .O � ,� '6 � 'C O U � � d � � N m e� �� N N � � v � 0 C1 � s r:+ v � e �i .� �, N G1 � .N a � d � � N � � 0 � � � � � � c� � 3 � ,� � W � � � � 0 C) m � .� � � 4� '� ,� c� � � � N � .1G Gi 41 � c� � U C � U C � U � m � a� .� m � � •� m � o-� •� C � •� iu G y '� � C � •� � �` z'z z¢ z s �¢ z z z¢ � ❑ ❑ ❑ ❑ ❑ ❑ � � � W q5 � � c E c�p E � i� c t� U7 U �7 V � � 6 L L L � �. � � ❑ � � ❑ � � ❑ � � � � y � N C Vl m m U m � °' c� ro � a� � � � � Q Q U � Q Q U � Q ¢ U ❑❑❑❑ ❑❑❑❑ ❑ ❑❑❑ � � U U a � ❑ ❑ V � U U T Cn � � Q I� C1� Q A� Q � `t� � a O � b � � O �: � � � O � �' � � ~ ❑ L � � U ❑ � G1 � � ❑ � � � C�L��7� � 0�00 � �0❑� � � � � � A � N Z � "�' �� a� �� � � v � �'� •� ,a. •�. � � � N � � + � � � u � � � •� . . p� rn o � u� o � °i �° � � �. v � � c> � � ci a O 0 0 0 �0. � � � � � N � � � � w' Z �r � � v� � Z � �N o� � J � � � � � � �� a� o° �U aq �� � e � � € � o �, H �V � � N � N � p.�➢ N � � i�3 � fyA � � ►�.9 � N � � � rq '� p �� � �m � O �� � �tl� � 6 � � 5 � � � O � '� � � � � 'O � � O m a au� � � a�� � � a�,�+ ca Q N N � Q� o� } �i '�i rt m W � a o M W� � 2 � U a' � Q � G) � � � � � � � � E!9 � R� �i � � .a �. � H '� � Itl � � � � O Ea � H � � as � � � � � ,� � � � N S w � A � .� � � � a � � � v .� � N � d a � � C � G � C C U � � U �p G U �p C U t0 .� N � C� � � 'C N � ? 'V pp � ? '� Q � RY � � i7 � C Q- :: � C 0- :w � o � �� o N m� o y ro E o �? r� � ;�"' � z Ze[ Z � �Q Z = ZQ Z Z ZQ � � � � � � � � � � � � � � m a� ay N ro C m c m � m c � � �j � U � � � � � ❑ ¢ � ❑ � C ❑ � C ❑ � C � a � Q � a � .� �� •� •N � � U @C6 � � .� � � � � � j. � U � j � ¢ ¢ � � a ¢ � � ¢ a � � ¢ Q U ❑ ❑�❑ ❑ ❑ ❑❑ ❑ ❑ ❑❑ ❑ ❑❑❑ v U � U U � � � � � m Q � U � � � � � U ❑ � m� �� �� � r- �� c¢i r �� v r � � r� o � � ac o � -� � o � � � o � � � � �- ❑ � � � � a t � � � " � � � � ° .� �� a z� o � o z'� o � a z� o � o �� o " � ❑❑ u ❑C�l�❑ � ❑ U ❑ ❑❑❑ .� �� � � N T 'v w � — — - - { v�i z �� � f a, . r � I �" T N � d � � � � U s ,I� {� a � � � N � a d �s d � C� U L7 II i.1 I� 0 � Z F� N 'Ci N m �'�i H { m �j � O tA �; � u? C� � ,v) � � . ;n �:r � wo o � a o � � o � � ' o '= � � p� � v, O � cn O � v� O � � O �� � � a;� � a � d a A � a � � a z �, � ,� �, � �; +R �� O� �� �� � � i 0.� �� a� 0 �� �� a �� � � � � � � � � a � � �' � �' � �' � � � V N � y � N � y � �N *+ VJ f1J .� 1A � ++ y UJ a+ VJ E1 C�i H . �1 Q� , i� Q1 U� , �J � �, q � � V � '� � � 6 � � � � 6 � •� � � � �� o � � �� � � � �� a a � .�°� a � e � W U � Q a Lu �J a� � � W V e9 Q � L U N � p N � � �� O � 0 z �i � Q- � � ¢� �� Z � W � Ua � Q � L� S � � � .I�.k � � � � � .� � � �L r � � �' � � � � � � � � � � � W N � Q �. 3 � � � � � I6 p � � V � O1 � U +-�' (j � � � � U � � � a � � � � �n � � O (� � f�l�1 � O � u (/j � � � � � � � � � O @ � � V � � � � � � � � � � � � � � � ;� � u� � �� � � '� u.e � �+ � � �� v � � ,��- c � � CJ � � � O O O � � C C � O O O � Q Q Q � J �4 {� (� � d O O � ❑ ❑ � � lC f� ICS � �-- � � � � � U � O � O � � � U � .� .� � � ❑ � X � N -�j � � N � � � .��' N � � � •� N � � � N � � N � � � O C � �, � N _ � � � � m � � � .0 C — � � � � � O � N � I� N � �- d � O � � � �O � � L G O � .� � ,� a� s�.� �.� v a' � -� � a� � � � � � � � O N ,�, •� U � •����, �. � C 7 •� � '� w 'p Q O � N 'C � }' C ��'S �n ���� �m o A -�• � C � fA � O „� N � ��� � � � U r � {� O +J f� � p- U O � � � V� .__, C � � .3 ° � �3 � � � `o 0 ui � v N ���� o O .� � `� � c � � q� c � � O C � � � � C �+ N �C . O � � � � � � � (B N = � N U "p � � N .� U d � 7,,� C N � � N •� � � � � Q 0 � � � Ep � � l9 � U ��'� �— � � � .`��. C � ` C � � � � U _C � � L O � c Y � � � � 3 � � � � � �+ •C � � � � O � � � � C � � � � � � � V fl � .0 � N l8 O � � C � � � N Q � �.. +�+ � C .� � � � O � � � �'� N � � .N .� � 0 � U N � � � � �E �N� � �N 0��� � � � � �, Q � v O � � � � �a�3�Ur, �.� � c°��� ` � � � d ��a�Q� s vi � � �, � DE�m�'L � � � � � U.'F--7+' O � � � N � � U L O � �' 'C � C N N O n' � 0 ��.�N�a� .Qc��QE � a � � Q, � o �O � � � �N `d C � p p � � C L � � � � � o � a 01 G a U � N N � � � � ` ` � O � � � C ` U � � w � � � V � � � � � � � O O �, � C � � � � � � ❑ � c a� � N .n a� o� �s� U +-' -� � C � � o ���°� � � � � c � v a ��� E.0 N �' tG � � � ;� O N � � �'� uS � N j, LJJ � +�. � ` � � � O 45 � � � � a o c v o�•�� � � � � N � � A [` m N � � � �6 ,� V � � .�� � 0�.� � 4 � � �� N � � • G (� � � � � �� � � '� �. � p� � C `C O m � v � QY � �� � � � � R � �7 � � �� A � � Q � 6 � � � '� � � a � � � e� N � �, � � � � � � o �� � � LLJ � � � Z A � � O � � `� 0 � � � � U �o�T �do��� `� �usi��� �qui� ��vision ��TT�R 0� INi�N� R.�€��in�s� �q�ity �ub-Go�tracto;l��nsufiant I�forn��t��n: A certified Business Eauify firm is owned by a Minority or Woman Business Enterprise (MIWBE). Firm Contact NamelPhone: [Pursuant to lhe City of Fort Worth's Business Equity Ordinance, cerfified Business Equity frms participating under the Ordinance must be cerfified prior to recommendation of award in order to he counted towards fhe 8usiness Equify contract goal. Certifying agencies accepkable by the City: North Central Texas Regional Cerfifcation Agency (NCTRCA), dalfaslFort Worth Minority Supplier Development Council, Inc. (DFW MSDC), Women's Business Council - 5oufhwest (WBCSj, or #he �exas qepartment of Transportation (TXn07). Note: For �ederally-Funded projects the firm must be ceriified as a aisadvantaged Business Enterprise (DBE} by the NGTRCA andlor TXDOT only,] All FI�idS are Required - Do nDt I��ve blank, �. Name of Project: Sycamore Creek lnterceptor Rehabilitation 2. Name of OfferorlPrime Contractor: 3. Name of Business Equi#y Sub-ConkractorlCansultant: Address: 4, The undersigned is prepared io �erform the following described wflrk andlor supply the material listed in connection with the abave project (where applicable specjfy "suPply° ar "install° or bothj: _� _ r Type or Print Name (�rrner! Authorized Agent of CerHfied Business Equi� Frm) Signature (Owner IAuthorized Agent of Ce►tiTied Busine6s Equiiy Firm) [�mall Address) B, �f�d�uit a� �rorf��ime i HEREBY I]�CLARE AND AFFIRM that P�a�Ec�r # 0220a slo # _ (If Applicabfe Pleasa Chack dnej Amendment [] Change Drder � am the duEy autharized represenfative of and that I have personally reviewed the material and facts (Name of OfferorlPrime} set forkh in this Letter of Intent. To the best of my knowledge, informa#ion antl belief, the facts in th9s form are true, and no material facks have been omitted. Pursuant to the City of Fort Warth's Business Equity Ortlinance, any personlenfity that makes a faise or fraudulenf statement in connection with participation of a certified firm in any City of Fort Workh cor�tract may be referred for debarmenk procedures under the City of Fart Worth's Business Equity ardinance, I do soiemnly swear or affirm that the signatures contained herein and lhe informatian provided by the OfferorlPrime are true and correct, and that I am authorized on behalf of the OfferorlPrime to make the a�davit. (Owned Auihorized Agentj Type or Print Name {5ignature of DwnerlAuthorized Agent) {Email Address) (OwnedAuthorlxed Agent) In the amount of $ (Name of Certified Business Equiiy Suh•ConsultantlConsultent) (Uate) {Phone NumberJ (OfferodPrime Address) {Dake) (Phone Numherj Department afDiversity and [nclusian Business Equity �ivision Effective U1/Oi12021 Email: ....... .... ...... Ph:B[7-392-2674 Revised 07/DU202I ���1� ���.lalCl ��� 1 lll� 1 1Cl��l�dil��ll��� ���1�� ORIlI1�ANCE NU. 24�34��1 iT2p2p A� ORDI1�lA�:C� REPLACING CHAPT�;It 20, ART�CLE X OF THE C011E OF THE CITY QF FORT W�RTH il�i ITS EIVTIRETY WITH Ll�CHISI7' A, A'I'1'ACHED HERETn; It�MIF.DYIl�iG 7'I�iF U1i�DERUTILI�,r�T1UN Ol+' 13US11�lESS EQUITY F�R1ViS, AI�D TQ ENHAIlfCING THl�:. U'I'ILI.'/.AT[UN UT SAME, REPEALIPIG ALL PREVI{)US 11!�INORITY ARiD WOMF.N BUSI.NES� E1�ITERPRI�E ORDIli1Al�iCi�S AR1D P4LICIE� PItEV10U�LY ADOPTED; AUTHORIZING'i'HE CITY 1VIA1�lA�ERTQ CREATE ADIYIIN��"CR,A3'iWE R�GLILATIUN� TO HEI.N ACCONiPLI�H THE GQAL� HEREIlii; REQu1RI1�iG A DI�P�RITY �TUDY PRIOR TO THE �U1�SET DATE; FROViD�1RiG A �EVER�I3ILITY CLA'i7SE; �'ROVIDING A �AVINGS CLAUSE; PROVIDIlliG Alli El+�+'EGTIVE DATE A1�1D A�U�iSET DATE. WHEREA�� the United States Supreme Cvuri in ] 989 in the case oF Ciry a,��Richmoncl v. J.�. Crosorr Cr�., 48� U.S. 469 (1 �)89}, held that state and lacal government's use of race in conEracting decisior�s would b� subject to a"strict scrutiny standard" wherehy �"compcllin� interest" in remedying discriminatian mqst be shawn, and any remedies advpted must b� "narraw]y tailored" to t3�e evidence of discriminaki4n. WHE�A�, to deter�mine the exient ta which minority-owned ar women-owned businesses ha�e been underutilized or otherwise subj�ct ko discriminatory practices, the City of Fa�t Warth has undertak�n periodic disparity �tudies at intervals of every five to t�n years to ascertain the avaiiabilily of minority- and women-owned businesses �s a percent of the overall market a�d to eval«ate th� use thereof as percenta�es in City eontracts, with t�ie r�sults af such analysis idetttifying evidence af discri�ninatic�n a�ad serving as th� basis f�r est�blishing narrc�wly kailored race- and gend�r-cvnsciaus contractiug measures as remedies therefor. WHEkFA5, in the interest of improvii�g overall particip�.tion andoppartunities in the C:ity of Fort Worth ("Gity") and havu�� remedial criteria wl�ich were cc�nsistent with tl�en governing statutes and judicial upinions, the 20] ]:�uszness Div�rsity Enterprise �rogram ("�pl 1 Ordinance") was pmpc�sed ta amend t1�e 1987' skandards codified in the For� Worth Mu�iicipal Cnde. WHEREAS, t�e 2011 Ordinance was ai�ned at maximizing contracting ajld subcnntractin� apportutZities in the City by facilitatin� netwnrking, outreach, comtnulsicatlon, educatio�i, trainin�, a��ternal acco�ntability and emplayFnent apportuni#ies far cer�ain qualitied business enterprises with the intent o#' 6eing � prc��ctir�e, fair, ��id reasonahle, anfl in ihe best ittteresl of our City. 1�yHEREAS, the City hire� C�H Advi�ors, Inc. ("CHA") to co»duct a pi�parity Study tn cieterinine t��e City's �atilizatinn ofBusiness I.quity Fir��ns f'or fiscal y�ars 2013 thraugh 2Ul$, th4 avaiiahiiity of Bus'tness Equity Firn1s in �t� tnarket area; and any disparities b�tweei� ils utilizatic�n and Busitxess Ec�u�ty Firrn avaiiability; to evaluate whether tli�; use �f raee andfor get�der conscious m�asures is suppnrt�d by the results nft4�is �F��lysis; and to make Urciinancc No, 24534-11-2020 Page i nf lt� recammendations for incrreasit�g the inclu�ion of Business Equity Firms, al] in conformance with applica�le constitutionaI s�rutiny. �'i'HEREA�, the Disparity Siudy supports t�►� City's com��llin� interest in continu.i�g a race and �endcr•�canscious Business �'quity Firm program because statistical data and ane�dotal testimany provide a saund basis %r use c�f narrowly tailored remec�ia! �ace and �enderpl�aseci measures to ensuze �t�ual opportunities for all firms to do busin�ss with thc City. �WHE�EA�, it is the City Council's intent for this Orc�inance ta reduce barriers to nppoYtunities an City contracts for Business �,quity Finms by adapting me�hanisms to capture and quaatify Bz�si��ss Equity Firm utilization in City contracting and procurement an�i proviclin.g for develo�ament of Business E;c�uity Firms. 1l1�W THEIt�FURE, BE IT ORU�►�NED BY TH]E CITY CUURT�IL OF TH� CITY OF �U�T Vi�ORTH, TE�A�, 'I'HAT: �ECTI01111. Tha� the Code af the City of Fort Wo�th, Texas (201 S), a,s amended, is h�reby further amended t�y replacin� Chapter 20, Article X: Minority and WorYten Bt�siness Enterprises in its cntit�ety with Ea�hibit "�," attsched heretn and incarporatcd hcrein. The provisians aF this ordin�nce shall ap�ly to ali C�ntracis, unl�ss sxplicitly excepCed, as defincd in �xhibit A, awar•ded �y the City, except as may be herea£t�r specifically exerrrpled. �efiuitions for this ar•dinance and Cankract a�aministration p�ocedu�cs, includin� Debarment and Sanctions for IIidders, Conkzactors, Business Equity FirrrYs, and ather parties reiated to this orrdinanee aYe dcscribed on Exhibit "A." �ECT1U1� 2. The purpase of t}�is ordinance and the r�lated adz�inistrafi�vc �r�guiation is to remcdy past underutilization and pro�ide a fair and lcvel playing lield for Business Equity Firms and to encvurag� the participation of Business Equity Firms ta con�ract with the City. It is intended to promat� equilablc oppor�tunity �d utilizatiory of Business Equity Firms in the City's cantracting opporiunities. �ECTIOI� 3, Fro�n anci after the date of this ordinance, it shall super�edc Qrdinance Na. 20{}20�12- 2,011 and any oiher 4rdinanc�, resolutio�n or palicy adopted by the Forrt Virorkh City CounciI r�lated to i3i�siness Ec�uity Fir�ns. �ECTIOI� 4. '�'he City Manager, with t�e advice and counsel oiDV1N a.t�d the ausiness N;qtiity Board, is hereby �uthorized to cstablish, impleine�it, and at�ninister regulalions necessary to carrry ouf the inteni of this ordinance and the �oals sct fprth herein. Ordin�nce Na. 24534-1 ]-2Q20 �'age 2 of 1� SECTIbIli 5. The City Council shail, at feast thre� ta 6ve years �rior to the sunset date, eommission an independent Disparity Study to inalce rcle�ant �ndings, detertnine whet�er there is a cantinuing need for a Business �quity [iir�rt pro�rain, and, if necessary, repeal in whole ar in part ar enact apprapriatc ainendm�nts and changes to this ordinance and Chapter 2Q, Article �C of the Code of the City of Fort Worth, Texas (2p1S). s�c•���o�v �. If any part, sectson, sv6section, sentence, clause or phrase af this ordinance is for any reasan declared to be unconstitutional or otherwise invalid by a court ofcamp�tent jurisdiction, such decisian shall not affect the validity ofttte remaining provisions of thrs orc3inance. SECTION'�. For any procureinent aetivity where forcr�al solicatativn aecurred prior lo January 1, 2U21, the 7_O 1 L Ordinance shall continue to be in full farce and ef%ct. SEGTIOIlT 8. This ordinance shall be in full force �nd effect for any procureinent activity where fprmal salicitat'ton fram an and after January I, �02�, and it is sa ordained. This ardinance shall terminat� on Dccem�er 3!, 2030 unless reautharized by City Cauncil. AFPROVED AS Tt� FORM AND LEGALITY: rr� .s���h.. By; ..:�,�,� ,� ,.M.:��:,,���.�:.�.:,. Assiskant Gity Attorney �� citiy secl•ecary ADQPTED: Novetnber 17, 242Q EFf�ECTIVE; .Tanuar,y l, 2021 �� - � � `�1���F __ � �� I �+� �1 ' �� l 1����: _ ~ �� � (lydinaE�ce Nn. 24534-1 I-2f?2Q Page 3 nf 1€3 � � L11��D1 l' i6�5f � 20�366 DE�INITI�NS. (a) �1 ��r�ua1 Gc�al rneans the o�e�•all target fo�• Husiness �;c�uity Firm utilizaiinn in Contracts (primc contracts and subcantracts camb�ned} as dcfined by the calculation mcthad us�d in the City's inost recent f]isparity Study, and shnuld be the basis for cansideration of �verall, ani�ua� spending targets far City fitnds. This targct can be the City's goal for its overall spendi ng witli c�rtified f nns �crnss all industry cat��ories. (b) Bidcier means aiiy P�rson seeki�ig to be awarded a Contract. {c) I3id Sho�,Pirtg the practicc of div�lging a c�ntractar's or Subcantractor's bid to other prospective cont�•actor(s) Qr Subcontractor(s) beFore the award af a contract in order to secure a lnwer bid. (d) Bz�.siness Equitv 13oard is the group ofindusfry stal�eholciers established l}y City Council tasked rvith advisiug the City Uu Business Equity Firm participaiic�n in �ity procur�ment activiti�s and is fc�rmerly Itnown as the Mi�jority and Womet� �.3usiness �nterprise Advisory C'orr�m�ttee. (e) Bu,siness Equity Firnr r�yeans an Ii�de�encient F'inn that is a Certified M13E anc�lor WBC with a Sig:nificant I3usiness k'resence in t�►0 M�rketplace, (f) Busrnc�ss Eguiry Goal rnea�ts a calculation prepared by the DVIN that ineludes al] the folIc�wiii� factors: the dccailed cost estimate af thc wark to be performed, ar �oods �urchased; the Marketplace; the availabiliiy af Business Equiiy �irms and nan�Business Equity Firms in the Mark�tplace dcte�cnined an a C"ontract-by-Cantract basis; and the subcantraeting/supplier opporiuriities ofeach project (g) C"G'Yllfic�d means �hase firms identific�d hy the Narth An�erican industry Classi�catiarl System {NAiCS) that have been deterrnined tn be � hona Cde M13L or WIIE by thc North Ceni�tal Texas Re�;it�nal C�rtifc�tion A�;ency {NCTRGA}, the Dallas/Fnrt Warkh Minority Supplic�;rDe�clop�i�ent Cot�ncil (D}�W/MSDC), Woma�a's t3usiness C�unci]-SW (WBGS},'I'exas Department of TranSpartation (TxD(�T) or ot�yer ceriifyi�i�; �gency that the DVIN r�z�y deem appropria�e and accepted by thc City of'Fc�rt Warth. (t1) C11v means the Ciry of Fort Wnrtl�, Tex�s. (i) �'i1y Mutaager rne;�ns the City Manager of tl�e City c�f hort Wort��, Texas. (j} G'c�nzbiiac�' Projcct means �� construction cc�ntract inc�u�lin� mnre t�an one of lhe followin�: paving, cira�na��, or �vater/sanitary �ewer; the term daes not include a standard watcr/ sanitary sevver contr�ct where the �avement is only tern�c�rarily or per�nane��tly repaired incidental t� t��i water/sewer wark. {k} Con7n:ercially Useful H'unctior2 mea�is responsibility for khe executian ot a distinct elenler�t of the work of a Cozztract, whic:h is carried au# by actually perforrt�in�, managi��g, ancf su}�ervising the work involveci, or fulfillin�, respoi�sibiliti�s as a Joint Venture partn�r. (1) C:r>irstr•i�ctron nieans �he pracesscs inval�ed in delive�ting Uuildings, infrastnscture, or facilities; tlie term incl��des hut is not limiteci to t��e erectian, rehal�ilitatioii, alterati�n, con�ersior�, extensic�n, dem��litian, improvement, remocieling c�r repair to any �•eal property, includin� strc�ts, storrn dr�ins and facilities pravidii�� utility serr�ice awncd 1�y thc: City. (In) Cajztract me�ns any }>urchase order or Gar�tract that {i) 'rnvofves ex��nditure �f �] 04,��0 or rnarc; (ii) utilizcs 5�ibcontractors; anci (iii} is �warded by the Ciiy, w�acther c�ircctly vr indirectly, far wark, labor, servi�es, supplies, equipme�t, professianal �ervices, goc�ds, Ordin��sce No. 24534-1 l-2420 Pa�e A of a' constnjctic�n, or constructian-relatec� activities, and materials or any combjnatic�n af the fore�oing; the ter�n specifically inc�udes but shall not be Limited to, any purchase nr lease �f rnaterials �ursuant to `f'exas statc iaw, any pubiic work projeet authorizcd pursuant to '1'exas state law, or contract in which public brds arc not required by law. /t Contr�ct does n�t include an Emergency Cantract, (n} Cont� rrctor tnc:ans any Person tt�at has been awarded a Contraet. (o) Dehar or Dehurnterrt oF a Bidc�er or Contractar m�ans that the City will not cansider afF�rs frani, award contracts to, renew or ptherwise exlend cantracts wit�i, or caz�tract directly or indirectly throu�h subcontracts witi� the Biddcr or Contractor. (�) Dis�r•lminatory Pruelice �neans the cxclusion af a person or persons from e�ual busin�ss op}�ortuuity because nf race, reli�ion, eoIor, sc;x, disability, national origin, anceslry, sexual orientatinn or gender identity or expression. (q) Drsparity Stucdy means t�c City a.f I'ort Worth �isparity S�udy �inalized ai�d presented to City Council on June 16, 2020 or a study pres�nted to the City Counci) atter that date. (r) I�oing Busine,rs means engaging in far-pro�t activities in the scope of the expertise of tl�e fiiin and l�aving a physical loc�tion ar�dfor digital presence from which to do so, (s) D �IN means the City's Department �f Diversity and Inciusion. (t) Emergencv Cnrztracl means a Cantraet that is awarded on an err�ergency hasis due to a threal af harm to person or �ro�erty or thrcat of disruptipn af governmental services and approved by the City Attorney's offiice as an emer�ency con�ract exeiupt frorn Texas public biddin� laws. (u) Guac! Faxth Efforts means the actions undertakzn by a Contr�etor and approved by DVIN as descr�bed in §20-370, below. (v} Horiznntal Cons�ructia�x means construction af higllways, r��ds, strects, hridges, i�trliti�s, u{ater suppl}� projecis, water plans, wastewater plants, warer and wasrewater r�i�rrib�,rion QT COi1VCyc�IICC �AClI1��L''S� wharves, c�ocl�s, airport r�nways and taxiwa�s, drainage projects, or related types af �rajects associated wich eivil engineei�ii�g constructian as r�ferez�ced in this Articl�. U ,; � {w) Inde�er2denl Firnt means a fi�n whose viaUility does uot depcnd nzt its relationshi�� with an�fh�r fir��. (x) Joint T�entur� tneans a�usiness entity faarmed by two or more independent Persons for the purpase of pursuing a common objective, suah as a prime c;ontract. "I'he resultin� husiness entity has adifitional resources and capacity, er�hancing its ability io eompete fpr lar�er awai•ds. A joinl venture is generall,y cha�'actcrized by shared awnership, shared returns anc3 risks, and shared governance. 1n a joint ventur�, the prirne mana�in� �atfiner holds 51 % or maz•e interest in th� business. Fartner•{s) hn(d less than 51 �/o interest l�ut in most cases, not I�;ss than 2{�%. (y) Mur•ketplrzr.e means the �;eographic ai•ea as defined �y the CiEy's rnost Gut7rent Disparity Study anc� iricludes tl�e �ity af Fort Worth, i�clUdir�g portiotzs of Park�r, Wise and DentoiY counties, �z�fci afl of"1'a�a�it, Dall�s, and Johnson caunties. Additionally, the City may recognize other counties i�ke Cc�llin within a I OQ-mile rad'zus frnm 20U 'Texas Street, F�art Wurth, Texas 76102 on a cas� �y case hasis when contra�tors located within thase coanties can pr�ve they have dnne business in t�e Cify niFort Worth. (z) Mayar means ti�e Mayor af the City oi'rort Wnrlh, Texas. (aa) MI11Ui�tty lrrdivrc�ual mcans a�ersor� «+hp is a mernUer of�ny �f the follow�ng: Qrdinat�ce No. 24534- l 1-202� Pagc 5 of 1$ (1 } "Black Americans," which include;� persans ha�ing oz-igins in any of tE�e Black racial groups of Afxica; {2} "Hispanic Americ�ns," which ineludes p�rsans af Mcxican, 1'uerto Rican, Cut�an, Doininican, Gen�tal or �auth Anzerican, �r ather Spanish or Pdrtugucse cuIture or origin, regardless �f race; (3} "Nati�e [Lmericans," which includes �ersvns whn are enrnlled menibers �f a feder�tly ar State r�co�mized Indian �ri�e, Aiaska Natives, c�r Native H�waiians; (4} "Asian-Pa�i�e Americaus," which includes �ersons w�ose ari�ins are from .lapai�, G�yina, Taiwan, Korea, t3urnna (Myann�ar}, Vietnam, Laos, Carnbodia �Kampuchea), Thailand, Mal�ysia, Indanesia, the Philip�ines, 13rune�, Saanoa, Guam, i�ze U.S. Trust Territaries of the Pac�fic Islands (ltepuUlic �f Palau}, Republic of the Northern Marian�s �s�ands, Samoa, Macaa, Fiji, Ton�a, �irbaCi, 'Tuvaiu, Nauru, F'ederated States of 11�icronesia, c�r Hang Kong; {S) "Subcontinent Asian A�nerieans," which inc�ud�s persons whose origins ate from India, Pakistan, Bangladesh, Bhutan, the Maldi�les islands, Nepal or Sri Lank3; {hb) Mi�aority-Owned Brasine,ss �nterprise (MI3�) rneans a b��siness entiiy, incIudtng bui not �inxited ta a sole proprietorship, partne�ship, co��oratiar�, limited fiability company, associ�tioli or joint venture: (1) which is at least �fty one pereent (S 1%) owned by one or more Minnrity lndi�iduals, or in thc casc af a publiciy traded husiness, at leas� irfty one percent (51 %) c�f al l classes of the stoek of which is owned by anc or mor� Minarity Indivit�uals; and (2) whose m�nagement, policies, major decisions and daily business operat'rons are independent�y managcd and c�ntralled by one or more sych mare Minority Individuals; (cc) MPP mcans klae mentAr prote�� �ro�ram described mnre fit�ly in §20�369, below. (dd) PersUn �neans a n�tural person or t�usiness entiiy, including but not limited to a sole �roprietorship, partnership, coi�poratinn, lirnited liribility com��at�y, associatioii or jaint vent.ure. (ee) Ara�ran: r�i�a�Y� the Administrati�e tZ�gul�tions for cont�•acts with I3us'sncss Equrcy i� irms tliat da nat invalve Subcontractors. (f� Sigr�ijica�rt Brr�sinc.�,s,s Pj•esence means a business which has its principal pl��e of husiness out�;ide th� Marketpjace ancj a lacatian within th� Market�>I�ce that has been veri��d to i�e in �xistence far a minimum of 24 inonths and froin �vhieh (1 j at least Za% afthe busiiie�s's woxkforce is based ir� tlle M�rketplace and {2) provicies a Commerc:ially Useful 1=unction th�� is signr�cant to a spcci�c project, A past of�ice (�ox, n�ail cirap, or te[epllone message cenker ar any combination thereot; with no oth�r substantial work funciio�z, shall not be construed to constitc�te a Significant Susiness Pr�sencc, (g�) S'olicitatian mcans the proccss of inviting com��anies ta t�id on opportunities to provide �nac�s and serviees. {lih) �5��hcorrtractar� inc�ns any pers�n entering inta a contr�ct wi�h a Contractor or a higher Ticr Stibconfractor to directly furnish selviccs or sup�lies t�ward the Coi�tract. {ii} Ti�r means lhe numerical level ui'subcontractin� bclaw �hc Contractar. (�j} CTtilizatiar� Plan �neans the list of �3usiness E�uity l�irnts that a Cnntractor cammits wi11 krc utifized to ��jeet the Busin�ss Equity Goa� fpr a speci�ic prajec�, the sco��es c�f th� work and ti�e dol�ar ��lu�s or the p�rc�nta��:s oC Ehc work t�a �e perforrned. Ordinance No. 2�4534-] 1-2D20 Page G c��' (kk} Vertica! Canstf•uctiort means the nonstructinn or remodeling pf any buildin�, struciure or other improvement that is �redaininantly vertical, including, without limitatian, buildings, the desi�n and �ans�ructian of which are governed by acccpt�d building cndes. {ll} Wamarr rnea�s an adult person oithe fe�nale �ender, (mm) GVomer�-�wf�ed Busin�5,r Eriter}�a-ise (�1�BI�') rneans a business e�itiry, i�icludin� hut udt limited to a sale proprietorship, partnership, corporation, limited liability cornp�ny, associatian nr joint venture: (1) whic�i is at least f�ty-oue percent (51 %) owned by ��e or morc women, or in the case nf a publicly traded business, at least fifty-one percent (S 1%} af all classes nf the stock of which is owned �y one or morc worizen; and (2) whase manag�ment, palicies, major decisions and ciaily busineSs operatians are i�dependentiy managed and cantrolled by on� or mare sueh wo�nen. §�4-36i PURPO�� AND APPLICATIU�1. (a} The purpose af this �r�icle and the Progr�m is to remedy past underutilizalion and provide a fair and level playing iield for quali�ied Susin�ss �quity Finns and ta encaura�e Ehe partiei�ation al' Business Lquity Firms to cantract with the City. (b) It is intended t� pror�ate equal opp�rtc�nity and the utilizatian c�f 13usiness Eguity Firms in khe City's contracting opportunit�es. (c) "I'llis Article applies to any Cvntract awarded �y the Ciky ar any of its dcpartments, boards or eammissians %r work, Iat�ar, servi�es, supplies, equipment, matcrials ar any combination of the fc�regding; specifically including E��t not be lirnited to, any �vrchase or lease o�' materiaTs, arzy public wark praject, or contract in whicki public bids �re not requircd by law. (d) '1`he requirements af this Article s�ialS not a�ply to .�mer�ency Contracts, hawever any deparlment that prncures an Enierg�ncy Contr�ct must notify ttac DV1N, in writing, �t the tiine it se�ks le�al apprnval of an Emetgency C�ontract. (�:) 17Vhere GQntracts involve the expend'sture of federai or state fi�nd�, the state or federal policy relate� to Busincss Equity Firm� pariicipati�n may take }�recedence over ttiis Article. (� The provisions nf this Articie shall be liberally construed Pc�r tl�e accomplish�neni af its �alici�s and puipascs. {g) Narrowly tailored gaals shall be �stablis�ed in the areas c�fproc�reinent. (h) � Business F,quit.y Goal may he set on a Contract-by�Contraet basi5 tiza�ed o� the type ofwork or services ta be perfar�ned, ��r �oad� ta be acquired and the avaiiability ofBusiness Ec�uity Firm in tf�e Markct�7lac:e. Ordinunce No. 24534-1 I-2[}20 Page � of I� (i) Al[ required notifications under this ArticIe must be made tv the DVIN at thc foltowing emai! address: llVIN BEOf�`ice�a�fo�workhtexas.�ay. §20a36$ $USiI�IF�S �QUITY GOAL ��TTI1�1G (a) A Business Equity Goal should be set by DVIN for the entire scope of work on a praject. {b} A Business Equity Gaal shall b� cxpressed in terms oia p�rcenta�e of the total dnllar ��lue of �ach Contract aw�rcied Y�y the City. (c) Bnsi�ess Equity Gaa1s sha�l be estab�ished f�r ��1 Con�r�cts where Business Equity Firms exist withir� the Market�lace, {d} DVIN may set a Business Equity Goal for Comitnunity Facilities Agreem�nts wh�n (�ity nnaney is spcnt directly as �art af a Cammunity Facilities Agreemen�s. (e} Thc City will cvurit a Busin�ss Equity Firm's s�if perforn�ance towards meeting a Busin�ss Equity Gc�al. §2p-,369 �'OINT VE1�TTiJRE� A]�1D MEl`iTOR PROT�G�,. (a) Joint Ventures. Where it is ecaz�omically feasible, �}l� 85��7�iSYlt7'i�[i'� O�,IDiTii Vetttu�'es tn ensure prime cor�tracting ���ortunities for Busines� Equity Firms on ccrtain 5olicitati�ns is enaoura�ed. Tl�e factors used to evaluate �canamie feasib�lity, incluc�e, t�ut are zaot limited to, the estitnated dollar value of the Soli�itation, the scape ofr work, th� �iueation �f th� war°k, fhe c�mplexity of khe work, the Avaiiability af poteiiti�l Business Equity Firna �ain� �enture parnsers v� t�e re�evai�t market are� and the nature of the vvot°k. (1) When t�e Ciiy uses a procur�ment rnetho� other than lowest respansible biddet�, the City may, at its discretio�, c�esi�nate � particular Solicitation as a"]oink V�nture Prcf�ned" Snlicitaiion. (2) A praspective Joir�t Vcnture �aar�tz�er shall skate within its prapasal or its statetnent af qua[i�ications information th�t speci�es the roIe �nd extent oit�te Businesa Equity Firm Jaint Vent�.�re partczer(s) invo�vei��cnt. Such i�for�iAtic�n sha�1 tnelude, but is not limited to: i. Th� name c�fthe Bu�iness Equity Firm Joixyt Venturc pat�tner{s) that will pa��ticipat� on the projc�t. ii. The percentage of prin�e contrdct ddll�rs attributable to tlie servic�cs ta be provided by the Business �quity �irnl Joint Ventur� p3z�tc�er; and, as appropriate th� total dollar vafve af the services �o be pravide�l. iii. A dcscri�tion pf the work that each Business Equity Firm Jaint Venture parmer shall be responsi�ie fvr pei�forming under the terms of the Joint Venture agreement. Orciinu��ce Nn. 24534-1 I-?.020 Page � of' (3) The pros�ctive Joint Venture partner m�st alsa submit the a"Joint Venture �li�ibility Form." DVIlV will review the "]oint Venture �ligibility �'orm" a�d will ha�e final approval, as ta whether the proposed �aint Venture confarrns to the DVIN's dc�nition of a.Ioint Venture. (4) Th� Jaint Venture s�aatl ensure that, at a minimum, the fbllowing items are addressed in the fapmation at�d govemance of the Joink Venture: i. The initi�l capital investm�nt af �ach doint Venturc partner; ii, T�e prop�rtional allo�ation of pro�its and losses to each ,foint V enturree p��tner; iii. The sharin� of th� right ta conkrpl the or�mership and m�nagement of the .iaint Venture; iv. Actual participatian oitlae Jait�t Ventu�re par►.�ners on the prraject; v. The meth�d af and resp�nnsibi�ity �or accc�unting; �+i. The methc�t! by which disputes are resolved; and �ii. 1Lny additi�na� ar fu�fit�er infaITnatian reqt�ired by the DVLN as set forth in this Article, bid doownents and/oY �thezwise. (b} �entor �'rot��� Pfo�rarn, (I } The NiPP is designed to foster relationships b�tween Gc�nt�actnrs and undetutilizeci Business Equity Firms. The objective of the MPP is to provide prof�ssic�n�l guida�ce and suppo�t to the prat�ge (which must be a Business Equity �irmj in order ta facilitatc pmtege growth and devetopment and increase the nwnber t�f Cantracts ax�d Subcon�racts aw�rded to Business Equity Firm. (2� The mentoraprot�g� rclatic�nship is intentEe�i to be mutually t��neficial because it allows m�ntofs ta uf.ilize thei� px'at�ges to :�i.iY�ll Business Equity Goals w�hen b�ddin�; an Contracts. It is advanta��ous to b�aild a partn�tship privr to a Solicitat:ron ar �ontract awa��d to establish confidence in perfom�ance. (3) DV�N shall setve as a sponsor for the MPP. Com}�anics interesied in joi�ing t�e M�'P shoul� cont�ct DV�N tn searrc� a list ai pntential Busine�s Equity Fir�n proteges that may pravide cornplernentary serviees, and supply c4�ain oppo��tu�tities. (4} DV.�N mRy ��io�itiz$ grot�g� busii�csses in critical aYeas of Ciry procut'emeni or Coa�tract nceds. (5) DVIN wi11 consider the following criteria for selection ofa rnentor in the MPP: i. The mentor must be registered with the City pf Fatt Wo�th, ii. �'reviaus n�entoring exp�a�i�ne� and ar �ucccssful p�ior wc�rk histary; Ordinance No, 2�1534-1 t-?,020 Page 9 of iR iii. The mentor must have been iu� aperatian for at least �ve years; iv. Ability to provide developmental guidance in areas identified by the protege; and v. "Good Standing" in doing busincss with the City o�Fort Worth and regiana� partners. MPP: (b) DVIN will considcr thc fo�lawin� criier.ia for seiection of a prot�ge in the i. F,li�ibility and willingness became a Busine5s Fquiry Fum, as defined herein; ii. 13usiness in operation for at leas� one year; iii. Desire to participate wifh a menCaririg 6rm; iv. Ability to work with UVIN in identifyin� khe type of �uidance neet�ca for �usiness development; and v. "Goad Standing" in do�ng business with the City of Fort Warth and regional partners. §20�37Q COI�iTRACT PRE-AWt�RD COI�PLIt4I�C� PROCEDURES (a) AIl F3idders see�Ci.ng to cnter �ntn a Contract with th� City shall bc r�gistered as a �+endor wit� fhe City. {h) Each Bidder shall submit a Utilizatinn Pl� detailing ali Subcontractars the Contractor intends to utilize in its perfoem�nce af a Contract. Susiness Equity Fi�nns tha! are a �antxactat� naay count their setf-perfornned serviEes towat•ds meeting a�iusiness Equity Goal. (c) Th,e Utiliz.ation Plan sha1Z 1�e due and deliverec3 to the C7VIN at the time speeitiec3 in the Salicitation. (d} Where t�e Bidder cannat achicve thc Business Equity �oal, the Bidc�err Fn�st provid� proof af h�vin� made Good Faith �fforts to meet the Business Equity Goal. Good Faith EffQrt Y�eq�irement means an hnnest and conscientious cffort by the Bidder to explore all av�zlable optians to achiev�, to the maximUm extent practical to �neet t�e fiusiness Equity Ciaal. (1) Co�tipliance with cach ofthe following steps sha11 satisfy t�e Goad Farth ECFort reqairemectt absent mcre pro forrrrna efforts ar praof af fraud, misr�pr�sentation, nr intentianal discrifnination by thc Bidder: i, List each a�d every appartunity far Sub�an.tractars foz the campletion of a Cantract.. On Cornhinerl Proj�cts list each opportunity for Subco�z�xactor� thraugh th� .2nd Tie��. ii. Obtain a current lisE (d�ted not more ttian two (2) months old prior kv the bid c�pcn c1at�) of BUsiness �quity Fin��s from the DVIN. Ordina�rae3Vn.24S3�F-1l-2020 - —Page10of1R iis. Solicit participation ftom �usi;ness �quity Firms, witl�sn the Su��ontt�a�tor areas pre�iousiy Zisted, at ieast te� calendar days prior to bid openin�, �xclusive of the day the bids are op�ned. 13oth Business Et}uity Fir�ns and non�Business Equity �'irms must reccive the same Solicitakion for each area o�` op�oi°tun.ity. The t4�ree methods identified below are acceptable for salicitin,� participation, and each select�d metliod �nust be applied ta the ap�izcablc car�tract. The Bidder must docurnent, tQ the satisfaetion of tl�e DVIN, that at lea.st two ariempts vcr�re made using twa of tk�e three %liowing methads: (i) ernail, {ii) Fax, ot' (iii) telephone or that at least one succcssful contact w�s madc usin� either {i) email, (ii) fals, or {iii} tel�phane iri order to be deerr�cd resrc�ns�ve ta the Gaoc� Faitt� Effort rec�ui;rement. iv. Provide plans and sp�aci�cations ar it�fortrtaiion regardin� the focaiion ofptans and speciiicatians which shall be communicated to all Bvsiness F.quity firms in each Subcontractor area. �v, Attach a copy af the Salicitatian sen�t ta the Business Bquity fimt id�ntifyin� the instructions on how to obtait� plans arid specifccations for this Sc��icitation. vi. Subrnit doeumentation of any Dusin�ss Equit�+ Fir►n whose quotcs were rejccted. Tl�e doaumeniatjon su�miited should be in the farm of an a�'idavit, incIuc�e a c�et�ile� expla.t�ation af why the Businesh Equity i'� was r�j�cted and any supporting documer�tatinn the Bidder wishes to be considered by the City. In the ev�nt of a bona �ide di�pute canoemin� quates, the Bidder will provr�de for canfidential rc�iew a#' any relevant docurn�ntation by City per�annel, vii. All commUnicatians from tlie Bidder to pot�ntial Business i?quity �irrns shai! be documented and submitied tc� the Gity. {�) In makit�� a Goad Faith Exfort �eternzination, DV�I�i will alsa consider, at a fninitnuin, tlie Bidd�r's effor�s to, � i. So�icit through alI reasonable and available rne�ns {e.g., attendance at �re�bsd r��ctin�s, ad�e�iising and written nottces) the interest of a!1 Dusiness Equiiy kinns in the scop�s of work af the Contract. The Bis�dex sliall provid� interssted Bt�siness Eguity �'irrns with limely, adec�uate infarmation a�out the plans, s�eciticatio�ls, and reyuit�ments aft��e Cantract to allow sucl� fit�rns to r�spond to th� So�icitatio��. The Bidder must follow up initia� Saiicitatians wit}i interested Biisiness Equity Firms. ii. Select gs�rtiot�s of tl�e wark ta be perfarmed by Business Equity �"irms i� ord�r to i�crease the lik�lihood t�iat the Bususess Equi#y Gnal will be achieved. T�IiS ]i1C�llC��5, w��ere ap�ropriat�, breaking out Cont�act wark items uito economiCaSly feasiblc units to Faailitate participation, even when t��e Bidder would atherwi�e prefer to per�'oYrn these work items with its uwn force�. lt is �h� C)rdinance No. 2�534-] 1-2020 Page ! 1 of 1� Bidder's respansihility to mak� a partion of the worlc avail�hl� to Busines� Fquity Fi�-rns and ta select thosc portians of the work or material needs cc�n�istent with the availability of such Rusiness Equity Firms to facilitate their pa�ticipatinn. iii, Ncgotiate in gc�d faith with inter�;st�d 13usiness Equity ��irms. Evidence af s�Ech t�e�;c�tiativx� inclucf�s tt�e names, addresses, and te�e�h�ne numl�ers of �3usir�ess �c��ity Firms that were contacted; a descriptian of the inFormatinn pro�idec� regardin� the plans and specifications fc�r the work selccted far subcc�ntractin�, and why �greements could not be reached. The i3idder may not reject Business �quity Firms as bein� unc�ualified without snund r�asons based on a thor�ugh investigatian of their Capabilities. That tf�ere may be soi�e additic�nal costs in�c�lved 'tn fndin� an.d Using Husines� Equity Firn1s is not ir� itself suf�ci�nt reason Far a I3icicier's fatlure Eo meet the I3usiness �q�ity Goal, as long as such costs are reasanable, iv. The perfarmance af other Bidders in meeting lhe Business �;c�uity Goal may b� considered. �'or exatnplc, wh�n thc a�parent ssiccessi`ul Bidder faily to meet the Business �quity C�oal but athers meet it, it may b� reasonably questioned whether, wit�i addiNo�a� reasor►able eFforts, the a�pare�it successf-�al Bidder could have met t�:e Business Gquity Goal. {e} A signed let�er of intent Fiaan cach listed �3usiness Equiry FirinS describin� the work, r�aterials, equipment or serviees to be performed or �rovicied by the I3usin�ss Equity Fir�ns and tt�e a�reed upan dollar �alue shall be due at the time speci�ed in the Solicitation. �20-�3'�i C011iTRACT AIIIVLINj�'l'RAT1U�i !'ROCEDURFS {�} Upon �ward ofa Cantrsct �y the Gity t��at i�c2�ades a Business Equity Ga.�1, si2ch k3uslness �.q�uty Gnal hecn�nes a covenant af perForma�3ce by ih� Gc�ntractor in favor vf the City. {b} Cc�nttaets shall ii�car�ac�rate the Urdii�an�;c and tk�is Article by reference, �nd shall �ravide that t�f� Caniractor's violation of the Ordinar�ce and this Articfe s�all constitute a breac�� of suclx Contract arici m�y result in Debarment in accnrdanc� with the procedures out�ined in thiy Ar[icle. (e} 'I'he ConEractar shal! provide a list af all S�bcontract�rs tU be t2sed in tlie perfor�nai7ce �i#�e Gnt�tract, and detailed Subcontractur infun}�atiun to th� City witli each request far p�yinet�t sut�m�tted io the Gity or as othenvise dir�cted by the DV lN. {d) The DV W shall mot�itar �ubcontractor par�icipaiion and Busii��sa Equity G�af dtlainment durin� the cours� af the �ontract. (e) The DVZN shal� l�ave ful! atid time�y access ta view the Contrackor's relevznt baoks and reeords re�ating to eackZ specific Cantrac� witn the Giry ta cieterr�ine tYte Cpntra�.tc�r's compl�ancc with its c��i�mit��ient to Business Equiiy l�inn �articipatian and the status af any �3usiness Eqtuty Firms performin� �ny portion o� t�ie Contr�ct. 'fhe DV1A1 shall not recard, nrdinartccNo. 2453�-11-2620 Page 1� of 1$ inaintain copies, ar di�close industry or trade secreis of a Gontractor or Vendors books anc� records in its execution of this dUty, This pro�ision shalf be in additiari to, and nat a substitute for, any other provision a�lt�win� inspectiot� of the Co�tt•actar's rEcords by any nffcei• or officia� of tlie C.ity For any purpose. {fl Busin�ss L?guit�r_.�irm 5ttbcont;ractar SubStitution. (l } The Cc�ntractor shall not make chan�es ta the Ut�lization Plan or substitute Business Equity Firms namcd in tt�e lJtili7.�tion P�an without the prior writt�n a�rproval pf the DV1N. �Jnauthorized chan�es or substitutions sh�il be a �iolation of this A��ic�e and a breaeh of Ca�tract, and may constitute �rounds %r rejection af the �id or c�use terFnination of an exeGuted Contract for breach, the withhaldin� of paym�nt and/or subject the Cnntraetor to cerfiain sanctio�ts. (2) A Conkractor shall not substitute a Business Equity Firnl Subcontractor or perform the work designated for a Busi�icss �quity Firms wi�h its own forces unless and until a�praval has been rccei�ed in writin� by the DVIN. (3) The faets suppor�ing tt�e request for substitutior� of a Business Cquity Firm n�ust not liav� been known �or reasanabIy should have been known by the Contractor befor� the submission of the Utilizalion Plar►. (4) $ic� Shopping as a part thc substitutian of a Business �quity Firm is prohibited, (S) The �ontractor rnust r�egotiate in good faith with the Business Ec�i�ity Firm SYihcQntractor to resolde any issues b�tween thc Contractors and Busir�ess Equity �z�-xn Subcontractor. Where there has been a mist�ke ar disa�reement abaut the scope of work, ih� Business Lquity Firfn can be substituted �n}y where an agreement ca�viat be r�ached ti�r a reasanable price for thc eorreeted scopc of w�rk. �6) Substitutincis of ti�e Business �quity Firm Subcon�ractor sltall be permitted vnly after submission of a request f�r Subcontxactor substicution in the B2GNow System ai�d only on the following bases: i. Unavailability after rcceipt of reasnnable nadc� to prpceed; ii. FaiIure of gerfor�n�nce; iii, Fin�ncial incapacity; iv. Refusal by tlie Subcoirtractar to honor the bid ar �ropnsal price; v. Mistake of fact ar law about the elernents oFti�e scope of work af � Salicitation wl��re agre�inent upnn a reasanable price cannat be reaehed; �i. Faiiure of the Subcontra�toi• ro meet insur�rnce, Ijcensing or bondizig requiremez�ts; c�r vii, '1'he Subcontractor`s wiihdrawal oFits bid ar praposal. , - - - - ��- UrdinanccNu. 24534-] 1-2U2Q Pa�e l3 of i� (7) The DVIN's final decision whether to pc��rnit ar deny the prn��sed SU�S�IL71t10[ly as�d the basis af ar�y deniat, shall be comrriunicate� to the Contractvr and �3us�nes� Equity Firm Suhcbat�actor in weitin� within seven (�) busin�ss days af receipt of the f�equsst fot• substitut�nn in the B2Gnaw System. (S) W�iere the Cat�tractor has established the hasis forr the su�istitution to tt�e s�tisfaction of the Gity, th� Cotahactor shall nnake Good Faith Efforts to fulfi�l the Utilization Plan. Thc Contractor may seek the assistance of �h� City in ai�tainiz�g a new Busin�ss �quity Fii�r►. {9) If the �usiness Equity Goal cannot be reached and Good Faith Efforts have been macle, tl�e �ontractar tnay substitute with a non�Business Equity Firms. (�} Con�ract Ana�cndment / Chan e Order. The CantraCto� sha�l camply with tne p:rovisions of this Article with respect ta any co�tract amendments, change arders, or extra work orders. (1 } [f a Cantract has been assig�ed a Busincss �yuity Goal and requires a reduction in wark or additional work thraugh a chan�c a�•dcr, contract amendment vr other mechanism, the Cantractor shall notify I?V1N. {7) If th� Coniract amendmcnt, change order, or ex��a ►,vork adds work t� a p�oject that is already being per•formcd by a Business L�quity Firm, such firm shall be gi�cn the opportunity to �e�form the additional �work. (3) If th� ametidment, change order, ar extra work adds work that like or similar work is not al�•eady bcin� ���-formed by a BUsiness Equity Firm and tk�e amou»t of such addikional wark is �reater than ar ec�ua! ta $1QO,QOQ.QQ the Cor�traetor shall eomply with Gaod �aith Effort requirements of this Artic�e [�xelusir�e of khe time f°equirements stated thercin) with res�ect to such adciitivnal work. {�6) A Contractor may submit an Acceptance of �'revious Go�nitYnent Form (AFC�) for cont�•act annendment� and cltange ordccs in which the Contractor a�rees to the original Business Equity Goa[ fo�r t�e project, inc�usivc af any prior cha�ge orders or �ncndments (h� Priar� to Goi�tract Closeout, thc DViN sha11 ev�luate th� Contractar's fi�liillmcnt of the 13usiness �quity Goal, conside�Yng ati approved su6stitutions, ��rniinations and chan��s to t�ze Cantc°act's sc��e vf work, If the City determines t�at Good Faith iF%rts ta meet cl�e Businesrt Equity Goals were not madc, or that fraudulent misrepresentations have be�n mad�, or a�y other breach of the Contract ar violation af the 4rdi�a,tace or this Article has ocetured, a r�medy t►r s�nction may be imposeci, as providc:d in this Article. {i) Contract �ay�ncnt Procedtucs, Ozdinance No, 24534-1 i-2i12� PA�� 14 �f f S {1) t�ar �ertical constru�tion �ontracts, tt�e Contractor shail submit an inwoic� at fcast monthly and the C'ity will �ay ti�e invnice as r�quired by ���e Texas I'r�inpt Payrnent Act (Tex. Gav't, Codc, Chap. 2251) or at�y successor st��ute. Tlie Contractar st�a1! pay Subcnn#ractors as rcguired by il�e Texas Pro�npt Payment Aet or any s�lccessor statute. The Cc�ntractor's failur� to malce payii�ents as prn�ic�ed by sta.te law shali, in addition ta any other rcmedies provided i�y law, avkho�ize the Gity tn withhoid future payrnents �nd/or reject futurc bids f'rnm khc Contractnr until com�liancc with this Article is attained. (2j Fnr horiznntal construction Cantracts, praceclures wil� be establislied ta ensurc that a!1 pragress paymenis are made tw�ce a monkh and that Su�contractors are �aid in accordanee with the provisio�is af the Texas Prorn�c I�ay�nent Act (Tex. Gnv't. Codc, Cha�. 225 l) ar �ny successor statutc. A Cnnkra�tor's Failure to makc payrnents as rcquired by state law shall, in acidition to any otl�er remedies pro�ided by state 1aw, autttorize t��e City to withhoId future paytnents and/or reject fut�re bids f�c�m the Contrackor until compl�at�ce with this Article is attained. (3) ��or all other Cantracts, the Contr�ctor st7a11 �ay Subcontractors as required by the Texas Prompt Payn�ent Act (Tex. Gov't. Code, Chap. 225 l) or any SLiCC0550C SiatLliC. The Gontractor's failure to make payrtrents as pravid�d by state law shall, in acldition to any ather rerr�edaes provideci by law, authorixe khe City to withhald future pay�nents andlor rejeet future �ids froin t�e Contractor until cnrnpliance with this Artiele is attained. (�) C�ritract CZase-f)ut Procedure. At the oo�r�pl�tion of a Contract, t}�e follou+it�� proceclures st�all be fallowed by ttie Cantract.or. The �'ro�ra�n contai�s furtf��r require�nents of City d�parXments fnr clase-put procedures. (1 } 'I'}�e Contr�ctor shai� submit a Nptic� af Fii�al P�yn7erat in the B2GNow Busincss Lquity Manabement System (B2GNow). (2) '�'�ie Gantract�r si��li wc�rk with DVIN t4 c;orreet any discrepancies in paymet�ts madc undec a Gontract. (3) If DVFN determinates t�iat the Cantractor failec� to meet the Businsss �quity Goal and t�e City ir�aefe no changes that iinpacted lhe Cai�tractor's atyility ta meet the $usiness Fc�uity Goal, it sl�all be consider�d a breach c�f t�te Gantract and DVIN rnay iinpose s�nctipt�s in �ecordance with tl�is Art�cle. (!c} Cat�ntin� I3usiness L�:Suity Firm's Aarticipation. { f} ln order Fur ��3�csincss Ec�uity Fimi to count tawarc� a I3usin�ss Lc��ity Gnal, such firnl must be Certificd at the ti�ne o#'bid s�ibm�ssion. Busincss flquity Fir�ns that are scheduled to becom� C�rti�ied in an additionai NAICS area durin�, execut�art aF ttic C;o��tract may co�int par�iciplt'rov towards tli� Busir�ess Eauity Goal �'or the addit.ional Ordi�tianceNo. 245-x�4-1 I-2020 Puge 15 nf IS certified work upan taotiTying DVIN with praofof�such eertific�tic�n �rior to c�mpletion of the work una�r #tie Cantract. {2) The �E7tire ain�tmt of that �ortian af a Cantract tnat is performcd by the Busir�ess �quity Firm's workforce shall be counted towarcf a F3usiness Equity Goal, inc�udin� ttae cUst of sup��ies a�td tnaier•ials obtained for the wark perforrned by the Business �'aquity Firrn's warkforce. {3} The entire amount of fees ar commissions charged for providin� a bana Ficle service, auch as prafessio�tal, tect�nical, consultant c�r rnanageria] services, 8r fbr providi�g bands or i�tsurance specifically required for thc p�:rfUrmance af a Contract, shalj be counted toward the Business Equity Gaal, provided the fe� is reasonable and i�ot �xcessive as eompared with fces customarily charged for simi(ar scrvices. {4} When a Busines� I:;quity Fir�n perforzns as a pai�ticipant in a 7oi�tt Venture, only the poriian of the total doliar value of thc Contract equal to the distinct, cIear�y dc�nc�d portion af thc work of the Joint VenCurc's Contract that is performed by thc Busine�s i�sc�uity 1{ir�ns vvit� its own forces and far which it is se�aarakcly at risk, shatl be cc�unted taw�rd the B�siness Cquity C�oal. (S) Only expejiditures to a Business Eq�iity �'irm that is perforn�ing a Commercia�ly Usefu� �unction shall be cc�unted. Ta detertt�iric w�ether a Bus€ness �quity �irm is perfor�nin� a Coi�m�rcia�ly Useful Functic�n, thc City may evalUate the ainnunt ofwork subcontracted, industry praciices, whether the amount the re�istered �nn is to be paid under the C;ontract is commensurate with thc vvork it is actua[ly performing and otf��r relevant #'ackors, A Bu�ines5 �c���ity �rrrr�s eioes not perfor�n a Coniniercially ilscfiil Ft�n�tion if its ro�e is limiteri to that of an extra p�rticipant in the Cantr�ct tliraugh which fu�ids arE pa�sed in order t� ohtain the appeai•ancc of participation. Wl�e�� a Busi�iess l�quity Fir�ri is presumed n�t to be }acrforrning a C"ommercialfy Usefial F'unetic�n, tfi� Contractnr �r Business Ec�i�ity Firm may presert evideizce tn rebut this presumptin��. (6} �n determining achi�vement t�f a�iusiness Ec�uity Cioal, the �7�rticip��tian �f a Business �;quity Firm shali not be cauntcd toward thc Busincss Equity Ciaal until the i•esp�ctive �mnunt has heen �aid to the Bi�siness I;quiiy Fir�n. (7} l3usin�ss Bquity rirtns ttiat xneet the Signitieairt �3usiness Presencc definitinn a�d �id as a Cc��itractor or Suhcc��rtractor rnay coi�nt thcir �artic:i�atian tnwards l}�e gaaf. Acceptance is nn a cont��act-by-contract basis. §20�3�2 CON7'RAC'i' EXCEP'�'IONS ANd WA1�'EItS. (a) If a Hidder or C:on�r�ctor is unable to cc�mply with the Busin�ss Equity Goa1 requircinents fnr a Contract, sUcn Bidder ar C;oxitractor may sui�zi7it unc oi thc tw� f�r�ns prepared hy the DVIN listed bel�w, lf the llVIN detties a request to waivc a gt�al; the Bidcler or (;ity dt�partmunt may ap�eal that denial co tl�e Cily Mai�a�er wtiase de�ision o�i the rer}uest sha�! be final. Ordin�nce Nu. 2�F534-1 i-2420 Pa�e 1 b of l S { 1) A Contractor Waiver Pc�rm inay be sub�nittcd if a Bidder will perfoz�n th� entire caniract without Subcontractrns ar suppliers. (2) A Good Faith C;ffort I�c�r�n is 5ubmitted if fhe Bidder or Contrac#�r I�as a subc4ntracting and/or supplier apportunity but was unable to m�et or exce�d the Business Equity Goal. The Bic�der or Contractor Shall subinit requested dncumentation t�tat demonsir�tes a Good Faith Cffart to ca��ply witlt tl3e �usi�iess �quity Goal. ��0�3i4 SAI�'CTIAN�. (a} Tf a�3usiness Ey�ity �ir�n, Bic�der, C`ontractnr, S�bcun�ractor, or sUppl�er pro�ides fdlse ar rttis�eading infprmatidn to the City i� connectio� with submissian c�f a bid, respor�ses to reqUests for qu3lifcations or pro}�osals, Good Fa#th Ffforls do�e�mentak�on, post-award comp�iance, or ca�nmits any ather vi�lati�ns of this Article and/or the Pro�ram, it may resuli in � breach ofContract and tne %I�ow�tl� sanctians and penalties: (1) Pavments Withhelc�. A Contractar's failure to �nake payments to Subcontractors in accordance with the prnvisians of this Article and the Texas Prom�t �'ayment �-1ct ('I'ex. Gav't. Cacie, Chap. 225 I) ar any successor statute shall authorize thc Ci1ty to withhold payment from the CantraGlar ui�til ail required paymencs are rriade and compliance is attained. {2) Debarment. i, �-1ny F3usiness Eguity Pirrn or olher r�le�ant �ubcontractar or sup�ii�r who intetitionally andlor kn.awin�ty rnisre�resenks facts or atlierwis� vi�l�tes the provisions of tiiis Article or the Fro�ram may t�e Deb�rred for a period not to exceed one (l) year, and if Uebarred, such �3usiness �'a�ity I'ir�n shal] not be includ�d in calculating a Bicider's B��siness Equit�}+ Goal anc! be barred fronz hidding on City wor�C. ii. A Bidcler or C�ntract�r who intentionally andlor knewin�ly tnisrepresei�ts materia] facts shall be I7ebarr�d for a period at time ofnat less than t�3r�e {3) years. iii. Tlic failure of a Bi��der Qr Cantractor to compiy wit� this Article or the Pro�r�rn wh�re such nanwcompliance canstitutes a material breach may r�sult in the Bic�cier c�r Cont�etc�r being Dcbarred for a period of time nf not l�ss than une (] ) ye�r. iv. Thc DVTN sha�l deter�i�ine lvhether Def�an�lent is appropriate. If it decides in th� �i��rmative, DVIN sliali send a writtei� statwinent of tiacts and a recomanendacion for I3ebarment tfl the City Manag�r. The Ciry M�na�;er, after consultatinn wifh the Ciry Attarney's �ffice, shall �naire a dec.isinn regardin�; Dei�arinent. If tt�e Ciry Maua�er upi�olds llVIN's recc�inmeudatian for Debariilent, the City Manager sha�3 senti a certified nokice ta tlie Bidder or Cc�ntractor intortnin�; then� of the De�arn;ent. brdinance Nu. 2�4�3�4-1 !-2020 Pa�e I 1 ot 1 S v. A party tl�at r�c�ives notiiicatian of Debazmcnt may appeai to the Business Equity Boarc� !�y giving written natice within ten (1�) days from th� date of reeeipt af notice af Debarm�nt to t(ae City Mana�er and t�� Business Equity Bvard af its rcc�u�est for au appeal af the Debarment. Citv. (b) l]iscrimination Compiaint in the Contractin� or Awardin�of Contracts with the (1} �f � niddex, Gon�ractor, Subcontractar, ar�3usiness Et�uity �irm desires ta mak� an a�le�ation of discriminatian in khe City's award of a Cnntract at t�� perforrnance of a Contract, such person shall submit such a1le�atian tn the bViN. (�) The DVIN �}�al[ deierxnine whether th� all�gation ofdiscrirni�aiion is irue and correct ar�d if �t decides in the af�r�native s�nd a w�'ilten skatemen.t of facts to the City Mana�er and tJa..e B�siness Equity �oard. (3) A determination of discr�minatory p�•actice in thc City's awazd oi a Contract ar performance of a Contract shall a�so be referred to the approprsate City, state, and feder�al �nforcement ag�nci�s for appropriate �etian, ��0-�74 APPEAL. (a) The �3usiness E�uity Board shall conduct a heazing within thirty (30) days frorn the c3ate of r�c�ipt of the rec�u�st �or a�y appeal of this Arkicle, un�ess the appellant rcyuests at� extcnsion of timc. The Susincss Equity noard will natify tk�e appellant af the hear�ng timc and locat�on. (1) The appellant shall be affvrded an appartunity to appear witt� coun�el if ihey so c�esire, submit docum�ntary evidence, and confront any witness that tlae City presents at ihE hearing. (2) The B�siness Equ�ty Baatd sttall render its decisivn not more tt�an thirty (3�) days after li�e hearin� and send a c�rtxii�d notice to the appellant. (3) if khe Business £�uity Board uplioleis the sari�tions, the appcll�nt may ag�cal to the City Ma��a�er witY�in ien (10} days from the date afreceipt of ihe �usin�ss �quiry Baard's rlecisio�y �ry giving wa�itten notxce tc� the City Mana�er. The City Ma��ag�r has t.he f na! d�terminatian wllether ta uQhojd th� sanctions assigned by tiie Business Equity� I3oa��d, §�Oa�7a 5U1���T DATE (a) This Article shall tersnir�ate t�n Deeember 3T, 2030 un�ess r�autha�•ized by CiCy Caunci i . §§�0-37b � �0-3�� RE�ERVED. �. - — Ordinar�ce No. 2�1534-11-2020 Page �S of 18 �ity af �ari L'�ar�#�, Ye�sa� �ll�y�r ��d ���r���# �er�r�uni��ti�n C�J�7�: � 1117l20 ii��C Fi4� �lU�lP��Fa: M&C 2�-{i�41 �.Qta P�ILAA�: 08FY202pE3i�5IN�S8 EQUi7Y ORDINA�iC� ,��.l�CT �Ak1.} Approve ihe Avalfabiflty and �iispariry SWdy, Adapt New �usiness Equity 4rdinenGe to Repeai �nd Replace Ch�pter 2D, Rrticle X oi the City Cat#e artd Ft�piace Aif �revious RAinariry a�d Wom�n E�usir�ess �nterprise prd�nar�ces and Aciapt a Buslrs�ss �qui#y Firm Annual Gaaf af 25°ta ���P$N����.LiQ�' It is r�et�amrrzen�d�d that ihe Ciiy Counafl: �, Appraue the attached Avail�bll�ty �r�d pEsparity Study conducteci by CF� Advisors, En�.; 2. Adapt the aftach6d 9usin�ss Equiky Ordinance wit� an effec�iv� �ate of January 1, 2U21 #4�at wikl replac� a!I previaus m9narity and wom�n busl�ress en4erpris� ordin�nr.es; an� 3. Ado�rt an �usir�ss Equity Firrri Rnnt�aa Goal af 25 p,srcent. � ; ;; •:. 7his new B�siness �quiiy 0►tiinance re�resents a m�jor re�islon tp th� �ity's exiskirtg �usiness Qiversity Enterprise (EiQ�) �rdlnance (Ordin�nr.e hlur�►bsr 20U20-12-ZQ1 i} and wili repiace ik. In March 2018, the City signed a contract with CN Advisors, Inc, to pa�Form an Ava(lability and Uisp�rity St�dy (the °Study"), CF6 Advfsor�, lnc, used qusntitati�e ci�ta sourc�s �uch as the City coRtract and vendor records, cantract inform.atEon from prime ven�ars, US census da�, e�t�ra, and q�alitative data sa�rce� to includ� interviews with stakehoiders, business owners, city staff and ather 7"exas d4s�arity st�dfes. CN Advisors, Ina. warke� closeiy wikh ih� €car�nmic I�eve��npment C�ep�r#ment, �ffice oF �usiness tJiversity si�ff, anti ea�c�uctad extensi�e ou#�eact� to communi#y sf�kei�alders, prime vendars, m9nority and wamen businssses, �dvacacy groups, Minarity a+�d Women Buslness �nterprise Advisoryr Committee (MWB�-AC}, and C�ky interna! stakehofders over a perlorl of i�nrelve months and recei�ed feedback as �art of the �tudy. En May 242A, �pon recefpt of the corriplet�d Study and over a period ai three months, the �ive.�sity and InclusEon Chfef Equiry O#ticerlCJfrector held a saries of vlr�ual msettngs (brieftngs o� the study findings and recommendatiar�s) to th� City M�nag�r and Eeadership team, individua! Cauncif inertttsars, department heads, Business �quSty staif and fhe Public. In May and June, Co�e#te Hait ot CP�1 Ad�isars, inc. and Christina Broaks, h�l� a series of virtual meetings and presented the Study findings end recomm�nc�atians io th� Mayor anci City CouncEf rrternb2rs, CMO, departrr�ent heads, MW�3� Advisory Commitkee, end �ublic. The Study was subsequently used as tfi�e guiding d�cument and starting paint far cfetermin�ng what substantive ordinance changes wouid be aRpropraat� In resppnse fo the study. 7he aepariment of t?Ivers9ty and lnciusion, Chief E�quity Officer, with auppo�t fram ste{f and inpuf from the d$partmenis, cond«�ted an in-depth �nd extensive review proc�ss to formulate pr�pos4d cha�ges to the existing BD� Ordinance. The %ndings of tha Study resuited i� redefr�ing the Cffy's Marketplar.e, ihe g�agrapt�Ec area nowr three counties, Ta�ranf, DalEas, Johnsan, and the boundarias af the Clty ai �ort Worth extending fnto Qr borcierfng ihe ihres addEf'ranel cov�ties of Denton, Parker and Wise. f3ased on the Study research, the ir�puk of the MIWB�-AC, Feerfback from cammunity siak�holders, vendar intervimws, and fhe G�ty inkernal staitehalders, tha major pra�oss�f Ordlnance cl�anges Enclude: replacing fhe current taur B�� programs with a narrnwiy-tailnrsd M1WS� program; Business Equity firms can coa�nt ttieir self- per�orma�ca on prime contracts; lncreased ability to set race and gen�er specifo goafs �n a contraet-by-cor�#racf basis; e�hanced tnternal processes to strengthen participatian of Business �quity Firms (mfnar€ry-awned and women,owned businesses); increased thr�shofd for setting Bustness Equity goa�is an projscts from $5D,004.0� to $100,Qa0.�0; an� more as stated +n the ortiinence atfached to this M&C; ad�ed 9ncentives to encourage Business Equity partici�ation as pr�mes; anci the establishment o# mare narrowfy�taiEore� annual o�er�A goals. 7'h� Study recommended an Annual Go�1 af 25%. �usiness I�quiiy gaels can onfy � lagal�y used to the exter�t tn whlch there Is statisticetly signEflcant urtderutiiizal�an in specific race ancilnr gender categories. The caurts conslder avaltabilfty and dispariiy studies Ilke tf�e Study tv be an acceptable metho�f ta walicfate underutilf�atian. '�his �usi�ass �quity Orciina�ce p€ovides far a Progrart that addresses s�Zecii"ic statistically significant unaerutillzatiuns, ls a product of the historical progress reaNzed by #he previo�s �usiness Diversity Entarprise Ordinance and cantinues to �ravide B.Usir�ess kq�ity Firms with Qp�rtunitE�s to cantp�ie for a�d pariicipate in City �rocurert�ent apportunit}es. State and focs! govemments ate �a+�ally r�quired to periadie.�lly vaVidate wheti��r there cont�r�ues ta �e a sia4istically Sigr+ifican! under�ti#izatlon of ausiness Equify firms in a�c�er ta continue to apply Busir�ess �quE#y gasfs. 7herefore, the ne�+ Business �quity Ordinance rsquires a new ciispar�ty study ta �gin tiv� ysats after #he eifective date of tha ordinance. ihe existing Bd� Qrdinance was adapted by fhe City Caur►ci[ vn pacemb�r i 3, 2019 snd became effec#Ive an June 1, 2412. Ifi a�opted, the n�w oedinance will become effactive or� January 1, 2021 snd terminate aecem6er 31, 2(�30 unfe�s rea�thorized afiter complQtlan of the rer�uirEd disparEty study referred to abova. This effective date allows for sufCcient transitiot� t�ma to fur#her educate al1 stakeholders and to make the necessary chan�es to tha c�x�stir�g processes, forms �nd documents, A Form 12951s �of r�uired b�cause: This M�C doas nof request approva! of a contraat with � bus9ness entity, �rI��:A (NF'[��MAT�[7N 1 ����I�,JC��I�1; 7'hcs f3iree#at of F�nanco c�rtf�es iF�at ap�ova) of th�rse recommsndatians will hav� no mater�el effect on City funds. �ul��nli�eri foe ,�j�,i AAsnaae,�,Q.��i�;. Fernendo Cost� 6122 (���� �u�(ness Llnit l�ead: Christina Broaks 896B Ac�d3t�a1 frrf�ren�titrn Contarct: Gwen W4lss�� 2.676 A�gela Rush 6155 �o�� x ��QIJ�Si ��� �IJ�IIV�SS ��Uli�' ��AL DE.�AicfNi N � . D EN ' ..!'11' ��� N: NIR,-BE' Checf� type of contract: Construction ✓ CI�AR Designl�uild IT� CISIP� �rafessional (R&�)❑ Pro#essional (�FQ1RF'P) ❑ CFA ❑ Dep�.IDiv. P�alll@: Waler Capita! Delivery �irst �d�e�tise �ate: 12I1612021 �;d Date : 01/13/2021 IS THI y��R'TP,AC� �,j50C�= Tew :�IITFi TRV� Y��� Nc+ ✓❑ Dafie Sent fio DVII����; 12/7/2021 �} i�: �' . �{ � �IS�. f IS TF91S A F�DEL�ALLY �UN�ED CONTRRCT? Yes �P1o� IS �"biS A Ct� COPl�RR�,C�? YesO{�o0 IS 7HIS A�O[�D �UFJD�U COP1TkACl"? Yes IVo J If yes, what year Const�uetion: IS TR11S A LUI�P SUi� CONT�Ci7 Yes �✓ No0 �rofessional: 15 �b1S A�I�FD FE� PIOi�TO-�XCEED COFli�,CT? Yes Fdo IS iF�IS A HOURLY NOi-iO-EXC��� C4FVTR�►CT? Yes �ho� IS YF;fS A COf�ddI�IIVED PROJ�Ci? Y�sO No Q Is this a Joqliask O�de� Contr�act? Yes❑ P!a J❑ IS ib15 A R�VISION? Yes❑ P!o❑✓ �f yes, entep the �evision number� � IS iWIS A CHANGE ORD�R? Yes ❑ No Q�nter #� Contractop: IS iHlS AiV A[V�EN�IV�C�NT? Yes� No J[� Entep #� Design �irm; �� iillr � � I�nY �F " •--{i :ha[Ipw ard�ri�rnwndmpni. � �•uf 'ri� pj?t� �I� � ?VIDUS ( �nge orde�iamen�dmeiis �l�A� . wa: rp ���� dfio� runo�ng. �vi�eYher ; � I�I�IFaROJ�C� IVA1�� (Description Including Street Names�: 8ycamore Creek Interceptor Rehabilitation M-275 & M-164 IChecs� applic able bax�s; ❑ Corr�:�ete Pav�ng ❑ Asph�it Favi�,r� ❑ Qra�na�� ❑ Wa.i�� ✓ S�w�r �it�-naties Capitall�id Peoject�# o2zao �fhee P�ojecf� �'8T'AL C�NiR��T F STIAiI�iE: $ �2,a�a,soo �Pleas� /1i T►�Cli �nd�Y�dual .:ilp-iQfc1l� fOf 4�r1t1aC� nllL�l �{�ukfip�a unitsl.�Cctiar�s in�ludinc� :.onx;nger.cy. If th� d�eumentation i� not clear and concise it wdl be returnc�a to the department.) Tony 5holola �uyerl�r�oject �lanagerr (��1PiTE[?} �XT. 6054 YS _ Buyerl�eojecf, f�anager (SICIV�TU�E) pqT�: 1217121 Point of Contact of Otherthan BuyerlPM: Norma Sauceda ExT. ���� Check here ta ac&nowledge that if pay item quantities are added io tf�e propasai section after an / Business �quity goai has been pro�ided by DVIN - Business Equity Di�ision, revised pro�asal must qe submitted i/ to DVW - Bus'rness Equity Division for review. A comp[iance review will not 6e pertormed if additionat pay items or quantitfes, which will potentially impact the Business Equity goal, are added to the proposaf section after the issuance of the goal. �bIS �U��"IDFV YO �� COM�L�TED f�Y BUSIf�ESS EQUITY l�1VISION �USIRl��� �QUI7Y M1wBE Gaal �BE Goal MB� or 5BE Goal (Project under previous eDE OMinance) � ��0� � 9 ��p ��Q a�0 Gommenfi.s; �111N' �€�� SfiaT�: �X�: ��e f �: Business Equity Division Effective oil-ot-�o21 Finail• �11/IIU - - - =;ry5r.'�r}1qliSl"tI1��XAC fii .:: FoxTwo���� ���u�s� �oF� �u����s� �(���i�r C�N��A�i ��n���r��GE I��I�oF����1� ���� i0 BE CO1�l����'�� �Y R�QU�S�I�lC ❑�PARTfl��Fdi � �'i �ype of �poject: Constructinn � I�� � Professional (,4&�} � �pafessional (Other)� Designl�uild � CISI� � RFQ� ��P � ���►� � Const�uction C'VYanagement� Department of Dirrersity ancf I��clu�ion-Business Equity Givision [DV1N-8E; ����. Name: Date Suhmi�ed fo �VIiV���: IS Tb15 ib� ��I�IRldL CQN�PLI�{VC�: SU��I�iA�? Yes ❑ No❑ or IS iblS I��G�UESi �O� �► GH,�IVGE �RD��? Yes ❑ iVoQor� �►AAEIdDIVYENi? Yes �{Vo ❑ If yes, Fnfiee � I�nfie� the applicable goal sef: �VVIlf��� Goal 7�% ��� Coal �% 14��� � S��Q �oal p�p�prdinancey�% Date Goal set by DV{N-BE: Is this a Compliance Re�isinn7 Y�S❑ NO❑ If yes, enter the we�ision # If tihis is fop prafessional services agreemen�, enfer name og Consul�a If fihis rec�uest is fior consfruc�ion con4rac4, enter name of Cont�actor: Is this con4�act b�ing awarrd�d fia mulfii}�le �endors? Yes R!o Vendor(s). , �nfier; Capiial Projeci�: O� �id Solicifi�iianlDept. �: �nfer: �'atal Con�eacf Value: � Confir�cfi f��me �nd �esCripfiion (as it would appear on the M&C to include buildinglstpeet names, award terms): E�mount of Proposed NY11fV�� f�articipa�ion �mount of �roposed D�E Participa�ion: $ A�lV�1�� �oal Achie�ed:�% � ��� GO�� �iC�'ll@VBd;� °/a �enewals, Change Orders, Amendments unde� �re�rious �D� Oedinance: Amounfi of Propased i��E Participatian �mount of Proposed �BE �arficipation: $ f�B� �oal Achie�ed:� % $ S�E Caal l�chieved: � % `(Please pro�ide Al.l. perkinent documentatian for a ConstructionllTB services cotnplia�ce re�iew as follows: bid tabulation reflecting name af a11 bidders, PM sign off sheet, utilization form to include MIWBE (or DBEj and non- fvIIWBE (or �6E) participation, Good Faith Effort documentation, if applicable, executed letters of intent [optional to help expedite review], etc.} *(Please provide ALL pertine�k documeniatipn for a Professianal compliance re�iew as follaws: selected consultant's fee praposal to include M1WBE (or DBE) and non- IWIWB� (or I]BE} participation and executed letters of intent [optional to help expe.dlte review], etc.j "(Please pro�ide ALL pertinent documentation for a RFP. RFQ, DesiqnlBuild, CMAR, etc. compliance review as fot�ouus: copies of all proposals! responses, selacted firm's fee proposal to Enclude MIWBE, (or DBE) and non-MIWBE (or �BE) partfcipatian, and executed letters vf intent [apfional to help expedite re�iew ], etc.) xif al{ perr�tinent docurnentation is not ppo�ided, the incomplete complianee rrequest will be returrned to Dept. �xr.: �r�oject �anage��'s �' ame I� other� fhan �I�, please p�odide Confi�cfi R�ame when compliance is ready. and Ex�. to notify 3usiness �quify Division Effective 09-01-2021 =mail: ' ���^� BEOffcP�fortworthtexas.q�v C:xty o�� k'a�t vdoxtn �ec�ues� fo� �di�a��s e�° �usiness �q�a��y Goafl DEPARTMENT/DNTSION NAME: ESTIMATED COST [Please select the apprnpriate circle) �ITB �RFQ �RFP � Sole Source �Amendment�Change Order ��mergency �Other: NOTE: All support documentatian needs to be attached to this requ�st, Sycamore Creek Interce�tor Rehabilitation NAME OF BID/PROJECT SIGNATURE OF BUYER/PROJECT MANAGER EXTENSION a22oo BID/PROJECT NO. DATE NAICS CODE Prior ta ad.vertisement, the canYracting/managing department shall determine whether the Esid1'proposal 'is one which Business Eq�ity requi�tements should not be applied. Business Enuity requirements may be waived upan written approval of the Department of Diversity and Inclusion {p���� ?�»�iness F� �uity .4itiistant 1=)ir�ctnr, �f DEi� �t' #he conditiatis listed below exists, Y1�e contracting/managing department shall notify� P�w A,�sistant Director t�:a th�s fnrrn, stating thr. Swpr;ti�.� ,rvacpp(gl (-;?;" requesting a waiver. _ _ If the contracting�managing department and the Assistant Director are in con�.ict over the granting of a vsraiver, contracting/managzz�g department or the Assistant Director may appeal to the City Manager, or designee, whose decision is fina1. �lease Che�le A��l�cab�e �.eason: A DV�N: A waiver o.f the goal for Susiness Equity subcontrac�ing requirements was requested, and approved by the DVIN, in accordance with the applicahle Ozdinance, l�ecause a public ar administrative emergency exists which re.quiures the goods or services to be provided with unusual immediacy; oz- B DViN. A waiver of the goal for Business Equity subcontracting requirements was requested, and approved by the DVIN, in accordance with the applicable Ordinance, because the purchase of goods or services is from sources where subcontractiz�g or supplier opportunities ar� negligible; or C �VIN: A vvaiver of the goal for Business Equity subcantracting requu'ements was requested, and approved bp the DVIN, in accardance wiih �he applicable Ordinance, beeause the application of the provisions of this ordinance wi11 impose an cconomic risk on the City or undt�ly delay acquisition af the goods or services; or D DVIn A waiver of the goal. for Business Equity subcontracting requirements was requested, and approved by the DVIN, in accoz'danc� vvith the applicable Ordix�ance, because the waiver request is based on the sole souree information provided. E. t,inG�•' ���.�-_'�,,'. Justify Co�ctxnociity o� �enrae� '4Kdai�er Re�uest: DVIF� USE ONLY: ❑ App� Not A�nrave Signature of DVIN Authorized Personnel of DVIN Authorized Personnel Date Date Business Equitq Division Effecti�e 01-01-2029 r •Y TI�[�� �'�.�� jC,��'�' �l�T'�'�l�Tl[�I��.LL,�� 1�L�1�I� G�-�� �7 W ��e lZ�te� '�'hI�S �PA.�� �L]E�'�' �1�T7T'�l�T']C��l�AL,�L� l�I��Y� CITY OF FORT WORTH SYCAMORE CRE�K INTERCEPTOR REIIABILITATTpN STANDARD CON5TRiJCTION SPECIFICATION DOCUIv1ENT5 CITY PR07ECT NO. - 0220D Revised ]uIy 1, 2011 '�'��S �'��E �E��' I�'l['�1��['���T���.� �]L�1�� 2013 PREVAI�ING WAGE RATfS (Cammercial Canstructian Pro}ectsj CLASSIFICATlO�I DESCRIP�'IOR1 AC Mechanic AC Mechanic Helper Acoustical Ceiling Installer Acoustical Ceiling Installer Helper Bricklayer/5tone Mason Bricklayer/5tone Mason Trainee Srickkayer/Stone Masnn Helper Carpenter Carpenter Helper Concrete Cutter/Sawer Concrete Cutter/Sawer Helper Concrete Finisher Cancrete Finisher Nelper Concrexe Form Build�r Concrete Form Builder Helper Drywall Mechanic Drywall Helper Drywall 7aper arywall Taper Helper �iectrician (J.ourneyman) Electrician Apprentice {H�Iper) Electronic Technician Floor Layer Floor Layer Hslper Glaaier Glazier Helper fnsulator Insulator Helper Labarer Common Laborer Skifled Lath e r Metal Building Assembler Metal Building Assembler Helper Metal Installer (Miscellaneflus} Metal Installer Helper (Miscellaneous} Metal Stud Framer Metal St�d Framer Helper PainC2r Painter Helper Pipefitter Pipefitter Helper Plasterer Plasterer Helper Plumber Plumber Helper Reinforcing Stee! 5etter Wage Rate $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 25.24 13.67 55.83 12.70 19.45 13.31 10.91 17.75 14.32 17.�0 11.00 15.77 11.Dp 15.27 11.OD 15.36 12.54 15.00 11.50 19.63 15.64 20.OD 18.00 10.00 21.Q3 12.81 16.59 11.21 10.89 14.15 i2.99 16.00 12.00 13.00 11.00 16.12 12.54 16.44 9.98 21.22 15.39 16.17 12.85 Z1.98 15.85 12.87 Page 1 of 2 Reinforeing Steel Setter Melp�r Roofer Roofer Helper 5heet Metal Worker Sheet IVletal Worker Helper Sprinkler System Installer Sprinkler 5ystem Installer Helper Steel Worker Structural Steel Worker 5tructural Helper Waterproofer Equipment Operators Concrete Pump Crane, Clamsheel, Backhoe, Derrick, D'Line Shovel Forklift Foundation Drill pperator Front End Loader Truck Driver Welder Welder Helper $ $ $ $ $ $ $ $ $ $ $ � $ $ $ $ $ $ 11.D8 16.90 11.15 16.35 13.11 19.17 14.15 1�.aa 13.74 15.Ofl 18.50 19.31 16.45 2Z.50 16.97 16.77 19.96 13.OD TF�e prevailing w2ge rates shawn for Commercial construction projects were based on a salary survey conducted and pubfished by the North Texas Construction Industry (Fall 2012j Independently compiled by the Lane Gorman Trubikt, PLLC Construction Group. The descriptions for the classificatlons listed are pravided on the 7EX0's (The Canstructipn Association) website. www.texoassociation.org/Chapter/wagerates.asp Page 2 of 2 GC��o�9 Perr��ts ��d �J�Il�ities '�']H[�S ]PAG�E ]��E�"�' �1lTT]EllT'Tg���L]LY ]��AN� CITY QF FORT WOR'fH SYCAMORE CREEK IN'I`ERCEFTOR R�HABILITATION STANllARD CQNSTRUCTION SPECIFICATION DOCUIV�ENTS GTY PROJ�CT NO. - 022D0 Revised Juiy I, 201 I �i�.�1J� ���� �lu�� �1r��1�1 l ������� ���l�l� G���o�4 �QD��ll5�Y`llllY�ll���Il�I� ��i�s ���5� ���� �����'������ ���.�� CITY QF PDRT WORTH SYCANIORE CREEK INTERCEPTOR REHABILITATIOAI STANDARB CONSTIZUCTION SPECLF'ICATIdN DOCUMENTS CITY PR0,1�CT NO. - 0220D Revised July 1, 2ql l �l[71�� 1���� ��'u�� �1�! ll �1����1��1�1�� �l��l\ll� ��-�� �0 0� l�r��lr�c� ]���ui�°e����� T�IS PA.�]E �LE�'� Il�'�]E1l����I�A�L�� �3I�A�TI[� CITY OC` PORT WORTH SYCAMORG CRECK 1NTERCEPTQA REHA[31LITATION STANDARD CONSTRUCTION SPECIf ICATION DOCU3vIENTS CiTY PR03ECT NQ. - 42200 Revised luly 1, 201 l T�l[�S �A�� ���T ][l�T�'El�`�'I��.AL�Y I���� - � � �1� � �� _� I�� �J� 1 � �� ��JL�� �`V ����71 �� 1 �� �L` ����1�'�.�1� � ►J► 1 �l�JV�� ������� ���7� iJpdated: Apri109, 2021 The Fort Worth Water Departmenf'� Standard Products List has been developed to minimize the submitial review of products which meet the Fort Worth Water Department's Standard Specifications during utility const�ruction projects. When Technical 5pecifications for specific products, are included as part of the Construction Contract Documents, �he requirernents of ihe Technical Specification will override the Fort Worth Wa�e:r Department's Standard Specificafiions and the Fort Worth Water Depat�ment's Standard Products List and approval of the specific producis will be based on the requirements of the T�chnical Specification whether or not the specif c product meets the Fort Worth Water Department's Standard Specifications or is on ihe Fort Worth Water Department's Standard Products List. Ta��e o� �on�f��t (CIick on items to go directly to the page} Items Pa�e A. Water & Sewer 1. Manholes & Bases/Cflmponents ........................................................... 1 2. Manholes & Bas�slFiberglass ............................................................... 2 3. Manhol�s & SaseslFrames & CaverslRectangu�ar ............................... 3 4. Manholes & Bases/Frames & Cover�IRound ....................................... 4 S. Manholes & Bases/Frames & CaverslWater Tight & Pressure Tight .. S 6. Manholes & BasesfPrecast Concrete .................................................... 6 7. Manholes & BaseslRehab S�stemslCemeniitious ................................ 7 8. Manholes & Bas�s/Rehab Systems/NonCementiti�us ......................... 8 9. Manhole Insert (Field Operations Use Only) ........................................ 9 10. Pipe Casing Spacer ............................................................................... 10 11. Pipes/Ductile Iron ................................................................................. 11 i 2. Utility Lin� Marker ............................................................................... 12 B. Sewer 13. CoatingslEpoxy ..................................................................................... I3 14. Coatings/Polyurethane .......................................................................... 14 15. Combination Air Valves ....................................................................... 15 16. PipeslConcre#e ...................................................................................... 16 17. Pipe Entargement ��stem (Method) ..................................................... ]7 18. Pipes/Fiberglass Reinforced Pipe ......................................................... 18 19. PipesIHDPE ........................................................................................., 19 20. Pipes/PVC (Pressure Se�ver) ................................................................. 20 2I. Pipes/PVC�` .........................................................................................�. 21 22. Pipes/Rehab/CIPP ...............................................................�.....,.........,. 22 23. Pip�s/Rehab/Fo1d & Forrn .................................................................... 23 24. Pipes/Qpen Pz�oi'zle Large Diameier ...................................................... 24 C. Water 25. Appurt�nanc�s ....................................................................................... 25 26. Bolts, Nuts, azld Gaskets ....................................................................... 26 27. Combination Air Rele�se Valve ........................................................... 27 28. Dry Barrel Fixe Hydrants ...................................................................... 28 29. Met�rs ................................................................................................... �9 3Q. PipesIPVC (Fressure Water} ................................................................. 30 31. Pipes/Val�es & Fittings/Ductile Iron Fittings ....................................... 31 32. Pipes/Valves & Fittings/ResiLient 5eated Gate Valve .......................... 32 33. Pipes/Valves & FitiingslRubber Seated Butterfly Va1ve ...................... 33 34. Polyethylene Encasement ..................................................................... 34 35. Samplir�g Stations ................................................................................. 35 36. Automatic Flusher ................................................................................. 36 � c� a � � � � � � -� a� � � � � � F� � � � O�G��J ���. E� � � � � � � � � � � � � � � �� �.. .._ �� W � � � j' _� w� ..�� _ �' � � _- N P � � � ` � � 1 �/� C � � '� � � � � vG F O N w b F�. .� C LI v .G �I �� �+ � o � � � o ,Q w � •� I �"q � I� � � � � �o � '� y a .� E-� � � q ��� �' QW�, � � � � o � � � � v - Y � � � � v � � - � � � � :.'� w � � � � � � w � v .� � � � �. v � v E �a v `� .� � ri. � � � � � ��� w � �' °'' �� w � � ct � v � � �� � n' V7 m L � 3 `� °' � � v � m vf N � L � O �' � �I � 3 � a ¢' � �+ z ~ � a 0 a `m '� � C .� 0 : � � � � � � � � � � � � � Ri '� 0. � � � ��.� � � � � � � � � � � � � W � � �� � Ey � �� `� ' �; i.� � � ► �3 � a P � � � � �i ¢' � �� � ��� � � o � '� w �q � ii '� � � .ti b P u � � 11 � � � �O ��� Q �a E� � � � w�� � � � � � � � cti N � � � � � � � � �, 0 � I �l G q Ll o�o I�I N 0 O Ql o��I ol O � m��� � a o 0 o m �� �� � 0 0 0 o q � � � �"C � � �° � � � � � � � � �. h � � � 4� '[�+ p � � � � � � �5 Q � � � � � Fu� uH� �r� �y � ¢ Q 4 ¢ g u °' °� � 3 N � � P � � � T q � � � 'y V .g � � q � p � � v � a � N � ry � � a � .��w � � °b � � � cn U ;� .� � `n '�. m �a � � ` `� � � � � � � � �' � � � � � N � 3 ,.. � (� N 'd N 'o Q�i � � � �- � � � ��r � � V � � L N � � � � U a � � � � � � C C '�" C U S � O O G a n �v y 'tl � � � � � � o� o � � �n p a �p � o b c. o tx, r�. w c.., o o� U �.�g cC a ,'�' � m `4 � � � � U U y, � o " i V °' � 3 ,� o � 'Z z z 'Z � '� n' '� � � Y'n v� v�i � � � '� U m .� � � N s. � � rn 'v u � � � i � a � R �"� a � L r� � d N � M 9 i a �""' 3 � �¢ ❑ z � � � v �s w � � � � '� ° � "�������v;,��7>>� �; � � > a a� a y >> > o o a o o�O V o c o q 0 0 0 0 0 0 0 o V U U U U U � � U V U LJ U U U U U U CJ U �-a � ny b a� �o �u �v v � b �v �a �o -o �n � ° � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � n. c�. r�. �. �. �,. �,. �. v, w w w � � � � � � � o v m m u m m^; v m c� � � w �d a �d oc W . � � � �5 � � � �. � � � � L A C] ��] fa R L � � �G .4 .G F � �� � G 6 � � [Q�t C�/1 � IQ+1 lQ�l C��l f��t i � �; � M �l M ryi- M rl M r3 � M i'1 .�'1+ .M+ y.M- M rMi -M- O O O O O O O O O� O O O O O O O O O ~ M' t�l [+1 M1 f*1 f'�1 r�] [+1 N1 N1 [�1 C�1 [�1 [/1 l'�] lrl � 0 � r'T �'1 M M r1 M ryl f�] M f�l i+l M C1 M M M1 [�1 r�1 �r.� A M C � � � � � � o � µ � �x ., o00 �� w� _ N N � N �+1 � [=1 O � � ^�+ O �[ O O O � � �` O'+ O O � O b C N C � � O a � H a s V � C s � Y u N J � � � O � � '6 C �n m o` E LL r � � f�4 � � � � � '� i.�e � � � � � � b � � E-� � � � � �Q � �W�, � � � � � � � � �� � � � � :-., -� .� l e� -� � � � � � � � � w � ` � 0 � � � � � � � � � � � � � � � � � �A � � Gzl �i � � � � H � �� � � � � � �� 1 � � - �. � T � � � � � � 8 � � � � � � 5 �"� � Fy ��"ryQ � �1 � � � � � � � � � � � � � � � H � ��E� � _� �i , � .� � � '� � �� � a-�� u � � � � � y � °f � � � � :.. y � y � O W � � 1.� �/�q � ' •� � _ � � .� L^ � � � � � � � � � � � � �T� � � �1 Qd � � � � w ���� � � � v � U GG y U F r`. w o 0 �� � � .� r� � "p p � Q � U � r 3 R � `n `n W a u. Y '� Q � � m � � � � � P n � ati„ � �: Q � � � O L � � m � A a y � l. w d A � .� � }. Y � u � � � c � � v bt�l n � � � � 3 � � A �., Lr , o � � � c"� 3 � � N � � �r .'�`� x o o ^� ^ o U � � V F 61 �a m �L �� �� � WU � � � � .n .a . W '� � r A �s v, � � '� 7 � m � o a o � p � � � �, � � �� ���°� �� .'? � } � a sq} q �+ � � U U U i � � �4 � � Y�V w Ix] � � �, T P O Q ! N � � m � i p � o � i �w C GJ G U O 6l .C3 � 61 s � O c � �I � 0 Y U '�"n � u � a a m a � m � d � W � � N O � � � 8 � � '� � � e� 'O @� � E� � R•a` F-ZY-� �t � � � � � � � � � � � � � � � � � � � ���€� � �� -, . �. � � , � _�� ,_ �. � � � � �, s a c � � 0 � � � 0 c� � � 0 � � � � � � r� � � a E-� � � � � � A � � � � � � �� � � � � � � «� � cs � � #� � �� .•� � � � � � � � � � � � +� � � '� � � � � � � � � � � � � A � � � � � � �W � � � � � � � � � M� -�> _� .- � �. -� � � �; � t�1 O � i � � � � � � � � � � � � � � I� � � � � � �� r} Yq�1� � w �Y � � � � � � � � � � � � � J !� �t �' � � �p. � � � � � ` � � � � � � .� � '� �. � � � � � � � � � E-� � � � � � � � � � � � � � � � � � H � �� � � � �+ � =,�, �� r- a� � r f�l � C�1 � � � � B � � �+ � `E� � � H E� � � � � � �E�� � � ��� ��� ��� H�� v�� � �� _,� �r � - � � � � � � c� � � c� � �° � � � � � � � � � � a � � E� � � A � � � � � � � � W � � � � � H � , ��E�' � �I � � � ��� rr,,,; T � Q � 1 � � � � � � � � � � � � � � � o� �es �L � � �1 � � � � � � � � � � � U � � � �' �� � �- � �. � � � � � � c�l � A� � � d° � �6 tl� � e� '� a � F-� � � �� � � � � � �� � � � � � � � � � � C-�-i d � U��. � _� _� . � � l � � o� a.�. � W � c� � � � � � � -� � � �o � � E� � � � �i F� E-� � � � E{ � � � � � � � �� � A V � � � � - � __, � � .� � +iw � {�� �� � C� � � � � � � 8 '� � � `O � � Ep � E� � z � � � V � � A � � � � W � A � � � � C-��@� V � � � � _� _= : t �� ��1 � � � � � � � � � � � d � � '� � � F� � h" � � Qif--Y�-1H � � � F � � � � � � � � � � � � V � � � ...� �� �6 `� � �-� ' � � e� � � �1 � � � � � '� .�.�,r � � � � E-� � P�WE� � � � � �A � � fr� A� � �� � � � �� � � � r .-�� �J �� ' �` P � i� v� �r� � cb � � � � a � � '� � � �o � � � � v� ��E� � � � C� � � � � � � � � � � � � � � � � �., �� �r � �' ' E� � � M N � � � � '� j � G Y �q� � � • 5 b � � � A'� y � 'c�. � � r � r � � . � � � a Q .. ip � � k. ��p 'a µ, o •M L _ � � .-�i �@ w �y V "� - _ Q G' � � � . �� � Ps:. �'?� � � a '� E" � � � � v � � � � 5 p�v a � � � � � o .� � u a�i o � u � .� � � � �r� � � � � • �i �p a o � �I � � U � � � p � o � y � � r , � - �ii � 4i � L. F� fp 'O. P. � ^ a �'-J � � � � � r � � �g � ,a � � Q � N � L w -� — �, G1 � . R .'L" N F. N � N � R '6 . .r •I�,' .p � u7 r� -� 1 �! ;..., ' l j 4� �+! t • 1-. 3 � L 0 �. m m 3 � 0 � � � o a o w w w �e �v �a � � � d � a � � D G! � a GI .0 � r C r.�+ � U � J U O b � a � � c •m 0 0 � P � � � 1 � � � Q' � � �� � � � � � � � � � � � � � � � �rt � � � � � � �p� � � I� � � � � � � � � � � 1 r � �: ��. � � � � � � � � � � .:� � '� �. � E� � � �� � � � � E-� � � � � � � � � � � O �` � � � �� � E� � �� a� i . � �, � rM1 � i �� � � E�I � t�f � W � d' � � � � � � � � F-� � � � � � � � � A � � � � � � � � � @ �V `'� �� � � .-, �F �' � +f =� V , � � N � i�1 � O� � 1 � � � � � {� � � � H � W � � � ��q/ � � �Qq! � � � Fil � � � � � � � � � � � � � � � �� � �� . � I � r� � � � N � � � � 1 � � � � � � � � � � � � � � � � 1� � � � � � � � � � � � � � � � � � !"r • �� � � I � 1�,1 �r � � � � � � � � � � � � c� � E3 � E� � � � � � U � � � � � � � � A � w � � W � � � � � � � _� '�� ;' j � P�d � � � � � 1 � V � W � -� � � F� � � � � � lid � � � � � � 1�1 � � � � � F 4 � � � � � � � � C/a dC F O H w .n � I .� y rt - � u � .� w U N 0 a, sa � a � y ..J y _ �� ,- � `: � . a � w � .a M i.�-' d � � N r-1 � � f�-• a .� .a. � n N � 3 ���i a� � � L � 47 i� � � � � � n z � — — � N N � N Q � � 00 fY � � N n3 �.y N � y' � � 7 `�I rt � � a �b v a � I 0 � � b �d m O pp� o� o �p � o Op op 0 ^" U U U Urn� �"�'T��"�" �U U C�.� U Q G - C_1 ,_N„ `D C� � � 4� � � � ����w ���� � � � � f a 4 i II � I! > I I � — w oe � x � w p ae �^ C� A- �� ^.�'s 7 �.�. A Q Q � c� I Q � I' �C� v L[J � � �� � � .a U d b � 9 � b � � � � O y rn � U � '�, 'Z � O O a �- �,?i v � � d o v;7 U U w v�� a� w � o z z ° � � I 'a�. � � "� `� � � 5 0 � � � � � PS � F� F W � � �M i�i� � �a� F L 61 6�1L G. P� Q� R 0. P. A P. �P, d. G. P. �. W F4 ����� � � ���� � P. C�. � � LL L� RC P. R. � {ry U V U U C� U U V U U U 0. P'. .R W P�, a FL P, P, P, G��. � y ry N (V N N ^ N N N � N GL � M M"' M M c"'n � rmn rn in M �] m � oc °O tO a 6� O� C+ q � � � o^ T� O�i v�i h � �a � 1O �O +O �D � �� r��i v�i *�n .-Ni .-Ni T a� O� O� 6 m H M '�I �rl al arl c vl �a� `vl ol `"I v1 v� I I�'I � l� � � � � Qi � ` � � V � � � � � W m � � ��� ,� U U M Fi ni r� 'n U U U U U f] O O O M Y� V� � �O �O .�fl-i h Yl M � m Q Q ¢ d �y ,qs ... .� .., � U U �J V U � � � 333 py m Q c7 M G' .-. .. � U � .. .. .--� � � Vd � � � � 'T� � a � � 3 Q'. Q' G. Q Q" � M NI �*1 M M � 4 a ¢ ¢ � �3 a ¢3 a3 '� � � � � � �a � �¢ � � a � � a � � 3 3 a � a � � � � � � d Q � d o v � � W o 0 m ri .�U d �. Q U U � U� O G p, �" O N�/] y � � w U �. � � � p" V C.� V � W O � �„0 � �a� I .� '� r�n r�i� �„��., � w C] 0. v�5 r'�i� �j p�.� v� Ao p4 i� w w " "� � ai o '� � w V r�i, � "' ,-a° " •� �� y�i � a"n- r � � � � .o .� � � � `n ^ � � o x � � � o ° a � W � � � ,� � � � U � � � � `'a a o � � � � '� �� � -� oae � o� cn p4 �i 91 °' v p���� `a'i N. a� d' .2 � .�-, ° m �' ,� � v�'i � � � `�' �' cG P: A PC fa 5 � � � V. a w a°a .� � "� � �"n �n � � � q .o .� .o � �� �°���'`� � � � � M � - u - c:. . - � .a.,.:� �z� � � � � � �� � � m � � � ° � �. � f� � � a. � � °' _ � � � O � � � � � � � ��. �� � � � �� ����s � �� �� o y� �o U U � u�a � � a � k X p �G R t� u� ,� ❑+ e1 v O O R1 J7 r51 ly � V] � � y1 O � � V]. f/1 N V] � � � � o o � � � g w w vp�� ... .o : � � iti y � � � � � � � � ,r. � _ � � � �« c � �w w � _ ,�s� � � ,� � fl n �� � � ay � � � � � y U � z �a�.� � � „c ° w �-o, � � o � � � v v N � � � � � a a � � � � � � � c� � � i� � � � � � '� � � "� �� �� � 9 � � � 9 � ����� ti �� �: �' a� �AA�p���0.��������� � �. � � � � � a �. ��� n r r n n v n ; ^�,^ t- - t�. r a n � �� � •;^ r.� ai '? R R 4 c7 0`v 4 �.; o^ o o ra 4��� : � — � ' v l i� w w w u, su W w�:, M w M iv w w m�;, m,:, M �:, M M M t+i t�l M N1 j , � � m �� � a a�� a o� ���yq eC _ "1 iF .�-. � -�i -�i O N � z .. � I � t O C Q 4� -~i O 0 o I o l o 0 ^ I C � � 0 u 0 m .o �a � m s � O a+ � � � d �u U � � a 0 a`. v -1Oa � b � � o` O � rw. \� �q� \� 1 � � � � � � -� �. � � � � � � � � � V H � � � � � � W � � � � � � E-� � � � � � � �n � � � ' � � i � m m u u � � � p C,. '� `n oo '� d o bp b - ^ vp M `'' ^i � - � � v � � � �e �o � I � id ry b w W � ^3 r r i � '7 � � ' � Tl � oe � � « K1 y _ � ~ m ry a � '* �� v� v a � o+, `�.t �' ^ � 'D o � �n v o � a � = N ry N - :� O N H Q 'y � � Y1 � � � 0 � � � N N � E„� vi ve vi vi y UO .�i .�i � .�i O.h-i .�i .�i �-�i 7 a {I,�,. W � � � h h � � h h � !/} � � � � V V:} V � U � U i.% U U � U V U z L � Q� d d 4 d d d 4 d Q� 4¢¢� � � '� ��a��� ����������m � � a� a Q a¢ ¢¢¢¢¢¢ a a a � N � � �� � � � � 4 � �� d a b r � � o � � N �D N 'b 1� nl �k % O � �- � a id N � N v C. 4 -� h I� " � a ��n M A. 4C � _ � � � � a'�� � y � `� U U Q �; y� N � aI N�, �,� `a _ o � � q � � : � Q -�' _r`�n � � r�n� �o o � �vi �' � � `n � oe °' � �° �l �' A > a�1 � � � � .� � m "� �= po �' � "� �« M� a ''} '� o "� �' a� `� � _ � N Q � ry � ¢ � m � = � 3 a � � � a � ',�, � � � ry � � � � ° � 3 `� U � o `�', � � � � m � �' � � � � � � � s'7+ � � � � " � v ,o �. � � � D C d � Wl c� b ta �� b '� � a Fy - a o 0 0 0 0 �� d d o o a�U- � a U U U U U U U V o 0 0 o a U V U U U�j � o� V C3 V U U m v m a _ �f ri � u��. � � ti � Q � � � � �3 � � � m '� '� '� > a � a a a� a� v v�� Y> a'� � �� � � � � a4 � � � � � � 3 3 3 3 3 � `� �O w � �� � .� C � .� .� -� � � � � � � U U U � U � m .' � A ���a�a��� � ]� N . � � � � � � � � � � b �; .� � � � �� � � •� � *J � 3 � � �- w s� c� m es m u y d m m m d e� e� a m m � a a r a a a �> a��.>> a>� a a^ a i ;d � '� '� `2 '� '� '� "�3 A '� '� '� '� '� '� � '� '� '� '� m ia '�3 w'� w 7 � > , � � 9 ? 7 9 � � 7 9 ? 7 7 7 > , � � � 7 ;y v d � Y„ v� d m �u, a� c� m m � - ����c����c��s�c��c�������c�� �c� if7 � N a� � d m v.� ro b� a� v v m.d 2i �'�' �"� �7'i 'y �i b �e a� '�i �% 'd � � v v v � �v �o �o .a °' d , w v v m �n e� m o-� v c� e� m � � _ � �3333�33���333333333� �,�Y •�. � �i �i � v �i m � °u� � °w � � � � �. �i u a�i m u � e�i � � a~i Y � � � � � � :: :� :— � ;� :� i� � :� � � i? y i� i� i= : � � m a a� ci a� m m u �3 u iMi m�i e� m m n� ci a� �' w m � �. � � x� x x x x x a. a x cc x x x u� �� x�r� a r� � b v �+ �y �a w �a. �a +n �o N .n � �a � a .Gl N c�I N N N N N ry N � N # W� W W w W W W W I17 W M i-I � Q � H � 1a-� IE 3 N S O5 � a N Q+ M V� � 00 7 a � N � 00 � _ P O� O� 4 O � O OV ��O O `0 Q+ O.� O ¢� � m°'� C a� C o r.-`�`. M N c�r o�� o r�O`y � 61 ' N 00 Vl O� 00 V� .. V� �... O,�-� �--i Vl O 00 0 0 0�+ o 0 0� � o o a� o -r q � o � r Ci1 � N � � � ` � A � � � � � � � N Hz� ��� ��"� ��� �w� ��O �" �� ��� � � �,- � � � - � � _�, � � � � 0 � � � � � `� m � nr '� � � EK � � � � � � � � �� � � � � O�"� H @ � Gj � � � _� -� _ � � N � F� � � f�l � i� � � � ` a' A � � � � � � � � � � � � a � E'� � � � �� � �W�, � � � � � � � � � � � � __ :� � � � � � M � � � � � � a ` � � � � � � �. � � � P� W E� � � A � � � ���, � � � � ���� � � � � � �+ �, �� � � h � �� �