Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 46606
CITY SECRETAW L* coNTRACT - FORTWORTH PROJECT MANUAL FOR THE CONSTRUCTION OF Northside II 48-Inch Water Main, Phase I Part 2 City Project No. 02082 Water Project No. P265-602140208287 Sewer Project No. P275-702140208287 Betsy Price David Cooke Mayor City Manager Andrew T. Cronberg, P.E. Interim Director, Water Department Prepared for The City of Fort Worth Water Department OF 2014 Brown 8.Gay Engineers,Inc. • ° •°°°° • ° 500 West 7`"Street,Suite 1800 DONALD P. LAN'GE Fort Worth,TX76102 Tel 817-887-6130 ���tq: 86304 c ep Fax: 817-887-6135 0 'r °• `� ® �.(� -Civil engineers&surveyors- ®�C`�a�•••cENs •'°°�C� TBPE Registration No.F-1046 `'� •••••° c C\"lr� EXECUTEDOFFICIAL RECORD CITY SECRETARY FT. WORTH, TX RECEIVED APR 15 2015 FORTWORTH. City of Fort Worth Standard Construction Specification Documents Adopted September 2011 000000-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 3 SECTION 00 00 00 TABLE OF CONTENTS Division 00-General Conditions 0005 10 Mayor and Council Communication 0005 15 Addenda 00 1113 Invitation to Bidders 0021 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 0045 11 Bidders Prequalifications 00 45 12 Prequalification Statement 0045 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers'Compensation Law 00 45 40 Minority Business Enterprise Goal 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division 01 - General Requirements 01 11 00 Summary of Work 01 2500 Substitution Procedures 01 31 19 Preconstruction Meeting 01 3120 Project Meetings 01 3216 Construction Progress Schedule 01 32 33 Preconstruction Video 0133 00 Submittals 01 35 13 Special Project Procedures 01 4523 Testing and Inspection Services 01 5000 Temporary Facilities and Controls 01 5526 Street Use Permit and Modifications to Traffic Control 01 57 13 Storm Water Pollution Prevention Plan 01 58 13 Temporary Project Signage 01 6000 Product Requirements 01 66 00 Product Storage and Handling Requirements 01 7000 Mobilization and Remobilization 01 7123 Construction Staking and Survey 01 7423 Cleaning 01 77 19 Closeout Requirements 01 7823 Operation and Maintenance Data 01 7839 Project Record Documents CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised November 22,2013 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 3 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 32-Exterior Improvements 3201 17 Permanent Asphalt Paving Repair Division 33-Utilities 33 01 31 Closed Circuit Television(CCTV)Inspection 3304 10 Joint Bonding and Electrical Isolation 33 04 12 Magnesium Anode Cathodic Protection System 33 04 40 Cleaning and Acceptance Testing of Water Mains 3305 10 Utility Trench Excavation,Embedment,and Backfill 33 05 22 Steel Casing Pipe 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 33 11 10 Ductile Iron Pipe 33 11 11 Ductile Iron Fittings 33 11 13 Concrete Pressure Pipe,Bar-Wrapped, Steel Cylinder Type 33 11 14 Buried Steel Pipe and Fittings 3331 50 Sanitary Sewer Service Connections and Service Line Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: https://projecipoint.buzzsaw.com/client/fortworthgov/lnfiastructure%2OProj ects/02082%20- %20Northside%2048%201nch%20 Water%20 Supply%20Main%20to%20 Caylor%20 Water%20Tank%20P art%202/Construction%2OSpecifications Division 02-Existing Conditions 0241 13 Selective Site Demolition 0241 14 Utility Removal/Abandonment 0241 15 Paving Removal Division 03- Concrete 03 30 00 Cast-In-Place Concrete 0334 13 Controlled Low Strength Material(CLSM) 0334 16 Concrete Base Material for Trench Repair 03 8000 Modifications to Existing Concrete Structures Division 31 -Earthwork 31 1000 Site Clearing 3123 16 Unclassified Excavation 31 23 23 Borrow 31 25 00 Erosion and Sediment Control Division 32-Exterior Improvements 3201 18 Temporary Asphalt Paving Repair 32 01 29 Concrete Paving Repair 32 1123 Flexible Base Courses 3212 16 Asphalt Paving 32 1273 Asphalt Paving Crack Sealants CITY OF FORT WORTH Northside I148-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised November 22,2013 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 3 32 13 13 Concrete Paving 32 13 20 Concrete Sidewalks,Driveways and Barrier Free Ramps 32 1373 Concrete Paving Joint Sealants 3216 13 Concrete Curb and Gutters and Valley Gutters 32 17 23 Pavement Markings 3231 13 Chain Fences and Gates 32 31 26 Wire Fences and Gates 3291 19 Topsoil Placement and Finishing of Parkways 3292 13 Hydro-Mulching, Seeding, and Sodding Division 33-Utilities 33 01 30 Sewer and Manhole Testing 3304 11 Corrosion Control Test Stations 33 04 50 Cleaning of Sewer Mains 3305 13 Frame,Cover and Grade Rings 3305 14 Adjusting Manholes,Inlets,Valve Boxes,and Other Structures to Grade 3305 16 Concrete Water Vaults 3305 17 Concrete Collars 33 05 20 Auger Boring 33 05 21 Tunnel Liner Plate 33 05 23 Hand Tunneling 33 05 26 Utility Markers/Locators 33 05 30 Location of Existing Utilities 33 1105 Bolts,Nuts,and Gaskets 33 11 12 Polyvinyl Chloride(PVC)Pressure Pipe 33 1220 Resilient Seated Gate Valve 33 1221 AWWA Rubber-Seated Butterfly Valves 33 1225 Connection to Existing Water Mains 33 1230 Combination Air Valve Assemblies for Potable Water Systems 33 1260 Standard Blow-off Valve Assembly 33 31 20 Polyvinyl Chloride(PVC)Gravity Sanitary Sewer Pipe 3339 10 Cast-in-Place Concrete Manholes 33 39 20 Precast Concrete Manholes 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 33 49 40 Storm Drainage Headwalls and Wingwalls Division 34-Transportation 3471 13 Traffic Control Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-6.06.13 Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised November 22,2013 CITY OF FORT WORTH, TEXAS WATER DEPARTMENT D ADDENDUM NO. 1 ® C'••' to the 0 ®...........................� Plans & Project Manual DONALD R LANGE r 9...........................� for .o ;Q 86304 Northside II 48-Inch Water Main, Phase I Part 2 ,`�t00 N A L��t;`.ZQ�� City Project No. 02082 UNIT I: Water Improvements—P265-602140208287 UNIT II: Sewer Improvements - P275-702140208287 Bid Date: December 18, 2014, 1:30 PM Addendum No 1: Issued December 16 2014 This Addendum forms part of the Plans and Project Manual for the above referenced Project and modifies the original documents. Bidder shall acknowledge receipt of this addendum in the space provided below, in the proposal (Proposal Signature Page) and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The Plans and Project Manual are hereby revised by Addendum No. 1 as follows: SPECIFICATIONS & CONTRACT DOCUMENTS 1. SECTION 00 41 00— Bid Form a.) Paragraph 4. Time of Completion Add the following subparagraph as follows: 4.3 The Work associated with Unit 2—Sewer Improvements shall have a milestone completion within 45 days after the date when the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. b.) CLARIFICATION: During the Prebid Conference, it was asked if this milestone was concurrent or in addition to the 150 days already stipulated. The answer provided was that the time durations are concurrent, because the customer cities' demand increases during the summer. The additional capacity from the activation of Northside II Phase I will assist with this additional demand. City anticipates going to the City Council for approval in January and issuing Notice to Proceed in early February 2015. Addendum No. 1, Page 1 c.) The Bid Proposal Workbook will be revised on Buzzsaw with the changes herein. 2. SECTION 00 42 43— PROPOSAL FORM This specification has been removed, replaced, and attached herein. The Bid Proposal Workbook will be revised on Buzzsaw with the changes herein. The modifications include the following: Unit I Pay Item 19—3213.0302 5" Concrete Sidewalk was increased by 150 SF Unit I Pay Item 51 —3213.0503 Barrier Free Ramp, Type M-1 with 5 EA has been added to the Bid Proposal. 3. SECTION 00 73 00—SUPPLEMENTARY CONDITIONS SC-6.09C. "Outstanding Permits and licenses" Remove the TXDOT Permit from the table and replace with "None". The TXDOT Utility Installation Request has been approved. 4. SECTION 33 05 21 —TUNNEL LINER PLATE CLARIFICATION: This specification section is provided by reference without any deviation to the Standard Specification. All tunnel liner plate installations shall be designed and sealed by a Licensed Engineer in the State of Texas per section 33 05 21 Article 1.6 Paragraph B. The tunnel liner plate thickness provided in the table is the minimum thickness of the appropriate diameter regardless of the depth of the installation. 5. SECTION 33 05 24— INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE This specification has been removed and replaced, and attached herein with additional modifications. The modifications consist requiring the annulus space between the water carrier pipe and the steel encasement to be grouted. See the attached specification for more detail. 6. SECTION 33 11 13—CONCRETE PRESSURE PIPE, BAR-WRAPPED, STEEL CYLINDER TYPE This specification has been removed and replaced, and attached herein with an additional modification. The E' value has been revised to the City of Fort Worth Standard value. See the attached specification for more detail. Addendum No. 1, Page 2 7. SECTION 33 11 14— BURIED STEEL PIPE AND FITTINGS This specification has been removed and replaced, and attached herein with an additional modification. The E' value has been revised to the City of Fort Worth Standard value. See the attached specification for more detail. CLARIFICATIONS: 1. When a vendor or manufacturer is not included in the technical specification sections or on the Standard Product List, then the prime contractor shall submit a Request for Substitution Form. The form is located as Exhibit A in Section 0125 00 of the project manual. The form will be received and reviewed through the submittal process after the project has been awarded. 2. All contractors are required to be prequalified by the City prior to submitting bids. Any contractor or subcontractor who is not prequalified for the work type(s) listed must submit Bidder Prequalification Application seven days prior to the bid opening date per 00 45 11. All project specific work types are listed in section 00 45 12. Prime contractor shall declare the prequalified contractor/subcontractor for each work type provided therein. If a contractor has a valid prequalification letter, the contractor will be eligible to bid the prequalified work types until the expiration date stated in the letter. 3. Per Section 33 11 14—2.2.C.2.d.3., Coefficient of Friction shall remain as 0.25 for Polyurethane coated steel pipe 4. Per Section 33 11 14—2.2.C.4., minimum steel thickness requirements will remain unchanged for this project. 5. Cement Stabilized Sand Embedment from Station 23+00 to Station 51+00 is required if C303 pipe is used for this project. Addendum No. 1, Page 3 CONTRUCTION PLANS 1. Water Details Sheet 2 of 4(66 of 117) This sheet shall be removed in its entirety from the plans and replaced with the attached sheet providing the detailed information for the following: a.) D105 R* -The DIP between the valve shall have a MJ Coupled Joint by MJ Coupled Joint. Retainer glands used in the Blow Off Valve Assembly are not acceptable. b.) D106 R* and D107 R*-The annulus space between the water carrier pipe and the steel encasement shall be grouted. 2. Water Details Sheet 3 of 4(66 of 117) This sheet shall be removed in its entirety from the plans and replaced with the attached sheet providing the detailed information to grout the annulus space between the water carrier pipe and the steel encasement. Note 2 has been added requiring the grouting work plan submittal and acceptance prior to the installation of water carrier into the steel encasement. 3. Water Details Sheet 4 of 4(57 of 117) POTABLE COMBINATION AIR VALVE ASSEMBLY 3 TO 8-INCH VALVES DETAIL 33 12 30 D139 R* a.) Revise the note for the MJ Sleeve on the discharge piping as the following: MJ SOLID SLEEVE WITH RETAINER COUPLING b.) CLARIFICATION: A 48-inch by 30-inch welded outlet is acceptable if ductile iron pipe is bid and awarded for the project. 4. 8" Sanitary Sewer Plan & Profile Keller Hicks Road STA 15+50 to STA 18+60 (S-15961 R) Revise the border to reflect the proposed project of Northside II 48-Inch Water Main Phase I — Part 2 in lieu of Part 1. All dates, project funding centers, and sheet number shall be revised to reflect the proposed. The design intent has not changed. A signed copy of the Addendum should be included in the sealed bid envelope at the time of bid submittal. Failure to acknowledge the receipt of this Addendum could cause the subject bidder to be considered "NONRESPONSIVE," resulting in disqualification. RECEIPT ACKNOWLEDGEMENT: Andrew T. Cronberg, P.E. By: — Interim Dire r, ater Department Compa y: Oscar Renda Contracting Inc. By: Tony Sholola, P.E. Title: Engineering Manager Addendum No. 1, Page 4 001113-1 INVITATION TO BIDDERS Pagel of 2 1 SECTION 00 1113 2 INVITATION TO BIDDERS 3 4 RECEIPT OF BIDS 5 Sealed bids for the construction of Northside II 48-Inch Water Main,Phase I,Part 2 City 6 Project No. 02082,will be received by the City of Fort Worth Purchasing Office: 7 8 City of Fort Worth 9 Purchasing Division 10 1000 Throckmorton Street 11 Fort Worth, Texas 76102 12 until 1:30 P.M. CST,Thursday,December 18, 2014 and bids will be opened publicly and read 13 aloud at 2:00 PM CST in the Council Chambers. 14 15 GENERAL DESCRIPTION OF WORK 16 The major work will consist of the(approximate)following: 17 18 Unit 1: Large Diameter Water Improvements 19 11,600 LF—48-inch Water Main 20 3,480 LF—72-inch Casing/Tunnel Liner Plate 21 3,800 LF—48-inch Water Carrier Pipe 22 8 EA—4-inch Combination Air Release Valves 23 3 EA—48-inch Butterfly Valves with Vault 24 5 EA—8-inch Blow Off Valves 25 4,000 SY—Concrete Pavement Repair 26 1000 LF—Asphalt Pavement Repair 27 28 Unit I1: Sewer Improvements 29 900 LF—8-inch Sewer Pipe 30 1000 LF—8-inch Sewer Pipe, CSS Backfill 31 4 EA—4-Foot Manholes 32 1 EA—4-Foot Drop Manhole 33 32 VF—4-Foot Extra Depth Manhole 34 7 EA—Sewer Service Assessment Taps 35 6 EA—Bored Sewer Service Assessment Taps 36 3400 SY—Asphalt Pavement Repair 37 38 PREQUALIFICATION 39 The improvements included in this project must be performed by a contractor who is pre- 40 qualified by the City at the time of bid opening. The procedures for qualification and pre- 41 qualification are outlined in the Section 00 21 13—INSTRUCTIONS TO BIDDERS. 42 43 DOCUMENT EXAMINATION AND PROCUREMENTS 44 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 45 of Fort Worth's Purchasing Division website at bitp://www.fortworthgov.org/purchasina/and 46 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site.The 47 Contract Documents may be downloaded, viewed, and printed by interested contractors and/or 48 suppliers. 49 CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 001113-2 INVITATION TO BIDDERS Page 2 of 2 1 Copies of the Bidding and Contract Documents may be purchased November 24, 2014 from: 2 Brown&Gay Engineers,Inc. 3 500 West 7"'Street Suite 1800 4 Fort Worth,Texas 76102 5 Phone: (817)887-6130 6 7 The cost of Bidding and Contract Documents is: 8 Set of Bidding and Contract Documents with full size drawings: $150 9 Set of Bidding and Contract Documents with half size(if available)drawings: $75 10 PREBID CONFERENCE 11 A prebid conference may be held as described in Section 00 21 13 -INSTRUCTIONS TO 12 BIDDERS at the following location, date, and time: 13 DATE: December 4,2014 14 TIME: 9:30 am 15 PLACE: 311 W. I Oh Street,Fort Worth,TX 76102 16 17 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 18 City reserves the right to waive irregularities and to accept or reject bids. 19 20 INQUIRIES 21 All inquiries relative to this procurement should be addressed to the following: 22 Attn: Roberto Sauceda,PE, City of Fort Worth 23 Email: Robert.Sauceda@fortworthtexas.gov 24 Phone: (682)432-5478 25 AND/OR 26 Attn: Donald Lange,PE,Brown&Gay Engineers, Inc. 27 Email: dlange@browngay.com 28 Phone: (817) 872-6001 29 30 ADVERTISEMENT DATES 31 November 20, 2014 32 November 27, 2014 33 34 END OF SECTION CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 0021 13-1 INSTRUCTIONS TO BIDDERS Page 1 of 10 1 SECTION 00 2113 2 INSTRUCTIONS TO BIDDERS 3 4 Defined Terms 5 6 1.1.Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 7 00-GENERAL CONDITIONS. 8 9 1.2.Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 10 meanings indicated below which are applicable to both the singular and plural thereof. 11 12 1.2.1. Bidder: Any person,firm,partnership, company, association, or corporation acting 13 directly through a duly authorized representative, submitting a bid for performing 14 the work contemplated under the Contract Documents. 15 16 1.2.2.Nonresident Bidder: Any person, firm,partnership,company, association,or 17 corporation acting directly through a duly authorized representative, submitting a 18 bid for performing the work contemplated under the Contract Documents whose 19 principal place of business is not in the State of Texas. 20 21 1.2.3. Successful Bidder: The lowest,responsible and responsive Bidder to whom City 22 (on the basis of City's evaluation as hereinafter provided)makes an award. 23 24 2. Copies of Bidding Documents 25 26 2.1.Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 27 resulting from the Bidders use of incomplete sets of Bidding Documents. 28 29 2.2.City and Engineer in making copies of Bidding Documents available do so only for the 30 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 31 for any other use. 32 33 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 34 35 3.1.All Bidders and their subcontractors are required to be prequalified for the work types 36 requiring prequalification at the time of bidding. Bids received from contractors who are 37 not prequalified(even if inadvertently opened)shall not be considered. Prequalification 38 requirement work types and documentation are as follows: 39 40 3.1.1. Paving—Requirements document located at; 41 https://projegVoint.buzzsaw.com/fortworthgov/Resources/02%20- 42 %20Construction%20Documents/Contractor%2OPrequalification/TPW%20Pavin 43 %20Contractor%20Prequalification%20Program/PREQUALIFICATION%20RES 44 UIREMENTS%20FOR%20PAVING%2000NTRACTORS PDF?public 45 46 3.1.2. Roadway and Pedestrian Lighting—Requirements document located at; CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised November 27,2012 0021 13-2 INSTRUCTIONS TO BIDDERS Page 2 of 10 1 https://projectpoint.buzzsaw.com/fortworthgov/Resources/02%20- 2 %20Construction%2ODocuments/Contractor%2OPrequalification/TPW%2OPaving 3 %20Contractor%2OPrequalification%2OProgram/PREOUALIFICATION%20REO 4 UIREMENTS%20FOR%2OPAVING%2000NTRACTORS.PDF?public 5 6 3.1.3. Water and Sanitary Sewer—Requirements document located at; 7 https://projectpoint.buzzsaw.com/fortworthgov/Resources/02%20- 8 %20Construction%2ODocuments/Contractor%2OPrequalification/Water%2Oand%2 9 OSanitaU%2OSewer%2OContractor%2OPrequalification%2OProgram/WSS%20pre 10 qual%20requirements.doc?public 11 12 13 3.2.Each Bidder unless currently prequalified,must be prepared to submit to City within 14 seven(7)calendar days prior to Bid opening,the documentation identified in Section 00 15 45 11,BIDDERS PREQUALIFICATIONS. 16 17 3.2.L Submission of and/or questions related to prequalification should be addressed to 18 the City contact as provided in Paragraph 6.1. 19 20 21 3.3.The City reserves the right to require any pre-qualified contractor who is the apparent low 22 bidder(s)for a project to submit such additional information as the City, in its sole 23 discretion may require,including but not limited to manpower and equipment records, 24 information about key personnel to be assigned to the project,and construction schedule, 25 to assist the City in evaluating and assessing the ability of the apparent low bidder(s)to 26 deliver a quality product and successfully complete projects for the amount bid within 27 the stipulated time frame. Based upon the City's assessment of the submitted 28 information,a recommendation regarding the award of a contract will be made to the 29 City Council. Failure to submit the additional information, if requested,may be grounds 30 for rejecting the apparent low bidder as non-responsive.Affected contractors will be 31 notified in writing of a recommendation to the City Council. 32 33 3.4.In addition to prequalification, additional requirements for qualification may be required 34 within various sections of the Contract Documents. 35 36 4. Examination of Bidding and Contract Documents,Other Related Data,and Site 37 38 4.1.Before submitting a Bid, each Bidder shall: 39 40 4.1.1. Examine and carefully study the Contract Documents and other related data 41 identified in the Bidding Documents(including"technical data" referred to in 42 Paragraph 4.2. below).No information given by City or any representative of the 43 City other than that contained in the Contract Documents and officially 44 promulgated addenda thereto, shall be binding upon the City. 45 46 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and 47 site conditions that may affect cost,progress,performance or furnishing of the 48 Work. 49 CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised November 27,2012 0021 13-3 INSTRUCTIONS TO BIDDERS Page 3 of 10 1 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 2 progress,performance or furnishing of the Work. 3 4 4.1.4. Study all: (i)reports of explorations and tests of subsurface conditions at or 5 contiguous to the Site and all drawings of physical conditions relating to existing 6 surface or subsurface structures at the Site(except Underground Facilities)that 7 have been identified in the Contract Documents as containing reliable "technical 8 data" and(ii)reports and drawings of Hazardous Environmental Conditions, if any, 9 at the Site that have been identified in the Contract Documents as containing 10 reliable "technical data." 11 12 4.1.5. Be advised that the Contract Documents on file with the City shall constitute all of 13 the information which the City will furnish.All additional information and data 14 which the City will supply after promulgation of the formal Contract Documents 15 shall be issued in the form of written addenda and shall become part of the Contract 16 Documents just as though such addenda were actually written into the original 17 Contract Documents.No information given by the City other than that contained in 18 the Contract Documents and officially promulgated addenda thereto, shall be 19 binding upon the City. 20 21 4.1.6. Perform independent research,investigations,tests,borings,and such other means 22 as may be necessary to gain a complete knowledge of the conditions which will be 23 encountered during the construction of the project. On request, City may provide 24 each Bidder-access to the site to conduct such examinations, investigations, 25 explorations,tests and studies as each Bidder deems necessary for submission of a 26 Bid. Bidder must fill all holes and clean up and restore the site to its former 27 conditions upon completion of such explorations,investigations,tests and studies. 28 29 4.1.7. Determine the difficulties of the Work and all attending circumstances affecting the 30 cost of doing the Work,time required for its completion, and obtain all information 31 required to make a proposal. Bidders shall rely exclusively and solely upon their 32 own estimates, investigation,research,tests,explorations, and other data which are 33 necessary for full and complete information upon which the proposal is to be based. 34 It is understood that the submission of a proposal is prima-facie evidence that the 35 Bidder has made the investigation,examinations and tests herein required. Claims 36 for additional compensation due to variations between conditions actually 37 encountered in construction and as indicated in the Contract Documents will not be 38 allowed. 39 40 4.1.8. Promptly notify City of all conflicts,errors, ambiguities or discrepancies in or 41 between the Contract Documents and such other related documents.The Contractor 42 shall not take advantage of any gross error or omission in the.Contract Documents, 43 and the City shall be permitted to make such corrections or interpretations as may 44 be deemed necessary for fulfillment of the intent of the Contract Documents. 45 46 4.2. Reference is made to Section 00 73 00—Supplementary Conditions for identification of: 47 CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised November 27,2012 0021 13-4 INSTRUCTIONS TO BIDDERS Page 4 of 10 1 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 2 the site which have been utilized by City in preparation of the Contract Documents. 3 The logs of Soil Borings, if any, on the plans are for general information only. 4 Neither the City nor the Engineer guarantee that the data shown is representative of 5 conditions which actually exist. 6 7 4.2.2. those drawings of physical conditions in or relating to existing surface and 8 subsurface structures(except Underground Facilities)which are at or contiguous to 9 the site that have been utilized by City in preparation of the Contract Documents. 10 11 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 12 on request. Those reports and drawings may not be part of the Contract 13 Documents,but the "technical data" contained therein upon which Bidder is entitled 14 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 15 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 16 responsible for any interpretation or conclusion drawn from any"technical data" or 17 any other data, interpretations, opinions or information. 18 19 4.3.The submission of a Bid will constitute an incontrovertible representation by Bidder(i) 20 that Bidder has complied with every requirement of this Paragraph 4,(ii)that without 21 exception the Bid is premised upon performing and furnishing the Work required by the 22 Contract Documents and applying the specific means,methods,techniques, sequences or 23 procedures of construction(if any)that may be shown or indicated or expressly required 24 by the Contract Documents, (iii)that Bidder has given City written notice of all 25 conflicts,errors,ambiguities and discrepancies in the Contract Documents and the 26 written resolutions thereof by City are acceptable to Bidder,and when said conflicts, 27 etc.,have not been resolved through the interpretations by City as described in 28 Paragraph 6., and(iv)that the Contract Documents are generally sufficient to indicate 29 and convey understanding of all terms and conditions for performing and furnishing the 30 Work. 31 32 4.4.The provisions of this Paragraph 4, inclusive, do not apply to Asbestos,Polychlorinated 33 biphenyls(PCBs),Petroleum,Hazardous Waste or Radioactive Material covered by 34 Paragraph 4.06. of the General Conditions,unless specifically identified in the Contract 35 Documents. 36 37 5. Availability of Lands for Work,Etc. 38 39 5.1.The lands upon which the Work is to be performed,rights-of-way and easements for 40 access thereto and other lands designated for use by Contractor in performing the Work 41 are identified in the Contract Documents. All additional lands and access thereto 42 required for temporary construction facilities,construction equipment or storage of 43 materials and equipment to be incorporated in the Work are to be obtained and paid for 44 by Contractor. Easements for permanent structures or permanent changes in existing 45 facilities are to be obtained and paid for by City unless otherwise provided in the 46 Contract Documents. 47 CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised November 27,2012 0021 13-5 INSTRUCTIONS TO BIDDERS Page 5 of 10 1 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed 2 in Paragraph SC 4.01 of the Supplementary Conditions.In the event the necessary right- 3 of-way, easements,and/or permits are not obtained,the City reserves the right to cancel 4 the award of contract at any time before the Bidder begins any construction work on the 5 project. 6 7 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 8 way,easements,and/or permits,and shall submit a schedule to the City of how 9 construction will proceed in the other areas of the project that do not require permits 10 and/or easements. 11 12 6. Interpretations and Addenda 13 14 6.1.All questions about the meaning or intent of the Bidding Documents are to be directed to 15 City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions 16 received after this day may not be responded to. Interpretations or clarifications 17 considered necessary by City in response to such questions will be issued by Addenda 18 delivered to all parties recorded by City as having received the Bidding Documents. 19 Only questions answered by formal written Addenda will be binding. Oral and other 20 interpretations or clarifications will be without legal effect. 21 22 Address questions to: 23 24 City of Fort Worth 25 1000 Throckmorton Street 26 Fort Worth,TX 76102 27 Attn: Roberto Sauceda,PE,Water Department 28 Fax: (817)392-8195 29 Email: Robert.Sauceda@fortworthtexas.gov 30 Phone: (682)432-5478 31 32 33 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by 34 City. 35 36 6.3.Addenda or clarifications may be posted via Buzzsaw at the following: 37 38 https://projectpoint.buzzsaw.com/client/fortworthgov/Infrastructure%20Projects/02082%20- 39 %20Northside%2048%20Inch%2OWater%2OSupkly%2OMain%20to%2OCgylor%2OWater% 40 20Tank%2OPart%2O2/Bid%2ODocuments%2OPackage/Addenda 41 42 6.4.A prebid conference maybe held at the time and place indicated in the Advertisement or 43 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 44 Project. Bidders are encouraged to attend and participate in the conference. City will 45 transmit to all prospective Bidders of record such Addenda as City considers necessary 46 in response to questions arising at the conference. Oral statements may not be relied 47 upon and will not be binding or legally effective. 48 49 7. Bid Security 50 CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No..02082 Revised November 27,2012 0021 13-6 INSTRUCTIONS TO BIDDERS Page 6 of 10 1 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 2 (5)percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 3 the requirements of Paragraphs 5.01 of the General Conditions. 4 5 7.2.The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 6 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 7 Agreement within 10 days after the Notice of Award,City may consider Bidder to be in 8 default,rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. 9 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 10 other Bidders whom City believes to have a reasonable chance of receiving the award 11 will be retained by City until final contract execution. 12 13 8. Contract Times 14 The number of days within which, or the dates by which,Milestones are to be achieved in 15 accordance with the General Requirements and the Work is to be completed and ready for 16 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 17 attached Bid Form. 18 19 9. Liquidated Damages 20 Provisions for liquidated damages are set forth in the Agreement. 21 22 10. Substitute and "Or-Equal" Items 23 The Contract,if awarded,will be on the basis of materials and equipment described in the 24 Bidding Documents without consideration of possible substitute or"or-equal" items. 25 Whenever it is indicated or specified in the Bidding Documents that a "substitute"or "or- 26 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 27 City, application for such acceptance will not be considered by City until after the Effective 28 Date of the Agreement. The procedure for submission of any such application by Contractor 29 and consideration by City is set forth in Paragraphs 6.05A., 6.05B.and 6.05C. of the General 30 Conditions and is supplemented in Section 0125 00 of the General Requirements. 31 32 11. Subcontractors,Suppliers and Others 33 34 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 35 12-2011 (as amended),the City has goals for the participation of minority business 36 and/or small business enterprises in City contracts.A copy of the Ordinance can be 37 obtained from the Office of the City Secretary. The Bidder shall submit the MBE and 38 SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor 39 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 40 Venture Form as appropriate. The Forms including documentation must be received 41 by the City no later than 5:00 P.M. CST, five(5)City business days after the bid 42 opening date. The Bidder shall obtain a receipt from the City as evidence the 43 documentation was received.Failure to comply shall render the bid as non- 44 responsive. 45 46 11.2. No Contractor shall be required to employ any Subcontractor, Supplier,other person 47 or organization against whom Contractor has reasonable objection. 48 49 12. Bid Form 50 CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised November 27,2012 0021 13-7 INSTRUCTIONS TO BIDDERS Page 7 of 10 1 12.1. The Bid Form is included with the Bidding Documents; additional copies may be 2 obtained from the City. 3 4 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 5 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 6 the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit 7 price item listed therein. In the case of optional alternatives,the words "No Bid," 8 "No Change," or"Not Applicable"may be entered.Bidder shall state the prices, 9 written in ink in both words and numerals,for which the Bidder proposes to do the 10 work contemplated or furnish materials required:-All prices shall be written legibly. 11 In case of discrepancy between price in written words and the price in written 12 numerals,the price in written words shall govern. 13 14 12.3. Bids by corporations shall be executed in the corporate name by the president or a 15 vice-president or other corporate officer accompanied by evidence of authority to 16 sign. The corporate seal shall be affixed. The corporate address and state of 17 incorporation shall be shown below the signature. 18 19 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 20 partner,whose title must appear under the signature accompanied by evidence of 21 authority to sign. The official address of the partnership shall be shown below the 22 signature. 23 24 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 25 member and accompanied by evidence of authority to sign. The state of formation of 26 the firm and the official address of the firm shall be shown. 27 28 12.6. Bids by individuals shall show the Bidder's name and official address. 29 30 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 31 indicated on the Bid Form. The official address of the joint venture shall be shown. 32 33 12.8. All names shall be typed or printed in ink below the signature. 34 35 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda,the numbers of 36 which shall be filled in on the Bid Form. 37 38 12.10. Postal and e-mail addresses and telephone number for communications regarding the 39 Bid shall be shown. 40 41 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 42 Texas shall be provided in accordance with Section 00 43 37—Vendor Compliance 43 to State Law Non Resident Bidder. 44 CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised November 27,2012 0021 13-8 INSTRUCTIONS TO BIDDERS Page 8 of 10 1 13. Submission of Bids 2 Bids shall be submitted on the prescribed Bid Form,provided with the Bidding Documents, 3 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 4 addressed to City Manager of the City, and shall be enclosed in an opaque sealed envelope, 5 marked with the City Project Number,Project title,the name and address of Bidder, and 6 accompanied by the Bid security and other required documents. If the Bid is sent through the 7 mail or other delivery system,the sealed envelope shall be enclosed in a separate envelope 8 with the notation "BID ENCLOSED" on the face of it. 9 10 14. Modification and Withdrawal of Bids 11 12 14.1. Bids addressed to the City Manager and filed with the Purchasing Office cannot be 13 withdrawn prior to the time set for bid opening. A request for withdrawal must be 14 made in writing by an appropriate document duly executed in the manner that a Bid 15 must be executed and delivered to the place where Bids are to be submitted at any 16 time prior to the opening of Bids.After all Bids not requested for withdrawal are 17 opened and publicly read aloud,the Bids for which a withdrawal request has been 18 properly filed may,at the option of the City,be returned unopened. 19 20 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 21 time set for the closing of Bid receipt. 22 23 15. Opening of Bids 24 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 25 abstract of the amounts of the base Bids and major alternates(if any)will be made available 26 to Bidders after the opening of Bids. 27 28 16. Bids to Remain Subject to Acceptance 29 All Bids will remain subject to acceptance for the time period specified for Notice of Award 30 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 31 City's sole discretion,release any Bid and nullify the Bid security prior to that date. 32 33 17. Evaluation of Bids and Award of Contract 34 35 17.1. City reserves the right to reject any or all Bids, including without limitation the rights 36 to reject any or all nonconforming,nonresponsive,unbalanced or conditional Bids 37 and to reject the Bid of any Bidder if City believes that it would not be in the best 38 interest of the Project to make an award to that Bidder,whether because the Bid is 39 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 40 meet any other pertinent standard or criteria established by City. City also reserves 41 the right to waive informalities not involving price,contract time or changes in the 42 Work with the Successful Bidder. Discrepancies between the multiplication of units 43 of Work and unit prices will be resolved in favor of the unit prices..Discrepancies 44 between the indicated sum of any column of figures and the correct sum thereof will 45 be resolved in favor of the correct sum. Discrepancies between words and figures 46 will be resolved in favor of the words. 47 CITY OF FORT WORTH Northside I148-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised November 27,2012 0021 13-9 INSTRUCTIONS TO BIDDERS Page 9 of 10 1 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 2 among the Bidders, Bidder is an interested party to any litigation against City, 3 City or Bidder may have a claim against the other or be engaged in litigation, 4 Bidder is in arrears on any existing contract or has defaulted on a previous 5 contract, Bidder has performed a prior contract in an unsatisfactory manner, or 6 Bidder has uncompleted work which in the judgment of the City will prevent or 7 hinder the prompt completion of additional work if awarded. 8 9 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers,and 10 other persons and organizations proposed for those portions of the Work as to which 11 the identity of Subcontractors, Suppliers, and other persons and organizations must 12 be submitted as provided in the Contract Documents or upon the request of the City. 13 City also may consider the operating costs,maintenance requirements,performance 14 data and guarantees of major items of materials and equipment proposed for 15 incorporation in the Work when such data is required to be submitted prior to the 16 Notice of Award. 17 18 17.3. City may conduct such investigations as City deems necessary to assist in the 19 evaluation of any Bid and to establish the responsibility,qualifications,and financial 20 ability of Bidders,proposed Subcontractors, Suppliers and other persons and 21 organizations to perform and furnish the Work in accordance with the Contract 22 Documents to City's satisfaction within the prescribed time. 23 24 17.4. Contractor shall perform with his own organization, work of a value not less than 25 35% of the value embraced on the Contract, unless otherwise approved by the City. 26 27 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 28 responsive Bidder whose evaluation by City indicates that the award will be in the 29 best interests of the City. 30 31 17.6. Pursuant to Texas Government Code Chapter 2252.001,the City will not award 32 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 33 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 34 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 35 comparable contract in the state in which the nonresident's principal place of 36 business is located. 37 38 17.7. A contract is not awarded until formal City Council authorization. If the Contract is 39 to be awarded, City will award the Contract within 90 days after the day of the Bid 40 opening unless extended in writing. No other act of City or others will constitute 41 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by 42 the City. 43 44 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 45 46 18. Signing of Agreement 47 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the 48 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 49 Contractor shall sign and deliver the required number of counterparts of the Agreement to 50 City with the required Bonds, Certificates of Insurance, and all other required documentation. 51 City shall thereafter deliver one fully signed counterpart to Contractor. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised November 27,2012 0021 13-10 INSTRUCTIONS TO BIDDERS Page 10 of 10 1 END OF SECTION CITY OF FORT WORTH Northside 1148-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised November 27,2012 0035 l3-I CONFLICT OF INTEREST AFPI©AVIT Page t of I 1 SECTION 00 35 I3 2 CONFLICT OF INTEREST AFFIDAVIT 3 4 Each bidder,offeror,or respondent(hereinafter also:referred to as"youl to a City of Fort Worth 5 (also referred to as"City")procurement are required to,complete Conflict of Interest 6 Questionnaire(the attached CIQ Form)and Local Government Officer Conflicts Disclosure 7 Statement(the attached CIS Form)below pursuant to state law.This affidavit will certify that the 8 Bidder has on file with the City Secretary the required documentation and is eligible to bid on 9 .City Work..The.referenced forms may be downloaded from the website links provided below. 10 I l hqp /www.ethics.state:tx us/forms/CIQ pdf 12. 13 hqp://www.ethics.state.tx:us/forms/CIS.pdf 1.4 15 [x� CIQ Form is on file with City Secretary 16 17 0 CIQ Form is being provided to the City Secretary 18 19 [� CIS.Form is on.File with City.Secretary 20 21 CIS Form is being providedto the City Secretary 22 23 24 25 BIDDER: 26 27 Oscar Renda Contracting Inc. By. Janie Rodriguez 28 Company (Please Print) 29 30 608 Henrietta Creep Road Signature: 31 Address 32 Assistant Corporate Secretary 33 Roanoke,TX 76262 Title;, 34 City[State/Zip (Please Print) 35 36 37 END OF SECTION CITY Or FORT WORTH Northside 1148-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DQCUMENTS City Project No.02082 Revised March27,1d12 0041 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The City Manager c/o:The Purchasing Department 1000 Throckmorton Street City of Fort Worth,Texas 76102 FOR: Northside II 48-Inch Water Main, Phase I Part 2 City Project No.: 02082 Units/Sections: Unit I: Large Diameter Water Improvements Unit It: Sewer Improvements 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association,organization,or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt,fraudulent,collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. 'corrupt practice"means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice"means an intentional misrepresentation of facts made(a)to influence the bidding process to the detriment of City(b) to establish Bid prices at artificial non-competitive levels,or(c)to deprive City of the benefits of free and open competition. c. 'collusive practice"means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non- competitive levels. d. "coercive practice"means harming or threatening to harm,directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 ADDENDUM No. I 00 41 00 BID FORM Page 2 of 3 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Augur Boring-24-inch diameter casing and less b. Tunneling—66"and greater, 350 LF and greater c. Cathodic Protection d. Water Transmission, Urban/Renewal,All Sizes e. CCTV,48-Inches and smaller f. Sewer Collection System, Urban/Renewal, 8-inches and smaller g. Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards) h. Asphalt Paving Construction/Reconstruction(LESS THAN 15,000 square yards) 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 150 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work(and/or achievement of Milestones) within the times specified in the Agreement. 4.3. The work associated with Unit 2-Sewer Improvements shall have a milestone completion within 45 days after the date when the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form,Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms(optional at time of bid) I. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 `If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 ADDENDUM No. 1 0041 00 BID FORM Page 3 of 3 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. Total Bid 7. Bid Submittal This Bid is submitted on by the entity named below. R pec Ily submitted, Receipt is acknowledged of the Initial following Addenda: By: Addendum No. 1: Signature) Addendum No.2: Addendum No. 3: Janie Rodriguez Addendum No. 4: (Printed Name) Title: Assistant Corporate Secretary Company: Oscar Renda Contracting Inc. Corporate Seal: Address: 608 Henrietta Creeb Road, Roanoke,TX 76262 State of Incorporation: Texas Email: janie@oscarrenda.com Phone: 817-491-2703 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 ADDENDUM No. 1 00 42 43 BID PROPOSAL Page I of 10 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Pay Specification Bid Unit of Name of Unit Price with Unit Price in Words Unit Price Bid Value Item Section No. Quantity Measure UNIT I: Large Diameter Water Improvements is 3311 10 11,500 LF 13311.1051 48"DIP Water Pipe Dollars and Cents Per Unit r I 3311 14 11,500 LF 13311.1061 48"Steel AWWA C200 Water Pipe Dollars and Cents Per Unit 1cl 3311 13 8,770 LF 3311.1071 48"Concrete AWWA C303 Water Pipe Dollars and Cents Per Unit 1c2 33 11 13 2,730 LF 9999.0000 48"Concrete AWWA C303 Water Pipe,CSS Embedment Dollars and Cents Per Unit 2a 33 11 10 100 LF 3311.1057 48"DIP Water Pipe,CLSM Backfill Dollars and Cents Per Unit 2b 3311 14 100 LF 33.11.1067 48"Steel AWWA C200 Water 3w� Pipe,CLSM Backfill Dollars and Cents Per Unit 2c 3311 13 100 LF 3311.1077 48"Concrete AWWA C303 Water Pipe,CLSM Backfill Dollars and Cents Per Unit 3a 33 05 24 3,480 LF 9999.0000 48"Water Carrier Pipe-Ductile Iron Dollars and Cents Per Unit 3b 33 05 24 3,480 LF 9999.0000 48"Water Carrier Pipe-Steel AWWA C200 Pipe Dollars and ° Cents Per Unit 3c 33 05 24 3,480 LF 9999.0000 48"Water Carrier Pipe-Concrete AWWA C303 Pipe Dollars and Cents Per Unit Note: Bidder shall select only one pipe material option for the items listed as a,b, &c. Once the pipe material is selected, this option shall be consistant throughout the Proposal Form. If Bid Item No. 10 48-inch Concrete AWWA C303 Water Pipe has been selected, then the bidder must also provide a bid for Bid Item No. 1 c2 listed above. Northside II 48-Inch Water Main,Phase I Part 2 CITY OF FORT WORTH ADDENDUM No.1 Project No.02082 00 42 43 BID PROPOSAL Pace 2 of 10 Pay Specification Bid Unit of Name of Unit Price with Unit Price in Words Unit Price Bid Value Item Section No. Quantity Measure 4a 33 11 10 40 LF 3311,0851 36"DIP Water Pipe Dollars and Cents Per Unit 4b 3311 14 40 UF 13311.0861 36"Steel AWWA C200 Water / Pipe Dollars and Cents Per Unit 4c 3311 13 40 LF 3311,0871 36"Concrete AWWA C303 Water Pipe Dollars and Cents Per Unit 5a 33 05 24 40 LF 9999.0000 36"Water Carrier Pipe- Ductile Iron Dollars and Cents Per Unit 5b 33 0524 40 LF 9999.0000 36"Water Carrier Pipe-Steel AWWA C200 Pipe �! Dollars and Cents Per Unit 5c 33 05 24 40 LF 9999.0000 36"Water Carrier Pipe-Concrete AWWA C303 Pipe Dollars and Cents Per Unit Note: Bidder shall select only one pipe material option for the items listed as a,b,&c. Once the pipe material is selected, this option shall be consistant throughout the Proposal Form. Northside 1148-Inch Water Main,Phase I Part 2 CITY OF FORT WORTH ADDENDUM No. 1 Project No.02062 00 42 43 BID PROPOSAL Page 3 of 10 Pay Specification Bid Unit of Name of Unit Price with Unit Price in Words Unit Price Bid Value Item Section No. Quantity Measure 6 330412 1 LS 3304.0002 Cathodic Protection F, 9 4 Z T-A o v s -or Dollars and Cents Per Unit0- 7 33 05 21, 40 LF 3305.1204 54"Casing/Tunnel Liner Plate By 33 05 22 Other Than Open Cut On G lk o use,�,,( Dollars and n2 Cents Per Unit 8 33 05 21, 3,480 LF 3305.1207 72"Casing/Tunnel Liner Plate By 33 05 22 Other Than Open Cut Dollars and 1 ?- oo- L-111.7 o Cents Per Unit 9 31 2500 1 LS 3125.0101 SWPPP a 1 Acre rwe^ e 444ou-5amd Dollars and 2St 25r00(:> Cents Per Unit 10 24,115 1,160 SY 0241.1100 Remove Asphalt Pvmt (wo Dollars and .00 Zf 320� ents Per Unit 11 3201 17 1,000 SY 9999.0000 48"Water Main Asphalt Pavement Repair Dollars and MY Cents Per Unit 40.00 qd(000 12 3201 17 150 LF 3201.0117 10'Wide Asphalt Pvmt Repair, Rf ntia�Drve- _Dollars and •00 4.(-JSD Ne Cents Per Unit 13 3201 17 820 LF 3201.0127 10'Wide Asphalt Pvmt Repair, Arterial _ �t -�Ve- `'Dollars and �5'"0 y 0a Cents Per Unit 14 3201 17 130 SY 3201.0201 Asphalt Pvmt Repair Beyond Defined Width, Residential _ (htaAn - Dollars and �0.o0 31�}00 r,,o Cents Per Unit 15 320118 1,170 LF 3201.0400 Temporary Asphalt Paving Repair wenl.,- Ve —Dollars and No ----------Cents Per Unit aS.00 Zqi��a^ 16 3201 29 3,900 SY 3201.0 116 Conc Pvmt Repair, Arterial/Industrial ollars and .0 D 7 51500 #J 0 — -Cents Per Unit 17 32 01 29 200 SY 3201.0656 Conc Pvmt Repair, HES, Arterial/Industrial '�0 Dollars and 59'�0 tom►0� Cents Per Unit 18 32 11 23 2,500 SY 3211.0112 6"Flexible Base,Type A,GR-1 7 Dollars and Per Unit ►Or 00 Zsr 00O NorthsWe 1148-Inch Water Main,Phase I Part 2 CITY OF FORT WORTH ADDENDUM No.I Project No.02082 (f)42 43 BID PROPOSAL Page 4 of 10 Pay Specification Bid Unit of Name of Unit Price with Unit Price in Words Unit Price Bid Value Item Section No. Quantity Measure 19 32 13 20 1,150 SF 3213.0302 5"Conc Sidewalk 'Fb19K' Dollars and 0o t4+ No -------Cents Per Unit 20 32 13 20 3,780 SF 3213,0402 7"Concrete Driveway r-t V'L Dollars and oa o ---- Cents Per Unit 5"OL 21 32 17 23 30 LF 3217.0501 24"SLD Pvmt Marking HAE(W) 7;&-ii,- ' Dollars and ►-'o —Cents Per Unit t o•0 0 30 22 32 17 23 880 EA 32jZ.2001 Raised Marker TY W c Dollars and $( 00 3 5 20- N C -------Cents Per Unit l' + 23 32 17 23 60 EA 3217.2002 Raised Marker TY Y aU r Dollars and ,u d -- -dents Per Unit 24 32 17 23 360 EA 3217.2104 REFL Raised Marker TY II-C-R FUyr TO-liars and p�,�� r•�y -- Cents Per Unit +� y� 25 32 17 23 60 EA 32�11Z.2103 REFL Raised Marker TY II-A-A t-)V r Dollars and N Cents Per Unit •OU ��C7 26 3291 19 700 CY 3291.0100 Topsoil `7 �k\ Dollars and No --,___--6ents Per Unit ��•n� 7/=0 27 329213 3,750 IS 32,Q2.0100 Block Sod Placement tV•Q — Dollars and AS N•� tents Per Unit �� lij 28 32 92 13 31,100 SY 3292.0400 Seedinq,Hvdromulch Dollars and r _Cents Per Unit Ito (�+ (4`f 0 29 3301 31 15,150 LF 3301.0002 Post-CCTV Inspection —C)Vo-e Dollars and A20 ------Cents Per Unit ( •� (SI �5 30 33 05 30 50 EA 3305..0103 Exploratory Excavation of Existing W.I.' VC-L Dollars and lQ�00(7 --Eents Per Unit 31 330510 11,650 LF 3305.0109 Trench Safety TC.UO Dollars and 0,30 --gents Per Unit 2.0 00 Northside II 48-Inch Water Main,Phase I Part 2 CITY OF FORT WORTH ADDENDUM No.1 Project No.02082 00 42 43 BID PROPOSAL Pne 5 of 10 Pay Specification Bid Unit of Name of Unit Price with Unit Price in Words Unit Price Bid Value Item Section No. Quantity Measure 32 33 05 17 12 EA 3305.0112 Concrete Collar oNe 4-k-0,LS00.4 Dollars and ,J o Cents Per Unit �►�00 (Zt 0007 33 33 1225 1 EA 3312.0112 Connection to Existing 48"Water Main two 4ou.6u..e 4 ve 6 ollars and gko ---cents Per Unit 2t500 Zr$lj0 34 33 1230 8 EA 3312.1004 4"Combination Air Valve Assembly for Water Gl'Hetwd-k-ou6" Dollars and IS000 (zo,0E)o n,0 Cents Per Unit 35 33 12 25 1 EA 3312.4420 48"x 36"Tapping Sleeve�Valve One kurtlre Atkta G o1�a1`S and ous Cents Per Unit !ZSt 000 (ZS t 0 D 36 33 1221 3 EA 3312.5002 48"AWWA Butterfly Valve,c ,/, Vault bNe ku ncirrd 4We#4-,R,;A%rs and !uv ---------Cents Per Unit �Zsl v� 375i_000 37 33 12 60 5 EA 3312.6003 8"Blow Off Valve eh►1.. pkSct,d Dollars and ,ua- ---Cents Per Unit �10�ODa �0a/ DD 38 3311 11 4 EA 9999.0000 30"Access Blind Flange 33 11 13 five- Gov% -%A-v%a Dollars and 3311 14 '�es ----'-Cents Per Unit /d�� �/ODD 39 33 04 40 1 LS 9999.0000 Disinfection Plan and Im lementationo Part`�1 Sv00 S OOv v� 11" — Dollars and / ! uo --Cents-Cents Per Unit 40 3341 10 20 LF 3341.0103 18" RCP,Class III Ff-1-_% Dollars and 510'' 1,00c) wo Cents Per Unit 41 3341 10 20 LF 3341.02Q1 21"RCP,Class III Dollars and (40 1- f200 �+o Cents Per Unit 42 20 LF 9999.0000 24"CMP �Jeyly� Dollars and to 0 Cents Per Unit 7o f 40D 43 3341 10 20 LF 3341.0205 24"RCP,Class III SSt?,. .d..:-- Dollars and 1,400 Atv -`-Cents Cents Per Unit 7o^ 44 3341 10 30 LF 33�1.0302 30" RCP,Class III Dollars and - �, -----�^' Cents Per Unit z,Lft)0 Northside II 48-Inch Water Main,Phase I Part 2 CITY OF FORT WORTH ADDENDUM No. 1 Project No.02082 00 42 43 BTD PROPOSAL Page 6 of 10 Pay Specification Bid Unit of Name of Unit Price with Unit Price in Words Unit Price Bid Value Item Section No. Quantity Measure 45 3341 10 10 LF 3341.0305 33"RCP,Class III QntC hu.rtdrrXJ —Dollarsand ��— 1 �00 ^' �+• Cents Per Unit / 46 3341 10 10 LF 3341.0312 39"RCP,Class III Ovv biui dMA -k4t i4ft,Dollars and �vo Cents Per nit )7t.-D11wo 47 3341 10 10 LF 3341.0409 48"RCP,Class III Oyte Inu V1JV" {Fi Dollars and ro Cents Per Unit 1SD JfSOD 48 3471 13 4 MO 3471,0001 Traffic Control F:ZVe -{houS.KO, Dollars and C _ o Cents Per Unit Jf�� ��V�� 49 3471 13 12 WK 3471.0002 Portable Message Sign Five- h.uvnCl VT.--4, Dollars and �O / SOD ,00 Cents Per Unit / 50 33 05 10 1 LS 3305.0104 Ground Water Control 52u P.F. A-fn-ou_,A VkA Belfars and N a -------IS-its Per Unit $ 7,000.00 $ 7,000.00 51 32 13 20 5 EA 3213.0503 Barrier Free Ramp,Type M-1 Mjo — Dollars and A10 ents Per Unit 21 0C)o �Olp0� UNIT I: Large Diameter Water Improvements-Subtotal Northside 1148-Inch Water Main,Phase I Part 2 CITY OF FORT WORTH ADDENDUM No.1 Project No.02082 00 42 43 BID PROPOSAL Page 7 of 10 Pay Specification Bid Unit of Name of Unit Price with Unit Price in Words Unit Price Bid Value Item Section No. Quantity Measure UNIT 11: Sewer Improvements 1 3331 20 860 LF 33J1.4115 8"Sewer Pipe Sey4F*%4--FL Vt Dollars and N o — Cents Per Unit 75,00 &qJ�DC7 2 3331 20 1,010 LF 3331.4116 8"Sewer Pipe, CSS Backfill 0p2- (ntx.ndr"&d- -- l Dollars and Na ----------Cents Per Unit l0� �o ����^ 3 33 39 10 4 EA 3339.1001 4'Manhol 33 39 20 Two-{ OU• Sct.�d ue rTollars and 00 ------Cents Per Unit SOO 01000^ 4 333910 1 EA 3339.1002 4'Drop Manhole 33 39 20 4-oy(' 44�10u.SQ.nd ---Dollars and �f JO -------—-Cents Per Unit �(000- 5 33 39 10 33 VF 3339.1003 4'Extra Depth Manhole 33 39 20 [wv I-.u-v4re4::J_ Dollars and - - ",i - Cents Per Unit 200 6 0241 15 2,200 SY 0241.1506 2"Surface Milling Ji.V-c- Dollars and N n — -Cents Per Unit S•�� ( ,J OOa 7 0241 14 5 CY 0241.4401 Remove Headwall/SET Cwd ku^Are-6 '—"Dollars and— �n�- (,OpO "0 Cents Per Unit GV 8 0241 14 40 LF 0241.3011 Rem 15"15"Storm Line (W t-ty a Dollars and �Ja — Cents Per Unit I�� 9 31 2500 1 LS 3125.0101 SWPPP�. 1 Acre Fwo`(l►ou-SAnd Ave kk ollars and s -00 No—Cents Per Unit z( Z r 10 3201 17 1,160 SY 9999.0000 8"Sanitary Sewer Asphalt _ Pay ent Repa 7I STA 0+00 to STA 10+10 S SZ;sOL� t/�-h^rw-t Dollars and ` .moo ^ents Per Unit 11 3201 17 100 LF 3201.0113 6'Wide Asphalt Pvmt Repair, Re Idential IPJ,-,&i-AV t '—"Dollars and 3t5 31�;VD �vu Cents Per Unit 12 3201 17 70 LF 3201.0150 Asphalt Pvmt Repair,Sewer S - o0 Dollars and �� Zi r` g ---Cents—Cents Per Unit 13 3201 17 60 SY 3201.0201 Asphalt Pvmt Repair Beyond �ed Width, Residential L Dollars and Y0� t 21 7o0 t' —Cents Per Unit Northside II 48-Inch Water Main,Phase I Part 2 CITY OF FORT WORTH ADDENDUM No. 1 Project No.02082 00 42 43 BID PROPOSAL Page 8 of 10 Pay Specification Bid Unit of Name of Unit Price with Unit Price in Words Unit Price Bid Value Item Section No. Quantity Measure 14 32 12 16 2,200 SY 32�0302 2"Asphalt Pvmt Type D 4-yF- er+ --' Dollars and ` v a- -Vents Per Unit 15 o 15 32 11 23 70 SY 321U112 6"Flex Base,Type A,GR-1 Cn — Dollars and W- ---gents Per Unit 10 -70 0 16 32 17 23 2,900 LF 3217.0001 4"SLD Pvmt Marking HAS(W) �+-e Dollars and u- -Cents Per Unit 17 32 17 23 2,200 LF 3217,0002 4"SLD Pvmt Marking HAS(Y) b1aC Dollars and Cents Per Unit zia oo 18 3291 19 190 CY 329100 Topsoil ( Gvi Dollars and Per Unit (1900 19 32 92 13 1,090 SY 3292.Q100 Block Sod Placement FW6 Dollars and r' �f O pi --------tents Per Unit �J 20 3301 31 1,870 LF 3301.0002 Post-CCTV Inspection (�o e- Dollars and f Cents Per Unit 0 I t �� 21 3301 30 5 EA 3301.0101 Manhole Vacuum Testing "1�wo (NLLvtc.v-ed —Dollars-and 0 ---------Cents Per Unit ZOD t 00c)� 22 33 05 10 1,870 LF 3305.0109 Trench Safety ollars and �10 '-'Cents Per Unit Z 317ND 23 33 05 17 5 EA 3305.0112 Concrete Collar C)Y�t+f-• . zctvvCl --Dollars and S(00c� 0,L0 --------Cents Per Unit (IO0C7 24 3331 50 6 EA 9999.0000 4"Sewer Service Assessment Tap (DTv-0 WA V\.d-W d ^Dollars and ti-* ----Cents Per Unit 25 3331 50 6 EA 9999.0000 4"Bored Sewer Service Assessment Tap(D214R') 1`sU9 htAiy-% W— - Dollars and A-i• Gents Per Unit 26 3331 50 1 EA 9999.0000 6"Sewer Service Assessment Tap D21413') p Z�0^ Z 50 two (n P-Art cu T iP4-" Dollars and Utz ------------Cents Per Unit Northside II 48-Inch Water Main,Phase I Part 2 CITY OF FORT WORTH ADDENDUM No. 1 Project No.02082 00 42 43 BID PROPOSAL Page 9 of 10 Pay Specification Bid Unit of Name of Unit Price with Unit Price in Words Unit Price Bid Value Item Section No. Quantity Measure 27 3341 10 40 LF 999,9.0000 15"RCP,Class III Dollars and �,u o ----------Gents Per Unit C 6 co 28 33 49 40 5 CY 3349.1000 Headwall,Box Cplvert ONe -1--hc)% SaY\d,— Dollars and ,'ddo 5 000— &,.o% —Cents Per Unit 29 3471 13 1 MO 3471.0001 Traffic Control 4-1ve. - 4otA-SC2 n& Dollars and .0 o Cents Per Unit �jfQO C7l UNIT It: Sewer Improvements-Subtotal 33 3 c) Northside II 48-Inch Water Main,Phase I Part 2 CITY OF FORT WORTH ADDENDUM No.1 Project No.02082 Q)42 43 BTD PROPOSAL Rie10of10 Pay Specification Bid Unit of Name of Unit Price with Unit Price in Words Unit Price Bid Value Item Section No. (quantity Measure Bid Summary Northside 11 48-Inch Water Main,Phase I,Part 2-Project No.02082 UNIT I: Large Diameter Water Improvements-Subtotal UNIT 11: Sewer Improvements-Subtotal 33(P t 3 �� o `Total Bid ' Total to be read at Bid Opening, Bidder shall list below the material supplier firms that will be used on this project to furnish the 48-inch Water Main,the 48- inch Butterfly valve,the Combination Air Release Valves,and the pipe material for the 48-inch Water Main. The 48-inch Water Main supplier will be: w �o�a (gt'c�%4I ?%Pe The 48-inch Butterfly Valve manufacturer will be: b—Lye-cA, The Combination Air Release Valve for Water manufacturer will be: A p<a The 72-Inch Casing/Tunnel Liner Plate manufacturer will be; �Ur��S The 48-Inch Water Main will be ✓) Pipe(Insert material and AWWA Standard) per Specification Section �— (Insert specification section number) Northside II 48-Inch walar Main,Phase I Part 2 CITY OF FORT WORTH ADDENDUM No. 1 PrajectNo 02082 00 43 13 BID BOND Page 1 of 1 SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: That we, (Bidder Name) 0 hereinafter called the Principal, and (Surety Name) a corporation or firm duly authorized to transact surety business in the State of Texas,yhereinafter called the Surety, are held and firmly bound unto the City, hereinafter called the Obligee, in the sum of e, and No/100 Dollars ($ 00), the payment of which sum will be well and truly made and the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firm by these presents. WHEREAS, the Principal has submitted a proposal to perform work for the following project of the Obligee, identified as Northside II 48-Inch Water Main, Phase I Part 2 0 NOW, THEREFORE, if the Obligee shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the Obligee in accordance with the terms of such proposal, then this bond shall be null and void. If the Principal fails to execute such Contract in accordance with the terms of such proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal, this bond shall become the property of the Obligee, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate Obligee for the difference between Principal's Total Bid Amount and the next selected Bidder's Total Bid Amount. SIGNED this day of 2014. By: 0 (Signature and Title of Principal) *By; (Signature of Attorney-of-Fact) *Attach Power of Attorney(Surety)for Attorney-in-Fact Impressed Surety Seal Only END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook.xls 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43,37 VENDOR COMPLIANCE TO STATE LAW-NON RESIDENT BIDDER TeXasl Government Code Chapter 2252 was-adopted for.he award of contracts to nonresident bidders. This law provides that, in order to be awarded a.contract as low bidder, nonresident bidders.(out-of:statd contractors whose corporate offices or principal place :of business are outside the State of Texas) bid projects .for construction, improvements, supplies or services in Texas at-aft amount lower than the,lowest Texas resident bidder by tho same amount that a Texas resident.bidder would be required Wunderbid a nonresident bidder in order to obtain a Comparable contract.ri the State which the nonresident's.prindipal place of business is located. The appropriate blanks in Section A-must be filled out:by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A: Nonresident bidders in the State of „our principal place of business, are required to be percent loWer than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the: State of our principal place of business, are not required to.underbid resident bidders. / 8, ytte principal lace of business of our company or-our areritcom an or majority`owner is `/ P R p y p P y in the State of Texas. C� BIDDER. o Oscar Renda Contracting Inc. -By. ©Janie Rodriguez 0 608 Henrietta Creeh Road Ake- 0 Roanohe,TX 76262 {Signat r 0 Te_-- Assistant Assistant Corp.Secret Date: 12/12/2014 END.OF SECTION CITY AF FORt WORTH STANDARD CONSTRUCTION SFECiFiCATioN DOCUMENTS Form Revised 201106F7 00 41 0000 43 1300 42 4300 43 37 Hid Pmposal Workbook;Xls 004511-1 BIDDERS PREQUALIFICATIONS Page 1 of 3 1 SECTION 00 4511 2 BIDDERS PREQUALIFICATIONS 3 4 1. Summary.All contractors are required to be prequalified by the City prior to submitting 5 bids. To be eligible to bid the contractor must submit Section 00 45 12,Prequalification 6 Statement for the work type(s)listed with their Bid. Any contractor or subcontractor who is 7 not prequalified for the work type(s) listed must submit Section 00 45 13,Bidder 8 Prequalification Application in accordance with the requirements below. 9 10 The prequalification process will establish a bid limit based on a technical evaluation and 11 financial analysis of the contractor. The information must be submitted seven(7)days prior 12 to the date of the opening of bids. For example,a contractor wishing to submit bids on 13 projects to be opened on the 7th of April must file the information by the 31 st day of March 14 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's 15 Prequalification Application,the following must accompany the submission. 16 a. A complete set of audited or reviewed financial statements. 17 (1) Classified Balance Sheet 18 (2) Income Statement 19 (3) Statement of Cash Flows 20 (4) Statement of Retained Earnings 21 (5) Notes to the Financial Statements, if any 22 b. A certified copy of the firm's organizational documents(Corporate Charter,Articles 23 of Incorporation,Articles of Organization, Certificate of Formation,LLC 24 Regulations, Certificate of Limited Partnership Agreement). 25 c. A completed Bidder Prequalification Application. 26 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 27 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 28 number visit the Texas Comptroller of Public Accounts online at the 29 following web address www.window.state.tx.us/taxpenni and fill out the 30 application to apply for your Texas tax ID. 31 (2) The firm's e-mail address and fax number. 32 (3) The firm's DUNS number as issued by Dun&Bradstreet.This number 33 is used by the City for required reporting on Federal Aid projects. The DUNS 34 number may be obtained at www.dnb.com. 35 d. Resumes reflecting the construction experience of the principles of the firm for firms 36 submitting their initial prequalification.These resumes should include the size and 37 scope of the work performed. 38 e. Other information as requested by the City. 39 40 2. Prequalification Requirements 41 a. Financial Statements. Financial statement submission must be provided in 42 accordance with the following: 43 (1) The City requires that the original Financial Statement or a certified copy 44 be submitted for consideration. CITY OF FORT WORTH Northside I148-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 00 45 11-2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 (2) To be satisfactory,the financial statements must be audited or reviewed 2 by an independent, certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public.Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual, corporation,or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America. This must be stated in the accounting firm's opinion. 17 It should: (1)express an unqualified opinion, or(2)express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 _ thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the 25 positive net working capital(working capital=current assets—current 26 liabilities)by a factor of 10.Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared,the previous statement shall be updated with 31 proper verification. 32 b. Bidder Prequalification Application. A Bidder Prequalification Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report,the notation of 37 "None"or"N/A" should be inserted. 38 (2) A minimum of five(5)references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must 42 include the manufacturer,model and general common description of 43 each piece of equipment.Abbreviations or means of describing 44 equipment other than provided.above will not be accepted. 45 46 3. Eligibility to Bid 47 a. The City shall be the sole judge as to a contractor's'prequalification. 48 b. The City may reject, suspend,or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 00 45 11-3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 d. If a contractor has a valid prequalification letter,the contractor will be eligible to bid 2 the prequalified work types until the expiration date stated in the letter. 3 4 5 6 7 8 END OF SECTION 9 CITY OF FORT WORTH Northside 1148-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 0045 12-1 PREQUALIFICATION STATEMENT Page 1 of I 1 SECTION 00 45 12 2 PREQUALIFICATION STATEMENT 3 4 Each Bidder for a City procurement is required to complete the information below by 5 identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the 6 major work type(s)listed. 7 Major Work Type Contractor/Subcontractor Prequalification Company Name Expiration Date Augur Boring-24-inch diameter casing and less Tunneling-66"and greater, 350 LF and greater 4(1310/X0/S Cathodic Protection Water Transmission, rjgcp� Qendc. Urban/Renewal,All Sizes Gtsw}g�tv1 in 2 Z$ ZU/5 CCTV,48-inches and smaller Sewer Collection System, O S co 2 2 A, Urban/Renewal, 8-inches and o n a-G C �- smaller Concrete Paving Construction/Reconstruction(LESS THAN 15,000 squareyards) Asphalt Paving Construction/Reconstruction(LESS THAN 15,000 squareyards) 8 9 10 The undersigned hereby certifies that the contractors and/or subcontractors described in 11 the table above are currently prequalified for the work types listed. 12 13 BIDDER: 14 15 Oscar Renda Contracting Inc. By: Janie Rodriguez 16 Company (Please Pr' t) 17 18 608 Henrietta Creek Road Signatur . 19 Address 20 21 Roanoke TX 76262 Title: As ' nt Corp. Secretary 22 City/State/Zip (Please Print) 23 24 Date: December 18 2014 25 26 END OF SECTION CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 FoRTWORTH SECTION 00 45 13 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet Mark only one: Individual Limited Partnership Name under which you wish to qualify General Partnership Corporation Limited Liability Company Post Office Box -- ---- City State Zip Code Street Address(required) City State Zip Code Telephone Fax Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS TO: CITY OF FORT WORTH TEXAS 1000 THROCKMORTON STREET FORT WORTH,TEXAS 76102-6311 AND MARK THE ENVELOPE: "BIDDER PREQUALIFICATION APPLICATION" 00 45 13-2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s)which are applicable—Block 3 is to be left blank if Block 1 and/or Block 2 is checked) ❑ Has fewer than 100 employees and/or ❑ Has less than$6,000,000.00 in annual gross receipts OR ❑ Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. MAJOR WORK CATEGORIES Water Department Augur Boring-24-inch diameter casing and less Augur Boring-Greater than 24-inch diameter casing and greater Tunneling—36-Inches—60—inches,and 350 LF or less Tunneling-36-Inches—60—inches, and greater than 350 LF Tunneling—66"and greater, 3 50 LF and greater Tunneling—66"and greater, 350 LF or Less Cathodic Protection Water Distribution,Development, 8-inch diameter and smaller Water Distribution,Urban and Renewal, 8-inch diameter and smaller Water Distribution,Development, 12-inch diameter and smaller Water Distribution,Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development,24-inches and smaller Water Transmission,Urban/Renewal,24-inches and smaller Water Transmission,Development,42-inches and smaller Water Transmission,Urban/Renewal, 42-inches and smaller Water Transmission,Development,All Sizes Water Transmission,Urban/Renewal,All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches—36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV,24-inches and smaller CCTV, 42-inches and smaller CCTV,48-inches and smaller CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 0045 13-3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 MAJOR WORK CATEGORIES,CONTINUED Sewer CIPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller Sewer CIPP, 42-inches and smaller Sewer CIPP,All Sizes Sewer Collection System,Development, 8-inches and smaller Sewer Collection System, Urban/Renewal, 8-inches and smaller Sewer Collection System,Development, 12-inches and smaller Sewer Collection System, Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development, 24-inches and smaller Sewer Interceptors, Urban/Renewal,24-inches and smaller Sewer Interceptors, Development, 42-inches and smaller Sewer Interceptors, Urban/Renewal,42-inches and smaller Sewer Interceptors, Development,48-inches and smaller Sewer Interceptors, Urban/Renewal,48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement,All Sizes Sewer Cleaning,24-inches and smaller Sewer Cleaning,42-inches and smaller Sewer Cleaning,All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction(LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction(15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance(UNDER$1,000,000) Asphalt Paving Heavy Maintenance($1,000,000 and OVER) Concrete Paving Construction/Reconstruction(LESS THAN 15,000 square yards) Concrete Paving Construction/Reconstruction(15,000 square yards and GREATER) Roadway and Pedestrian Lighting CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 00 45 13-4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 8 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in construction work has your organization had: (a) As a General Contractor: (b)As a Sub-Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CLASS LOCATION NAME AND DETAILED CONTRACT OF DATE CITY-COUNTY- ADDRESS OF OFFICIAL TO AMOUNT WORK COMPLETED STATE WHOM YOU REFER *If requalifying only show work performed since last statement. 5.Have you ever failed to complete any work awarded to you? If so,where and why? 6.Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual, other organization and reason. 7.Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of the individual, name of owner and reason. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 00 45 13-5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 8. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so,when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? PRESENT MAGNITUDE POSITION OR YEARS OF AND TYPE OF IN WHAT NAME OFFICE EXPERIENCE WORK CAPACITY 13. If any owner, officer,director,or stockholder of your firm is an employee of the City,or shares the same household with a City employee,please list the name of the City employee and the relationship.In addition, list any City employee who is the spouse,child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 00 45 13-6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: If a partnership: Date of Incorporation State of Organization Charter/File No. Date of organization President Is partnership general, limited, or registered limited liability partnership? Vice Presidents File No. (if Limited Partnership) General Partners/Officers Secretary Limited Partners(if applicable) Treasurer LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Individuals authorized to sign for Partnership Officers or Managers(with titles, if any) Except for limited partners,the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals,please attach a certified copy of the corporate resolution, corporate minutes,partnership agreement, power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 00 45 13-7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 14. Equipment $ TOTAL BALANCE SBEET ITEM QUANTITY ITEM DESCRIPTION VALUE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various- TOTAL Similar types of equipment may be lumped together.If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as "various". The City,by allowing you to show only 30 types of equipment,reserves the right to request a complete,detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include,the manufacturer, model, and general common description of each. CITY OF FORT WORTH Northside 1I 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 00 45 13-8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force,necessary to verify said statement. , being duly sworn, deposes and says that he/she is the of , the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the.. questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this day of , Notary Public Notary Public must not be an officer,director,or stockholder or relative thereof. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Article 8308-3.23 of Vernon's Annotated Civil Statutes, Contractor certifies that it provides worker's compensation insurance coverage for all of it's employees employed on City of Fort Worth Water and Sewer Project Number: P266-602140208283 & P266-702140208283 and DOE 7068. Oscar Renda ContractingInc. CONTRACTOR 7Byaass7ntColMorate Secretai Title 4/7/2015 Date STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME,the undersigned authority, on this day personally appeared �, QYIiP. �hA,, T , known to me to be the person whose name is subscribed to the fdregoffig in trument, and acicrwwlepdged to me that he/she executed the same as the act and deed of &() for the purposes and consideration therein expressed and in the capacity therein stated. G VEN UNDER MY HAND AND SEAL OF OFFICE this day of 206 lllwl'm Q Notary Pu c, in and for the State of Texas �1111 PVR r SHELLEY MARIE DAVILA My Commission Expires May 17,2018 00 45 26-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page I of 1 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 4 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 5 provides worker's compensation insurance coverage for all of its employees employed on City 6 Project No. 02082. Contractor further certifies that,pursuant to Texas Labor Code, Section 7 406.096(b),as amended, it will provide to City its subcontractor's certificates of compliance with 8 worker's compensation coverage. 9 10 CONTRACTOR: 11 12 By: 13 Company (Please Print) 14 15 Signature: 16 Address 17 18 Title: 19 City/State/Zip (Please Print) 20 21 22 THE STATE OF TEXAS § 23 24 COUNTY OF TARRANT § 25 26 BEFORE ME,the undersigned authority, on this day personally appeared 27 ,known to me to be the person whose name is 28 subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as 29 the act and deed of for the purposes and 30 consideration therein expressed and in the capacity therein stated. 31 32 GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 33 ,20_. 34 35 36 37 Notary Public in and for the State of Texas 38 39 END OF SECTION 40 CITY OF FORT WORTH Northside'II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 00 45 40-1 MINORITY AND WOMEN BUSINESS ENTERPRISE GOAL Page 1 of 1 1 SECTION 00 45 40 2 MINORITY BUSINESS ENTERPRISE GOAL 3 4 APPLICATION OF POLICY 5 If the total dollar value of the contract is greater than $50,000, then the MBE subcontracting goal 6 may be applicable. If the total dollar value of the contract is $50,000 or less, the MBE 7 subcontracting goal is not applicable. 8 9 POLICY STATEMENT 10 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority 11 Business Enterprises (MBE) in the procurement of all goods and services. All requirements and 12 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. 13 14 MBE PROJECT GOAL 15 The City's MBE goal on this project is 15% of the total bid (Base bid applies to Parks and 16 Community Services). Note: If both MBE and SBE subcontracting goals are established for this 17 project, then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be 18 deemed responsive. 19 20 COMPLIANCE TO BID SPECIFICATIONS 21 On City contracts greater than $50,000 where a MBE subcontracting goal is applied, bidders are 22 required to comply with the intent of the City's Business Diversity Ordinance by one of the 23 following: 24 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation,or 25 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation,or 26 3. Good Faith Effort documentation,or; 27 4. Waiver documentation. 28 Failure to comply with the City's Mi"E Ordinance, shall result in the Bid being considered non- 29 responsive. Any questions,please contact the M/WBE Office at(817)392-6104. 30 31 SUBMITTAL OF REQUIRED DOCUMENTATION 32 The applicable documents must be received by the Managing Department, within the following 33 times allocated, in order for the entire bid to be considered responsive to the specifications The 34 Offeror shall deliver the MBE'documentatlon inerson to the appropriate employee ofthe'1Vlanagi.lng 35 Department and.'obtain a date/tune receipt Suclireceipf=ha llb'e evidence thathe City�e_ceryed tkc 36 docuineritation iri the time allocated A;faged copywil1"riot be accepted: 1. Subcontractor Utilization Form, if goal is met received by 5:00 p.m., five (5) City business days after or exceeded: the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after Utilization Form, if participation is less than the bid opening date, exclusive of the bid opening date. stated goal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after Utilization Form, if no MBE participation: the bid opening date,exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if firm will received by 5:00 p.m., five (5) City business days after perform all subcontracting/supplier work: the bid opening date,exclusive of the bid opening date. 5. Joint Venture Form, if utilizing a joint venture received by 5;00 p.m., five (5) City business days after to meet or exceed goal. the bid opening date,exclusive of the bid opening date. 37 END OF SECTION CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 00 52 43-1 Agreement Pagel of 4 1 SECTION 00 52 43 2 AGREEMENT 3 4 THIS AGREEMENT, authorized on rZ711-5 is made by and between the City of Forth 5 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, 6 ("City"), and Oscar Renda Contracting, Inc., authorized to do business in Texas, acting by and 7 through its duly authorized representative, ("Contractor"). 8 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 9 follows: 10 Article 1.WORK 11 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 12 Project identified herein. 13 Article 2.PROJECT 14 The project for which the Work under the Contract Documents may be the whole or only a part is 15 generally described as follows: 16 Northside II 48-Inch Water Main,Phase I,Part 2 17 City Project No. 02082 18 Article 3. CONTRACT TIME 19 3.1 Time is of the essence. 20 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 21 Documents are of the essence to this Contract. 22 3.2 Final Acceptance. 23 The Work will be complete for Final Acceptance within 150 days after the date when the 24 Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 25 3.3 Liquidated damages 26 Contractor recognizes that time is of the essence of this Agreement and that City will 27 suffer financial loss if the Work is not completed within the times specified in Paragraph 28 3.2 above, plus any extension thereof allowed in accordance with Article 12 of the 29 General Conditions. The Contractor also recognizes the delays, expense and difficulties 30 involved in proving in a legal proceeding the actual loss suffered by the City if the Work 31 is not completed on time. Accordingly, instead of requiring any such proof, Contractor 32 agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay 33 City Six Hundred and Fifty Dollars ($650.00) for each day that expires after the time 34 specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of 35 Acceptance. CITY OF FORT WORTH Northside 1148-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised August 17,2012 00 52 43-2 Agreement Page 2 of 4 36 Article 4. CONTRACT PRICE 37 City agrees to pay Contractor for performance of the Work in accordance with the Contract 38 Documents an amount in current funds of ten million four hundred forty six thousand two 39 hundred ten dollars($10,446,210). 40 Article 5. CONTRACT DOCUMENTS 41 5.1 CONTENTS: 42 A. The Contract Documents which comprise the entire agreement between City and 43 Contractor concerning the Work consist of the following: 44 1. This Agreement. 45 2. Attachments to this Agreement: 46 a. Bid Form 47 1) Proposal Form 48 2) Vendor Compliance to State Law Non-Resident Bidder 49 3) Prequalification Statement 50 b. Current Prevailing Wage Rate Table 51 c. Insurance ACORD Form(s) 52 d. Payment Bond 53 e. Performance Bond 54 f. Maintenance Bond 55 g. Power of Attorney for the Bonds 56 h. Worker's Compensation Affidavit 57 i. MBE Commitment Form 58 3. General Conditions. 59 4. Supplementary Conditions. 60 5. Specifications specifically made a part of the Contract Documents by attachment 61 or, if not attached, as incorporated by reference and described in the Table of 62 Contents of the Project's Contract Documents. 63 6. Drawings. 64 7. Addenda. 65 S. Documentation submitted by Contractor prior to Notice of Award. 66 9. The following which may be delivered or issued after the Effective Date of the 67 Agreement and, if issued,become an incorporated part of the Contract Documents: 68 a. Notice to Proceed. 69 b. Field Orders. 70 c. Change Orders. 71 d. Letter of Final Acceptance. 72 73 CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised August 17,2012 00 52 43-3 Agreement Page 3 of 4 74 Article 6.INDEMNIFICATION 75 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 76 expense, the city, its officers, servants and employees, from and against any and all 77 claims arising out of, or alleged to arise out of, the work and services to be performed 78 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 79 under this contract. This indemnification provision is specifically intended to operate 80 and be effective even if it is alleged or proven that all or some of the damages being 81 sought were caused, in whole or in part, by any act, omission or negligence of the city. 82 This indemnity provision is intended to include, without limitation, indemnity for 83 costs, expenses and legal fees incurred by the city in defending against such claims and 84 causes of actions. 85 86 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 87 the city,its officers, servants and employees,from and against any and all loss, damage 88 or destruction of property of the city, arising out of, or alleged to arise out of,the work 89 and services to be performed by the contractor, its officers, agents, employees, 90 subcontractors, licensees or invitees under this contract. This indemnification 91 provision is specifically intended to operate and be effective even if it is alleged or 92 proven that all or some of the damages being sought were caused, in whole or in part, 93 by any act, omission or negligence of the city. 94 95 Article 7.MISCELLANEOUS 96 7.1 Terms. 97 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 98 have the meanings indicated in the General Conditions. 99 7.2 Assignment of Contract. 100 This Agreement, including all of the Contract Documents may not be assigned by the 101 Contractor without the advanced express written consent of the City. 102 7.3 Successors and Assigns. 103 City and Contractor each binds itself, its partners, successors, assigns and legal 104 representatives to the other party hereto, in respect to all covenants, agreements and 105 obligations contained in the Contract Documents. 106 7.4 Severability. 107 Any provision or part of the Contract Documents held to be unconstitutional, void or 108 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 109 remaining provisions shall continue to be valid and binding upon CITY and 110 CONTRACTOR. 111 7.5 Governing Law and Venue. 112 This Agreement, including all of the Contract Documents is performable in the State of 113 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 114 Northern District of Texas,Fort Worth Division. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised August 17,2012 00 52 43-4 Agreement Page 4 of 4 115 7.6 Other Provisions. 116 The Contractor agrees to pay at least minimum wage per hour for all labor as the same is 117 classified, promulgated and set out by the City, a copy of which is attached hereto and 118 made a part hereof the same as if it were copied verbatim herein. 119 7.7 Authority to Sign. 120 Contractor shall attach evidence of authority to sign Agreement, if other than duly 121 authorized signatory of the Contractor. 122 123 IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple 124 counterparts. 125 126 This Agreement is effective as of the last date signed by the Parties ("Effective Date"). 127 Contractor: Oscar Renda Contracting,Inc. City of Fort Worth By: , Fernando Costa ��-�-pa'4�gn By: Assistant City Manager - IFOR r 4► � _. � �ogogoaq�o (Signature p �oo poQ Date 4o a o Frank Renda Attest: / I apt (Printed Name) City Secretary ! o® oob� (Seal) 00000000 Title:Vice President ��a�� � Address: 608 Henrietta Creek Road Date: q - ;[- City/State/Zip: Roanoke,TX 76262 ovqA as to Form and Legality: 12/29/2014 Date Douglas .Black Assistant City Attorney 128 129 130 APPROVAL RECOMMENDED: 131 132 133 134 drew T. Cronberg,PE 135 INTERIM DIRECTOR, 136 Water Department 137 1 CITY OF FORT WORTH Northside II 48-hich Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised August 17,2012 006113-1 PERFORMANCE BOND Page I of 2 1 SECTION 00 6113 2 PERFORMANCE BOND 3 Bond#PRF9149831 4 5 THE STATE OF TEXAS § 6 § KNOW ALL BY THESE PRESENTS: 7 COUNTY OF TARRANT § 8 That we, Oscar Renda Contracting, Inc. , known as "Principal"herein and 9 Fidelityand nd Deposit Company of Maryland , a corporate surety(sureties, if more than one) 10 duly authorized to do business in the State of Texas,known as "Surety"herein(whether one or 11 more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created 12 pursuant to the laws of Texas, known as "City"herein, in the penal sum of,ten million four 13 hundred forth six thousand two hundred ten dollars ($10,446,210), lawful money of the United 14 States,to be paid in Fort Worth,Tarrant County, Texas for the payment of which sum well and 15 truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, 16 jointly and severally, firmly by these presents. 17 WHEREAS, the Principal has entered into a certain written contract with the City 18 awarded the 3f4 day of Apt, ,20�which Contract is hereby referred to and 19 made a part hereof for all purposes as if fully set forth herein,to furnish all materials,equipment 20 labor and other accessories defined by law, in the prosecution of the Work, including any Change 21 Orders, as provided for in said Contract designated as Northside II 48-Inch Water Main, Phase I 22 Part 2, City Project No. 02082 23 NOW,THEREFORE,the condition of this obligation is such that if the said Principal 24 shall faithfully perform it obligations under the Contract and shall in all respects duly and 25 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 26 specifications, and contract documents therein referred to, and as well during any period of 27 extension of the Contract that may be granted on the part of the City,then this obligation shall be 28 and become null and void, otherwise to remain in full force and effect. 29 PROVIDED FURTHER,that if any legal action be filed on this Bond, venue shall lie in 30 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 31 Worth Division. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 0061 13-2 PERFORMANCE BOND Page 2 of 2 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WHEREOF,the Principal and the Surety have SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the 4/4 day of 6 hat .l 120 15 7 PRINCIPAL: 8 Oscar Renda Contracting, Inc. 9 10 11 BY: Z_r_1__Z7 12 Signature 13 ATTEST: 14 15 y'i"rf�/tr /�C�i'�141 16 rrnc' al) ecre ary Name and Title 17 18 Address: 608 Henrietta Creek 19 Roanoke,TX 76262-6339 20 21 �JL. L, 22rths-s as to Principal d— 23 SURETY: 24 Fidelity and Deposit Company of Maryland 25 26 27 BY 28 Signature 29 30 Linda K. Edwards,Attorney-in-Fact _ 31 Name and Title 32 33 Address: 2900 Marquita Drive 34 Fort Worth,TX 76116-4016 35 36 37 Witna as to Surety-Holly A. Gravenor Telephone Number: 817-737-4947 38 39 40 41 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 42 from the by-laws showing that this person has authority to sign such obligation. If 43 Surety's physical address is different from its mailing address, both must be provided. 44 The date of the bond shall not be prior to the date the Contract is awarded. 45 CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Maryland,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by GERALD F.HALEY,Vice President,in pursuance of authority granted by Article V,Section 8,of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute,and appoint Steven B.SIDDONS,Holly A.GRAVENOR,Lorrie SCOTT,Shirong CHEN and Linda K.EDWARDS,all of Fort Worth, Texas, EACH its true and lawful agent and Attorney-in-Fact, to make, execute, seal and deliver, for, and on its behalf as surety,and as its act and deed: any and all bonds and undertakings,EXCEPT bonds on behalf of Independent Executors,Community Survivors and Community Guardians. and the execution of such bonds or undertakings in pursuance of these presents,shall be as binding upon said Companies,as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York.,the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in.Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V,Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 1st day of December,A.D.2014. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND W.4tEpry, �D DE�ps� '�y1N3�'•y 1;AL i in: By Secretary Vice President Eric D.Barnes Gerald F.Haley State of Maryland County of Baltimore On this 1 st day of December,A.D.2014,before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,GERALD F. HALEY,Vice President,and ERIC D.BARNES,Secretary,of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument,and acknowledged the execution of same,and being by me duly sworn,deposeth and saith,that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. " litn�•• Constance A.Dunn,Notary Public My Commission Expires:July 14,2015 POA-F 168-0078C EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attorneys-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies, recognizances, stipulations,undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time. CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that Article V,Section 8,of the By-Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company,whether made heretofore or hereafter,wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this day of Npj i ,20 15 . wa o[ips� ���l INs�I'�'y U�1ClY SISAL 7i in: NyHH", Michael Bond,Vice President Home Off ice: 3910 Keswicn Road Baltimore-MD ?121 !MPORTANT NOTICE To obia n information or snake a complaint: '-You may call the Fidelity and Deposit Cornpal-Ly of Maryland, Colonial American Casualty and Surety Company-, and/or Zurich rnerican Ins-urance Company's toll-free telephone -Trumber for it formation or to make a complaint at: - 1-8000-6s4-51-55) v ou may contact the Texas epartznent of Inszarance to obtain infbrrnation on compan-1-3s. coverages, rights, or complaints at: 1-®00-2s2-3439 You may write the Texas Department oflnsurance: P.O. Box 14-9104 Austin. , TX 787 9 4-9 1 04 FAX{;' (512) 475-177 PREMIUM- OR CLAIM DISPUT ES: Should you have a dispute concerninG uht "oremiurn or about a claim, you should fdrs contact--Fidel_ity and Deposit Co�npan�- of Maryland or Co1_or�ia <America_n Casualty. and Surety Cornpany. If fhe dispute is not resolved, you may contact the Texas Department of hasura_nce_ A^ §NCH THIS O TICE .TO OUR POLICY: This notice is for hn-fornation only and does not become a part or condition of the at<ached docunne nt- li S8 =!3f 1 x)(0Sio 1 006114-1 PAYMENTBOND Page 1 of 2 1 SECTION 00 6114 2 PAYMENT BOND 3 Bond#PRF9149831 4 5 THE STATE OF TEXAS § 6 § KNOW ALL BY THESE PRESENTS: 7 COUNTY OF TARRANT § 8 9 That we, Oscar Renda Contracting, Inc. , known as "Principal" herein, and 10 Fidelity and Deposit Company of Maryland , a corporate surety (sureties), duly authorized to do 11 business in the State of Texas, known as "Surety" herein (whether one or more), are held and 12 firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of 13 the State of Texas, known as "City" herein, in the penal sum of ten million four hundred forty six 14 thousand two hundred ten dollars ($10,446,210), lawful money of the United States, to be paid in 15 Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we 16 bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, 17 firmly by these presents: 18 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 19 day of 1 r. ( , 20 1 , which Contract is hereby referred to and 20 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, 21 labor and other accessories as defined by law, in the prosecution of the Work as provided for in 22 said Contract and designated as Northside II 48-Inch Water Main, Phase I, Part 2, City Project 23 No. 02082. 24 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 25 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 26 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 27 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 28 force and effect. 29 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 30 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 31 accordance with the provisions of said statute. 32 CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 0061 14-2 PAYMENTBOND Page 2 of 2 1 IN WITNESS WHEREOF,the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the day of 3 Q 11-1 920 4 PRINCIPAL: Oscar Renda Contracting,Inc. ATTEST: BY: Signature e ezx (Principal) Secretary Name and Title Address: 608 Henrietta Creek A Roanoke,TX 76262 ness as to Princ' 1 SURETY: Fidelity and Deposit Company of Maryland ATTEST: BY: Ignature l C� 4� /k, Linda K. Edwards,Attorney-in-Fact (Surety ecretary-Holly A. Gravenor Name and Title Address: 2900 Marquita Drive ` Fort Worth,TX 76116-4016 Witness as to Sur ty-Tina Payne Telephone Number: 817-737-4943 5 6 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 7 bylaws showing that this person has authority to sign such obligation. If Surety's physical 8 address is different from its mailing address,both must be provided. 9 10 The date of the bond shall not be prior to the date the Contract is awarded. 11 END OF SECTION 12 i CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Maryland,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by GERALD F.HALEY,Vice President,in pursuance of authority granted by Article V, Section 8,of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Steven B.SIDDONS,Holly A.GRAVENOR,Lorrie SCOTT,Shirong CHEN and Linda K.EDWARDS,all of Fort Worth, Texas, EACH its true and lawful agent and Attorney-in-Fact, to make, execute, seal and deliver, for, and on its behalf as surety,and as its act and deed: any and all bonds and undertakings,EXCEPT bonds on behalf of Independent Executors,Community Survivors and Community Guardians. and the execution of such bonds or undertakings in pursuance of these presents,shall be as binding upon said Companies, as fully and amply,to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York.,the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 1 st day of December,A.D.2014. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND ��.,( eo ocrosi� -'�pN_tirastiq y 8 BA MYr\ O '.'�.�4 1. �VIQ\•'6p�VOpiJ.,!YC�'� � • e .�s',r Ao',fi L By / -- Allld Secretary Vice President Eric D.Barnes Gerald F.Haley State of Maryland County of Baltimore On this 1 st day of December,A.D.2014,before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,GERALD F. HALEY,Vice President,and ERIC D.BARNES,Secretary,of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument,and acknowledged the execution of same,and being by me duly sworn,deposeth and saith,that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. 'J1171t1\\\\�♦ Constance A.Dunn,Notary Public My Commission Expires:July 14,2015 POA-F 168-0078C EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attorneys-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies, recognizances, stipulations,undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that Article V, Section 8,of the By-Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 1 Oth day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter,wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN ESTIMONAY WHEREOF,I have her unto subscribed my name and affixed the corporate seals of the said Companies, this 04M day of rtp�,'( 120 ( . ' Y 46�j3G SEAL Michael Bond,Vice President LW :celity and Deposit kf_ ornpamies Home-office_ 3910 Keswick Road Baltimore,-NfiD 21211 XMPORT NT NOTICE To obtain information or make a complaint: 'r'ou may call the Fidclity and Deposit Company of Maryland, Colonial a.rnericar? Casually and Surety Company. and/or Zurich American Lnsur-ance Company's toll-free telephone number for ���formation or to make a complaint at: 1-8300-654-5155 ou may.- contact the Teasegartment of lnsurance to obtain information on companies, coverages, rights, or cor-aplairm at: 1-®00-252-3439 You mad- writc the Ti exas Department of Li1s13rancc_ P.O. Box 1-4g10 _k stirs, TX 78 9 4-9104 FAX 11 (51 ) 475-1771 REMIUM OR CLAIM DISPUT S: Shoed you have a dispute concerning the premium or a✓G'JT a claim, You should rst contact Fidelity and Deposit Co rapany Oi larylar or t olonia <�merican Casualty and Surety —can if the dispute is not resolved, you may contact the Texas Department oz insurance_ A T TI ACH THIS NO TICE .TO S OUR POLICY: This notice is for n�orrnatior. only and :foes not become a pact or condition of the attached docurnent. P SSi43-(TX)(OSi'Q'} 0061 19-1 MAINTENANCE BOND Page 1 of 3 1 SECTION 00 6119 2 MAINTENANCE BOND 3 Bond#PRF9149831 4 5 THE STATE OF TEXAS § 6 § KNOW ALL BY THESE PRESENTS: 7 COUNTY OF TARRANT § 8 9 That we Oscar Renda Contracting Inc. , known as "Principal"herein and 10 Fidelity and Deposit Company of Mar ly and , a corporate surety(sureties, if more than 11 one)duly authorized to do business in the State of Texas, known as"Surety" herein (whether one 12 or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created 13 pursuant to the laws of the State of Texas, known as"City"herein, in the sum of ten million 14 four hundred forty six thousand two hundred ten dollars( $ 10,446,210 ), lawful 15 money of the United States,to be paid in Fort Worth, Tarrant County, Texas, for payment of 16 which sum well and truly be made unto the City and its successors, we bind ourselves, our heirs, 17 executors, administrators, successors and assigns,jointly and severally, firmly by these presents. 18 19 WHEREAS,the Principal has entered into a certain written contract with the City awarded 20 the �f y day of AP/'l , 20(5 , which Contract is hereby 21 referred to and a made part hereof for all purposes as if fully set forth herein,to furnish all 22 materials, equipment labor and other accessories as defined by law, in the prosecution of the 23 Work, including any Work resulting from a duly authorized Change Order(collectively herein, 24 the "Work")as provided for in said contract and designated as Northside II 48-Inch Water Main, 25 Phase I Part 2, City Project No. 02082; and 26 27 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 28 accordance with the plans, specifications and Contract Documents that the Work is and will 29 remain free from defects in materials or workmanship for and during the period of hvo (2)years 30 after the date of Final Acceptance of the Work by the City("Maintenance Period"); and 31 32 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 33 upon receiving notice from the City of the need therefor at any time within the Maintenance 34 Period. CITY OF FORT WORTH Northside I148-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 0061 19-2 MAINTENANCE BOND Page 2 of 3 1 NOW THEREFORE,the condition of this obligation is such that if Principal shall 2 remedy any defective Work, for which timely notice was provided by City,to a completion 3 satisfactory to the City,then this obligation shall become null and void; otherwise to remain in 4 full force and effect. 5 6 PROVIDED,HOWEVER, if Principal shall fail so to repair or reconstruct any timely 7 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 8 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 9 the Surety under this Maintenance bond; and 10 11 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 12 Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort 13 Worth Division; and 14 15 PROVIDED FURTHER,that this obligation shall be continuous in nature and 16 successive recoveries may be had hereon for successive breaches. 17 18 19 CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 0061 19-3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WHEREOF,the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the day of 3 T Y l 520 4 5 PRINCIPAL: 6 Oscar Renda Contractin,e„ Inc. 7 8 9 BY:—02 10 Signature 11 22:ns�_ 12 /�13L+ ? /, r , Ci%GG /" V.5%/,E�S'�� 14 (Principal)Secretary Name and Title 15 16 Address: 608 Henrietta Creek 17 Roanoke,TX 76262-6339 18 19 20 6�;ess as to Princi a 21 SURETY: 22 Fidelity and Deposit Company of Maryland 23 24 25 B S 26 Signature 27 28 Linda K.Edwards,Attorney-in-Fact 29 ATTES : Name and Title 30 _WA31 Address: 2900 Marquita Drive 32 (Surety cretary-Holly A. Gravenor Fort Worth, TX 76116-4016 33 34 35 Witness as to Suret Tina Payne Telephone Number: 817-737-4943 36 37 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 38 from the by-laws showing that this person has authority to sign such obligation. If 39 Surety's physical address is different from its mailing address, both must be provided. 40 The date of the bond shall not be prior to the date the Contract is awarded. 41 CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Maryland,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by GERALD F.HALEY,Vice President,in pursuance of authority granted by Article V,Section 8,of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Steven B.SIDDONS,Holly A. GRAVENOR,Lorrie SCOTT,Shirong CHEN and Linda K.EDWARDS,all of Fort Worth, Texas, EACH its true and lawful agent and Attorney-in-Fact, to make, execute, seal and deliver, for, and on its behalf as surety,and as its act and deed: any and all bonds and undertakings,EXCEPT bonds on behalf of Independent Executors,Community Survivors and Community Guardians. and the execution of such bonds or undertakings in pursuance of these presents,shall be as binding upon said Companies, as fully and amply,to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York.,the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 1 st day of December,A.D.2014. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND C�/rh '�D Dtrps�' \GpS?„tNSUa'b� a ?�,Q. •to*°°W�`,iyo'� 88AL .... j_._° !o: �...... ...... By. At Secretary Vice President Eric D.Barnes Gerald F.Haley State of Maryland County of Baltimore On this 1st day of December,A.D.2014,before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,GERALD F. HALEY,Vice President,and ERIC D.BARNES,Secretary,of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument,and acknowledged the execution of same,and being by me duly sworn,deposeth and saith,that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. 1jf 111511 �`` Constance A.Dunn,Notary Public My Commission Expires:July 14,2015 POA-F 168-0078C r z e-litT and Depose' F,-Orapa-ues Hone Qt ce: 3910 Keswick Road Baltimore,MD 2121 I IMPORTANT NOTICE To obtain in f or nation or make a complaint: You may call the -1delity and Deposit Corzpany of Maryland, Colonial America. Casualtv arid Surety Company, and/or Zurich American Insurance C-Ompany's toll-free telephone number for it iormaiion or to ma_k_e a con plaint at,- - 1-8000-654-5 -55) T Cu may contact the Texas Department of lnsur- nce to obtain information on companies, coverages, ri gilts, or con iplaints at: -0000-252-3439 You may ,,write the Texas Department of insurance: P.O. Box I A99104 _`astir, TX 78 9 4-9104 FAX L (5 9 2) 475-1 771 PREMIUM OR CLAIM DISIPUT ESa Should you have a disp7�te concerninG the n-remiurxl or about a claim, you should r?rst contact Fidelity and Deposit Company of Maryland or Colonial <A-i ierican Casualtyand Surety Company_ if the dispute is not resolved, vCu may contact the Texas Department of Insurance_ AT TAC H THIS NOTICE TO YOUR POLICY: T his notice is f or i iniormarior_ only aril dv� not become a pari or cond-MOn of the attached docurr_eni_ i� S85 3F T-i)(09101) City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 4/7/2015 - Resolution No. 4433-04-2015 DATE: Tuesday, April 07, 2015 REFERENCE NO.: C-27255 LOG NAME: 60NSH48WPH1P2-0SCAR SUBJECT: Adopt Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt for the Northside II 48-Inch Water Main, Phase 1, Part 2 Project and Authorize Execution of a Contract with Oscar Renda Contracting Inc., in the Amount of$10,446,210.00 for the Northside II 48-Inch Water Main, Phase I, Part 2, from Keller Hicks Road to Heritage Trace Parkway and Provide for Additional Project Costs for an Appropriated Project Total in the Amount of$10,901,330.00 (COUNCIL DISTRICT 7) RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached resolution expressing official intent to reimburse expenditures with proceeds of future debt for the Northside II 48-inch Water Main, Phase I, Part 2 project; and 2. Authorize the execution of a contract with Oscar Renda Contracting, Inc., in the amount of $10,446,210.00 for the Northside II 48-inch Water Main, Phase I, Part 2 from Keller Hicks Road to Heritage Trace Parkway. DISCUSSION: On March 5, 2013, (M&C C-26144) the City Council authorized an Engineering Agreement with Brown & Gay Engineers, Inc., for the preparation of plans and specifications for Northside II 48-inch Water Main Phase I. The proposed water main will increase delivery and reliability to the Northside II pressure plane. In order to expedite construction, the Phase I project was divided into two parts: Part 1, 48-inch water main from Old Denton Road to Alta Vista Road (under construction) (M&C C-26784). Part 2, 48-inch water main from Keller- Hicks Road to Heritage Trace Parkway (this project). Phase I, Part 2, consists of the following: . 48-inch water main beginning from the Keller Hicks Road/Old Denton Road intersection, south of Old Denton Road, then west on Golden Triangle Boulevard, then south on Harmon Road to Heritage Trace Parkway/Harman Road intersection; • Installation of small diameter sanitary sewer main along Keller Hicks Road. This project was advertised for bids on November 20, 2014 and November 27, 2014 in the Fort Worth Star-Telegram. On December 18, 2014 the following bids were received: Bidder Amount IlTime of completion Oscar Renda Contracting, Inc. $10,446,210.00 260 Calendar Days S.J. Louis Construction of Texas, Ltd. $10,790,980.00 Jackson Construction, Ltd. $11,903,925.00 William J. Shultz, Inc. d/b/a Circle "C" Construction Company $12,482,410.00 Upon approval of this Mayor and Council Communication, appropriations for the Northside II 48-Inch Water Supply Main to Caylor Water Tank project will consist of the following: Brown & Gay Engineers, Inc. Engineering Contract $1,636,031.00 S.J. Louis Construction of Texas, LTD Construction Contract $8,525,144.45 Oscar Renda Contracting, Inc. Construction Contract $10,446,210.00 Construction Staking, Project Management, Inspection, Material Testing, and $1,340,929.55 Contingencies Project Appropriations $21,948,315.00 This section of the 48-inch water main has cost participation from the City of Southlake (21 percent), the City of Keller (5.8 percent), Trophy Club Municipal District No. 1 (four percent) and the Town of Westlake (14.2 percent), which was approved by the Fort Worth City Council on December 2, 2014. (M&C C- 27101). These cost participations will be reimbursed to the City of Fort Worth at the completion of this project. This project was initially anticipated to be completed prior to summer of 2015. It is critical to ensure this project is completed by fall of 2015 to ensure the delivery of water to meet the demands generated from developments on the northside of Fort Worth and other wholesale customers. This project is anticipated to be included in a future revenue bond issue for the Water and Sewer Fund. Available cash within the Water and Sewer portfolio and the City's portfolio along with the appropriate authority authorized under the Direct Purchase Note program will be used to provide interim financing for this project until debt is issued. To the extent resources other than the Water and Sewer portfolio are used to provide interim financing, the Water and Sewer Fund will be charged interest that is equivalent to the overall rate of return being earned by the City portfolio (currently approximately one-percent annually). Should the City' s portfolio not support the liquidity needed to provide an interim short-term financing source, another funding source will be required, which could mean issuance of securities under the Direct Purchase Note program or earlier issuance of Water and Sewer revenue bonds than is currently planned. Once debt associated with this project is sold, bond proceeds will be used to reimburse the Water and Sewer portfolio and the City's portfolio in accordance with the attached Reimbursement Resolution. In accordance with the provisions of the Financial Management Policy Statements, Staff anticipates presenting revenue-supported debt issuances to the City Council for consideration within the next three years. The Financial Management Services Department is currently working with all departments to ensure that multi-year capital improvements plans are in place. Newly developed and already existing plans, such as the Water Department' s current multi-year capital improvement plan, will be presented to City Council for review and adoption. If the City Council-adopted plan does not include issuance of debt for this specific project, the project will be funded utilizing pay-as-you go financing sources. If the Council- adopted plan calls for debt issuance, that debt must be issued within approximately three years to provide reimbursement for these expenses. If that does not occur, the costs will no longer be reimbursable by issuing tax-exempt debt and the funding source will have to be made whole through other budgetary methods. Adoption of this resolution does not obligate the City to sell bonds, but preserves the ability to reimburse the City from tax-exempt bond proceeds. M/WBE Office - Oscar Renda Contracting Inc., is in compliance with the City' s BDE Ordinance by committing to 15 percent MBE participation on this project. The City' s MBE goal on this project is 15 percent. In addition to the contract amount, $135,000.00 (water: $115,000.00; sewer: $20,000.00) is required for construction staking, project management, inspection and material testing and $320,120.00 (water: $303,300.00; sewer: $16,820.00) is provided for contingencies. Current funding for the Northside 48 Inch Water Supply Main to Caylor Water Tank project consists of the following: FUND APPROPRIATIONS ENCUMBRANCES EXPENDITURES BALANCE Water Capital Projects Fund $10,120,788.40 $1,717,092.75 $8,276,374.86 $127,320.79 Sewer Capital Project Fund $926,196.60 $241,096.00 $608,677.36 $76,423.24 PROJECT TOTAL $11,046,985.00 $1,958,188.75 $8,885,052.22 $203,744.03 Subject to Mayor and Council Communication approval andappropriation of existing revenue to the project, including contingencies, funding for the Northside 48 Inch Water Supply Main to Caylor Water Tank project will be: FUND APPROPRIATIONS ENCUMBRANCES PROJECTED PROJECTED EXPENDITURES BALANCE Water Capital Projects Fund $10,120,788.40 $1,717,092.75 $8,276,374.86 $127,320.79 Sewer Capital Project Fund 926,196.60 241,096.00 608,677.36 76,423.24 2017 Water and Sewer Revenue 10,901,330.00 0.00 10,581,210.00 320,120.00 Bonds Capital Project Fund PROJECT TOTAL $21,617,315.00 $1,958,188.75 $19,466,262.22 $523,864.03 The project is located in COUNCIL DISTRICT 7, Mapsco 21 L, 21 K, 21 N and 21 S. FISCAL INFORMATION /CERTIFICATION: The Financial Management Services Director certifies that revenue is available in the 2017 Water and Sewer Revenue Bonds Capital Project Fund for this contract. Currently available revenue in the 2017 Water and Sewer Revenue Bonds Capital Project Fund is $84,793,593.06. Upon approval of the recommendation, revenue will be appropriated for use in the project, as follows: Fund Available Projected Balance Appropriation Expenditures Amount 2017 Water and Sewer Revenue $10,910,330.00 $10,581,210.00 $320,120.00 Bonds Capital Project Fund After appropriation of the $10,910,330.00 to the project, $73,883,263.06 in available revenue will remain in the 2017 Water and Sewer Revenue Bonds Capital Project Fund. FUND CENTERS: TO Fund/AccountICenters FROM Fund/Account/Centers P266 541200 602140208283 $10,109,900.00 P266 541200 702140208283 $336,310.00 CERTIFICATIONS: Submitted for City Manager's Office by: Fernando Costa (6122) Originating Department Head: Andrew T. Cronberg (5020) Additional Information Contact: Robert Sauceda (2387) ATTACHMENTS 1. 60NSHlI48WPH1 P2 Oscar MWBE.pdf (CFW Internal) 2. 60NSII48WPH1 P2-OSCAR MAP.pdf (Public) 3. FAR-00010 CIP#02082 P266 -Water Funding.pdf (CFW Internal) 4. FAR-00011 CIP#02082 P266 - Sewer Fundina.pdf (CFW Internal) 5. FAR-00012 CIP#2082 P275 - Sewer Funding.pdf (CFW Internal) 6. FAR-00013 CIP#2082 P265 - Water Funding.pdf (CFW Internal) 7. NS II Part 1 Phase 2 Reimb Resolution(Revised 3.18.15).doc (Public) 8. P266 485114 601159990100.docx (CFW Internal) 9. SAM for Oscar Renda.pdf (Public) STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:D=nber2l,2012 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 —Definitions and Terminology..........................................................................................................I 1.01 Defined Terms...............................................................................................................................1 1.02 Terminology..................................................................................................................................6 Article 2—Preliminary Matters.........................................................................................................................7 2.01 Copies of Documents....................................................................................................................7 2.02 Commencement of Contract Time;Notice to Proceed.............:..................................................7 2.03 Starting the Work..........................................................................................................................8 2.04 Before Starting Construction........................................................................................................8 2.05 Preconstruction Conference..........................................................................................................8 2.06 Public Meeting..............................................................................................................................8 2.07 Initial Acceptance of Schedules....................................................................................................8 Article 3—Contract Documents: Intent,Amending,Reuse............................................................................8 3.01 Intent..............................................................................................................................................8 3.02 Reference Standards......................................................................................................................9 3.03 Reporting and Resolving Discrepancies.......................................................................................9 3.04 Amending and Supplementing Contract Documents.................................................................10 3.05 Reuse of Documents...................................................................................................................10 3.06 Electronic Data............................................................................................................................I I Article 4—Availability of Lands; Subsurface and Physical Conditions;Hazardous Environmental Conditions;Reference Points...........................................................................................................11 4.01 Availability of Lands..................................................................................................................11 4.02 Subsurface and Physical Conditions ..........................................................................................12 4.03 Differing Subsurface or Physical Conditions.............................................................................12 4.04 Underground Facilities ...............................................................................................................13 4.05 Reference Points .........................................................................................................................14 4.06 Hazardous Environmental Condition at Site..............................................................................14 Article5—Bonds and Insurance .....................................................................................................................16 5.01 Licensed Sureties and Insurers...................................................................................................16 5.02 Performance,Payment, and Maintenance Bonds.......................................................................16 5.03 Certificates of Insurance.............................................................................................................16 5.04 Contractor's Insurance................................................................................................................18 5.05 Acceptance of Bonds and Insurance;Option to Replace...........................................................19 Article 6—Contractor's Responsibilities........................................................................................................19 6.01 Supervision and Superintendence...............................................................................................19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 6.02 Labor; Working Hours................................................................................................................20 6.03 Services,Materials,and Equipment...........................................................................................20 6.04 Project Schedule..........................................................................................................................21 6.05 Substitutes and"Or-Equals".......................................................................................................21 6.06 Concerning Subcontractors, Suppliers, and Others....................................................................24 6.07 Wage Rates..................................................................................................................................25 6.08 Patent Fees and Royalties...........................................................................................................26 6.09 Permits and Utilities....................................................................................................................27 6.10 Laws and Regulations.................................................................................................................27 6.11 Taxes ...........................................................................................................................................28 6.12 Use of Site and Other Areas.......................................................................................................28 6.13 Record Documents......................................................................................................................29 6.14 Safety and Protection..................................................................................................................29 6.15 Safety Representative..................................................................................................................30 6.16 Hazard Communication Programs .............................................................................................30 6.17 Emergencies and/or Rectification...............................................................................................30 6.18 Submittals....................................................................................................................................31 6.19 Continuing the Work...................................................................................................................32 6.20 Contractor's General Warranty and Guarantee..........................................................................32 6.21 Indemnification.........................................................................................................................33 6.22 Delegation of Professional Design Services..............................................................................34 6.23 Right to Audit..............................................................................................................................34 6.24 Nondiscrimination.......................................................................................................................35 Article7-Other Work at the Site...................................................................................................................35 7.01 Related Work at Site...................................................................................................................35 7.02 Coordination................................................................................................................................36 Article 8-City's Responsibilities...................................................................................................................36 8.01 Communications to Contractor...................................................................................................36 8.02 Furnish Data................................................................................................................................36 8.03 Pay When Due ............................................................................................................................36 8.04 Lands and Easements; Reports and Tests...................................................................................36 8.05 Change Orders.............................................................................................................................36 8.06 Inspections, Tests, and Approvals..............................................................................................36 8.07 Limitations on City's Responsibilities.......................................................................................37 8.08 Undisclosed Hazardous Environmental Condition....................................................................37 8.09 Compliance with Safety Program...............................................................................................37 Article 9-City's Observation Status During Construction...........................................................................37 9.01 City's Project Representative .....................................................................................................37 9.02 Visits to Site................................................................................................................................37 9.03 Authorized Variations in Work..................................................................................................38 9.04 Rejecting Defective Work..........................................................................................................38 9.05 Determinations for Work Performed...........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work.....................38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Decanber2l,2012 Article 10-Changes in the Work; Claims; Extra Work................................................................................38 10.01 Authorized Changes in the Work...............................................................................................38 10.02 Unauthorized Changes in the Work...........................................................................................39 10.03 Execution of Change Orders.......................................................................................................39 10.04 Extra Work..................................................................................................................................39 10.05 Notification to Surety..................................................................................................................39 10.06 Contract Claims Process.............................................................................................................40 Article 11 -Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement......................41 11.01 Cost of the Work.........................................................................................................................41 11.02 Allowances..................................................................................................................................43 11.03 Unit Price Work..........................................................................................................................44 11.04 Plans Quantity Measurement......................................................................................................45 Article 12-Change of Contract Price; Change of Contract Time.................................................................46 12.01 Change of Contract Price............................................................................................................46 12.02 Change of Contract Time............................................................................................................47 12.03 Delays..........................................................................................................................................47 Article 13-Tests and Inspections;Correction, Removal or Acceptance of Defective Work......................48 13.01 Notice of Defects ........................................................................................................................48 13.02 Access to Work...........................................................................................................................48 13.03 Tests and Inspections..................................................................................................................48 13.04 Uncovering Work........................................................................................................................49 13.05 City May Stop the Work.............................................................................................................49 " 13.06 Correction or Removal of Defective Work................................................................................50 13.07 Correction Period........................................................................................................................50 13.08 Acceptance of Defective Work...................................................................................................51 13.09 City May Correct Defective Work.............................................................................................51 Article 14-Payments to Contractor and Completion....................................................................................52 14.01 Schedule of Values......................................................................................................................52 14.02 Progress Payments......................................................................................................................52 14.03 Contractor's Warranty of Title...................................................................................................54 14.04 Partial Utilization........................................................................................................................55 14.05 Final Inspection...........................................................................................................................55 14.06 Final Acceptance.........................................................................................................................55 14.07 Final Payment..............................................................................................................................56 14.08 Final Completion Delayed and Partial Retainage Release........................................................56 14.09 Waiver of Claims........................................................................................................................57 Article 15-Suspension of Work and Termination........................................................................................57 15.01 City May Suspend Work.............................................................................................................57 15.02 City May Terminate for Cause...................................................................................................58 15.03 City May Terminate For Convenience.......................................................................................60 Article16-Dispute Resolution......................................................................................................................61 16.01 Methods and Procedures..:..........................................................................................................61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Dw mber2l,2012 Article17—Miscellaneous..............................................................................................................................62 17.01 Giving Notice..............................................................................................................................62 17.02 Computation of Times................................................................................................................62 17.03 Cumulative Remedies.................................................................................................................62 17.04 Survival of Obligations...............................................................................................................63 17.05 Headings......................................................................................................................................63 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Pagel of 63 ARTICLE 1—DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement—The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment—The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award—Authorization by the City Council for the City to enter into an Agreement. 6. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder—The individual or entity who submits a Bid directly to City. 8. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements—The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday,except for federal or state holidays observed by the City. 11. Buzzsaw—City's on-line,electronic document management and collaboration system. 12. Calendar Day—A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 2 of 63 13. Change Order=—A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. City— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 15. City Attorney—The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 17. City Manager — The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. - ---- -- 18. Contract Claim—A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract.A demand for money or services by a third party is not a Contract Claim. 19. Contract—The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations,representations, or agreements, whether written or oral. 20. Contract Documents—Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 21. Contract Price—The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 22. Contract Time—The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and(ii)complete the Work so that it is ready for Final Acceptance. 23. Contractor—The individual or entity with whom City has entered into the Agreement. 24. Cost of the Work—See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:De=nber2l,2012 E 007200-1 General Conditions Page 3 of 63 25. Damage Claims — A demand for money or services arising from the Project or Site from a third party,City or Contractor exclusive of a Contract Claim. 26. Day or day—A day, unless otherwise defined, shall mean a Calendar Day. 27. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth,Texas, or his duly appointed representative, assistant, or agents. 28. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant,or agents. 29. Director of Planning and Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Director of Water Department— The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative,assistant, or agents. 32. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 33. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34. Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 36.Field Order—A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 37. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Dacanber2l,2012 007200-1 General Conditions Page 4 of 63 38. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. General Requirements—Sections of Division 1 of the Contract Documents. 40. Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 41. Hazardous Waste—Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44. Major Item—An Item of work included in the Contract Documents that has a total cost equal to or greater than 5%of the original Contract Price or$25,000 whichever is less. 45.Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46. Notice of Award—The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47.Notice to Proceed—A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48.PCBs—Polychlorinated biphenyls. 49. Petroleum—Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 50. Plans—See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Decanber2l,2012 00 72 00-1 General Conditions Page 5 of 63 51. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 52. Project—The Work to be performed under the Contract Documents. 53. Project Representative—The authorized representative of the City who will be assigned to the Site. 54. Public Meeting — An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 55. Radioactive Material—Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954(42 USC Section 2011 et seq.)as amended from time to time. 56. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday(excluding legal holidays). 57. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 58. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 59. Schedule of Values—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 60. Site—Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 61. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 62. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATTON DOCUMENTS Revision:Dece nber2l,2012 007200-1 General Conditions Page 6 of 63 63. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful Bidder—The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent—The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions—That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water,wastewater, storm water,other liquids or chemicals, or traffic or other control systems. 69. Unit Price Work—See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours—Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day—A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.023 through E are not defined but, when used in the Bidding Requirements or Contract Documents,have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 00 72 00-1 General Conditions Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged-prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2—PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time;Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 00 72 00-1 General Conditions Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3—CONTRACT DOCUMENTS: INTENT,AMENDING,REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Decernber2l,2012 007200-1 General Conditions Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation, (b) any standard, specification, manual, or code, or(c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier(whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized,by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Deeffmber2l,2012 00 72 00-1 General Conditions Page I 1 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions,the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies,the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 00 72 00-1 General Conditions Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site(except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors,members,partners, employees, agents,consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings;or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any"technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:De=nber2l,2012 00 72 00-1 General Conditions Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A),notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if: 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer- by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others;and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated: 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Dwernber2l,2012 007200-1 General Conditions Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragaph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no -- - - changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners,employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December21,2012 00 72 00-1 General Conditions Page IS of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings;or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City(and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of.Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Dwe nber2l,2012 007200-1 General Conditions Page 16 of 63 ARTICLE 5—BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City.____ C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of"Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured)which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as"Additional Insured"on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Dec=ber2l,2012 00 72 00-1 General Conditions Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M.Best Property&Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required,written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not.written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups,must also be approved by City. 11. Any deductible in excess of$5,000.00, for any policy that does not provide coverage on a first-dollar basis,must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers'Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Dwember2l,2012 00 72 00-1 General Conditions Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6—CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods,techniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 00 72 00-1 General Conditions Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication)to perform Work: --_ - 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor,transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source,kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Demnber2l,2012 007200-1 General Conditions Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier,except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. l. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 01 32 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or-Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or-equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or-Equal"Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or-equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Domnber2l,2012 007200-1 General Conditions Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole;and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time;and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute ................................................. items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Do=nber2l,2012 00 72 00-1 General Conditions Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with J the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales,maintenance, repair,and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or-equal"or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an"or-equal."City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.13. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal"at Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Decanber2l,2012 007200-1 General Conditions Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions:No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Business Diversity Enterprise Ordinance Compliance: It is City policy to ensure the full and equitable participation by Minority and Small Business Enterprises (MBE)(SBE) in the procurement of goods and services on a contractual basis.If the Contract Documents provide for a MBE and/or SBE goal, Contractor is required to comply with the intent of the City's Business Diversity Ordinance(as amended)by the following: 1. Contractor shall, upon request by the City, provide complete and accurate information regarding actual work performed by a MBE and/or SBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE and/or SBE. Material misrepresentation of any nature may be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 00 72 00-1 General Conditions Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity;nor 2, shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Decanber2l,2012 007200-1 General Conditions Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act(Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the llth day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii)the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258,Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Decanber2l,2012 007200-1 General Conditions Page 27 of 63 the incorporation in the Work of any invention, design,process,product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.13. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:D=nber2l,2012 00 72 00-1 General Conditions Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin,TX 78711;or 2. http://www.window.state.tx.us/taxinfo/taxforms/93-forms.html 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Decetnber2l,2012 00 72 00-1 General Conditions Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site;and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal,relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal,relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 00 72 00-1 General Conditions Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. l. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier,pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Decanber2l,2012 007200-1 General Conditions Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Deo mber2l,2012 007200-1 General Conditions Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection,test,or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.13. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Dcece nber2l,2012 007200-1 General Conditions Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Derzrnber2l,2012 007200-1 General Conditions Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7—OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:De=nber2l,2012 007200-1 General Conditions Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site,the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8—CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements;Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Dxember2l,2012 007200-1 General Conditions Page 37 of63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9—CITY'S OBSERVATION STATUS DURING CONSTRUCTION - - 9.01 City's Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City's representative during construction are set forth in the Contract Documents. The Project Representative(s) will be as provided in the Supplementary Conditions. 9.02 Visits to Site A. City's Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Representative's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Representative's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Da mber2l,2012 007200-1 General Conditions Page 38 of 63 9.03 Authorized Variations in Work City's Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10—CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CrfY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Decenber2l,2012 00 72 00-1 General Conditions Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or(iii)agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:De(=ber2l,2012 007200-1 General Conditions Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any,take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Deeember2l,2012 00 72 00-1 General Conditions Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11—COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included.• The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.13, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.13, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55%markup,or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Decanber2l,2012 00 72 00-1 General Conditions Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Dewnber2l,2012 007200-1 General Conditions Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.0I.A.I or specifically covered by Paragraph 11.01.AA, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.013, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre-bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 44 of 63 a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes;and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre-bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Deoember2l,2012 007200-1 General Conditions Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25%from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of,the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under"Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Doce nber2l,2012 007200-1 General Conditions Page 46 of 63 E. For callout work or non-site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12—CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TEVIE 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03);or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.0l.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.01.13.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit(determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee;or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.0l.A.1, 11.0l.A.2. and 11.0l.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.0I.A.4 and 11.0I.A.5, the Contractor's fee shall be five percent(5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.0l.C.2.a and 12.0l.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Deue nber2l,2012 007200-1 General Conditions Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.0l.A.1 and 11.0l.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent(5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.0l.A.6, and 11.01.13; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor,the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses; or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any,which is to be furnished by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Do=nber2l,2012 007200-1 General Conditions Page 48 of 63 ARTICLE 13—TESTS AND INSPECTIONS; CORRECTION,REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected,corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. 13. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections,which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible,with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without-cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 00 72 00-1 General Conditions Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or - - tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure,observation, inspection,testing, replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 00 72 00-1 General Conditions Page 50 of 63 Subcontractor, any Supplier, any other individual or entity,or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work;or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement(including but not limited to all costs of repair or replacement of work of others)will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Deember2l,2012 007200-1 General Conditions Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of,the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven(7)days written notice to Contractor, correct,or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Domnber2l,2012 00 72 00-1 General Conditions Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14—PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City.Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:De=ber2l,2012 007200-1 General Conditions Page 53 of 63 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules,that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents;or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors,requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 00 72 00-1 General Conditions Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: ....... ....................................... I. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended;or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Demnber2l,2012 007200-1 General Conditions Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Deoanber2l,2012 00 72 00-1 General Conditions Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied(except as previously delivered)by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any,to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages,will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Dwe nber2l,2012 00 72 00-1 General Conditions Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15—SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Decanber2l,2012 007200-1 General Conditions Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation,may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-201lestablished under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature,the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:De=nber2l,2012 007200-1 General Conditions Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere,and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.13, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim,demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 00 72 00-1 General Conditions Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for(without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16—DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become final and binding 30 days after termination of the mediation unless, within that time period,City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Decern1er21,2012 007200-1 General Conditions Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process;or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17—MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended;or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Dacernber2l,2012 00 72 00-1 General Conditions Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Demnber2l,2012 007300-1 SUPPLEMENTARY CONDITIONS Page I of 5 1 SECTION 00 73 00 2 SUPPLEMENTARY CONDITIONS 3 TO 4 GENERAL CONDITIONS 5 6 Supplementary Conditions 7 8 These Supplementary Conditions modify and supplement Section 00 72 00-General Conditions,and other 9 provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are 10 modified or supplemented remain in full force and effect as so modified or supplemented. All provisions 11 of the General Conditions which are not so modified or supplemented remain in full force and effect. 12 13 Defined Terms 14 15 The terms used in these Supplementary Conditions which are defined in the General Conditions have the 16 meaning assigned to them in the General Conditions,unless specifically noted herein. 17 18 Modifications and Supplements 19 20 The following are instructions that modify or supplement specific paragraphs in the General Conditions and 21 other Contract Documents. 22 23 SC-3.03B.2,"Resolving Discrepancies" 24 25 Plans govern over Specifications. 26 27 SC-4.01A 28 29 Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. 30 Upon receiving the final easements descriptions,Contractor shall compare them to the lines shown on the 31 Contract Drawings. 32 33 SC-4.01A.1.,"Availability of Lands" 34 35 The following is a list of known outstanding right-of-way, and/or easements to be acquired,if any as of 36 November 2014: 37 38 Outstanding Right-Of-Way,and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION 32 PE Marty M. Melvin and Judy Melvin Pending 33 TE KLM Partners,LLC Pending 33 PE KLM Partners, LLC Pending 34 TE X Heritage Trace Village Pending 39 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 40 and do not bind the City. 41 42 If Contractor considers the final easements provided to differ materially from the representations on the 43 Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, 44 notify City in writing associated with the differing easement line locations. 45 46 SC-4.01A.2,"Availability of Lands" CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 5 1 2 Utilities or obstructions to be removed,adjusted,and/or relocated 3 4 The following is list of utilities and/or obstructions that have not been removed,adjusted,and/or relocated 5 as of November 2014 6 EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT None 7 The Contractor understands and agrees that the dates listed above are estimates only,are not guaranteed, 8 and do not bind the City. 9 10 SC-4.02A.,"Subsurface and Physical Conditions" 11 12 The following are reports of explorations and tests of subsurface conditions at the site of the Work: 13 14 A Geotechnical Engineering Study Report No. DG-12-15260.1,dated November 20,2014,prepared by 15 HVJ Associates, a sub-consultant of Brown&Gay Engineers,Inc.,a consultant of the City,providing 16 additional information on the general subsurface conditions. 17 18 The following are drawings of physical conditions in or relating to existing surface and subsurface 19 structures(except Underground Facilities)which are at or contiguous to the site of the Work: None 20 21 SC-4.06A.,"Hazardous Environmental Conditions at Site" 22 23 The following are reports and drawings of existing hazardous environmental conditions known to the City: 24 None 25 26 SC-5.03A.,"Certificates of Insurance" 27 28 The entities listed below are"additional insureds as their interest may appear" including their respective 29 officers,directors, agents and employees. 30 31 (1) City 32 (2) Consultant: Brown&Gay Engineers, Inc., Gorrondona&Associates, Inc., HVJ Associates;V&A 33 Consulting Engineers,The Rios Group,JQ Engineers 34 (3) Other: None 35 36 SC-5.04A.,"Contractor's Insurance" 37 38 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following 39 coverages for not less than the following amounts or greater where required by laws and regulations: 40 41 5.04A.Workers'Compensation, under Paragraph GC-5.04A. 42 43 Statutory limits 44 Employer's liability 45 $100,000 each accident/occurrence 46 $100,000 Disease-each employee 47 $500,000 Disease-policy limit 48 49 SC-5.04B.,"Contractor's Insurance" CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 00 73 00-3 SUPPLEMENTARY CONDITIONS Page 3 of 5 1 2 5.04B.Commercial General Liability,under Paragraph GC-5.04B.Contractor's Liability Insurance 3 under Paragraph GC-5.04B.,which shall be on a per project basis covering the Contractor with 4 minimum limits of- 5 6 $1,000,000 each occurrence 7 $2,000,000 aggregate limit 8 9 The policy must have an endorsement(Amendment—Aggregate Limits of Insurance)making the 10 General Aggregate Limits apply separately to each job site. 11 12 The Commercial General Liability Insurance policies shall provide"X", "C",and"U"coverage's. 13 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. 14 15 SC 5.04C.,"Contractor's Insurance" 16 5.04C. Automobile Liability,under Paragraph GC-5.04C. Contractor's Liability Insurance under 17 Paragraph GC-5.04C.,which shall be in an amount not less than the following amounts: 18 19 (1) Automobile Liability-a commercial business policy shall provide coverage on"Any Auto", 20 defined as autos owned,hired and non-owned. 21 22 $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at 23 least: 24 25 $250,000 Bodily Injury per person/ 26 $500,000 Bodily Injury per accident/ 27 $100,000 Property Damage 28 29 SC-5.04D.,"Contractor's Insurance" 30 31 The Contractor's construction activities will require its employees,agents,subcontractors, equipment,and 32 material deliveries to cross railroad properties and tracks None. 33 34 The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, 35 hinder,or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains 36 or other property. Such operations on railroad properties may require that Contractor to execute a"Right of 37 Entry Agreement"with the particular railroad company or companies involved,and to this end the 38 Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute 39 the right-of-entry(if any)required by a railroad company.The requirements specified herein likewise relate 40 to the Contractor's use of private and/or construction access roads crossing said railroad company's 41 properties. 42 43 The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide 44 coverage for not less than the following amounts, issued by companies satisfactory to the City and to the 45 Railroad Company for a term that continues for so long as the Contractor's operations and work cross, 46 occupy,or touch railroad property: 47 48 (1) General Aggregate: N/A 49 50 (2) Each Occurrence: N/A 51 52 Required for this Contract X Not required for this Contract 53 54 With respect to the above outlined insurance requirements,the following shall govern: 55 CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 5 1 1. Where a single railroad company is involved,the Contractor shall provide one insurance policy in 2 the name of the railroad company. However, if more than one grade separation or at-grade 3 crossing is affected by the Project at entirely separate locations on the line or lines of the same 4 railroad company, separate coverage may be required,each in the amount stated above. 5 6 2. Where more than one railroad company is operating on the same right-of-way or where several 7 railroad companies are involved and operated on their own separate rights-of-way, the Contractor 8 may be required to provide separate insurance policies in the name of each railroad company. 9 10 3. If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a 11 railroad company's right-of-way at a location entirely separate from the grade separation or at- 12 grade crossing, insurance coverage for this work must be included in the policy covering the grade 13 separation. 14 15 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- 16 way,all such other work may be covered in a single policy for that railroad, even though the work 17 may be at two or more separate locations. 18 19 No work or activities on a railroad company's property to be performed by the Contractor shall be 20 commenced until the Contractor has furnished the City with an original policy or policies of the insurance 21 for each railroad company named,as required above. All such insurance must be approved by the City and 22 each affected Railroad Company prior to the Contractor's beginning work. 23 24 The insurance specified above must be carried until all Work to be performed on the railroad right-of-way 25 has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, 26 insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. 27 Such insurance must name the railroad company as the insured,together with any tenant or lessee of the 28 railroad company operating over tracks involved in the Project. 29 30 SC-6.04.,"Project Schedule" 31 32 Project schedule shall be tier 3 for the project. 33 34 SC-6.07.,"Wage Rates" 35 36 The following is the prevailing wage rate table(s)applicable to this project and is provided in the 37 Appendixes: 38 39 <Buzzsaw location, Resources/02-Construction Documents/Speciftcations/Div 00-General 40 Conditions/CFW Wage Rate Table 20080708.pdf> 41 42 SC-6.09.,"Permits and Utilities" 43 44 SC-6.09A.,"Contractor obtained permits and licenses" 45 The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 46 1. Storm Water Pollution Prevention Plan with the TCEQ 47 2. Street Use Permit with the City of Fort Worth 48 49 SC-6.0913."City obtained permits and licenses" 50 The following are known permits and/or licenses required by the Contract to be acquired by the City:• 51 52 1. TXDOT Permit for Utility Crossing under I-35W 53 54 SC-6.09C. "Outstanding permits and licenses" 55 CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 5 1 The following is a list of known outstanding permits and/or licenses to be acquired,if any as of November 2 2014: 3 4 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION TXDOT Utility Installation Request Wig-Approved 1 5 6 SC-7.02.,"Coordination" 7 8 The individuals or entities listed below have contracts with the City for the performance of other work at 9 the Site: Vendor Scope of Work Coordination Authority NSII Phase I Part 1 Contractor 48-Inch Water Main Northern City of Fort Worth Connection NSII Phase II Contractor 48-Inch Water Main Southern City of Fort Worth Connection 10 11 12 SC-8.01,"Communications to Contractor" 13 None 14 15 SC-9.01.,"City's Project Representative" 16 17 The following firm is a consultant to the City responsible for construction management of this Project: 18 None 19 20 SC-13.03C.,"Tests and Inspections" 21 None 22 23 SC-16.01C.1,"Methods and Procedures" 24 None 25 26 27 28 END OF SECTION CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 011100-1 SUMMARY OF WORK Page 1 of 3 1 SECTION 011100 2 SUMMARY OF WORK 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1 -General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Work Covered by Contract Documents 19 1. Work is to include furnishing all labor,materials,and equipment, and performing 20 all Work necessary for this construction project as detailed in the Drawings and 21 Specifications. 22 B. Subsidiary Work 23 1. Any and all Work specifically governed by documentary requirements for the 24 project, such as conditions imposed by the Drawings or Contract Documents in 25 which no specific item for bid has been provided for in the Proposal and the item is 26 not a typical unit bid item included on the standard bid item list,then the item shall 27 be considered as a subsidiary item of Work,the cost of which shall be included in 28 the price bid in the Proposal for various bid items. 29 C. Use of Premises 30 1. Coordinate uses of premises under direction of the City. 31 2. Assume full responsibility for protection and safekeeping of materials and 32 equipment stored on the Site. 33 3. Use and occupy only portions of the public streets and alleys, or other public places 34 or other rights-of-way as provided for in the ordinances of the City, as shown in the 35 Contract Documents, or as may be specifically authorized in writing bythe City. 36 a. A reasonable amount of tools,materials, and equipment for construction 37 purposes may be stored in such space, but no more than is necessary to avoid 38 delay in the construction operations. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 01 11 00-2 SUMMARY OF WORK Page 2 of 3 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks,the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise, clear all rights-of-way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to,all trees, shrubbery,plants, 18 lawns,fences, culverts,curbing,and all other types of structures or improvements, 19 to all water, sewer, and gas lines,to all conduits,overhead pole lines, or 20 appurtenances thereof, including the construction of temporary fences and to all 21 other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation,company, individual, or other,either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act, omission,neglect, or misconduct in the manner or method or 31 execution of the Work, or at any time due to defective work, material,or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight,and/or at all times to 38 provide site security. 39 c. The cost for all fence work within easements, including removal,temporary 40 closures and replacement, shall be subsidiary to the various items bid in the 41 project proposal,unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 01 11 00-3 SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 012500-1 SUBSTITUTION PROCEDURES Page 1 of 4 1 SECTION 0125 00 2 SUBSTITUTION PROCEDURES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to a product which is specified by descriptive or performance criteria or 8 defined by reference to 1 or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor 11 c. Trade name 12 d. Catalog number 13 2. Substitutions are not"or-equals". 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include,but are not necessarily limited to: 17 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 18 2. Division 1 —General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various items bid. 22 No separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Request for Substitution-General 26 1. Within 30 days after award of Contract(unless noted otherwise),the City will 27 consider formal requests from Contractor for substitution of products in place of 28 those specified. 29 2. Certain types of equipment and kinds of material are described in Specifications by 30 means of references to names of manufacturers and vendors,trade names, or 31 catalog numbers. 32 a. When this method of specifying is used, it is not intended to exclude from 33 consideration other products bearing other manufacturer's or vendor's names, 34 trade names, or catalog numbers,provided said products are "or-equals," as 35 determined by City. 36 3. Other types of equipment and kinds of material may be acceptable substitutions 37 under the-following conditions: 38 a. Or-equals are unavailable due to strike, discontinued production of products 39 meeting specified requirements, or other factors beyond control of Contractor; 40 or, CITY OF FORT WORTH Northside 1148-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 0125 00-2 SUBSTITUTION PROCEDURES Page 2 of 4 1 b. Contractor proposes a cost and/or time reduction incentive to the City. 2 1.5 SUBMITTALS 3 A. See Request for Substitution Form(attached) 4 B. Procedure for Requesting Substitution 5 1. Substitution shall be considered only: 6 a. After award of Contract 7 b. Under the conditions stated herein 8 2. Submit 3 copies of each written request for substitution, including: 9 a. Documentation 10 1) Complete data substantiating compliance of proposed substitution with 11 Contract Documents 12 2) Data relating to changes in construction schedule,when a reduction is 13 proposed 14 3) Data relating to changes in cost 15 b. For products 16 1) Product identification 17 a) Manufacturer's name 18 b) Telephone number and representative contact name 19 c) Specification Section or Drawing reference of originally specified 20 product, including discrete name or tag number assigned to original 21 product in the Contract Documents 22 2) Manufacturer's literature clearly marked to show compliance of proposed 23 product with Contract Documents 24 3) Itemized comparison of original and proposed product addressing product 25 characteristics,including,but not necessarily limited to: 26 a) Size 27 b) Composition or materials of construction 28 c) Weight 29 d) Electrical or mechanical requirements 30 4) Product experience 31 a) Location of past projects utilizing product 32 b) Name and telephone number of persons associated with referenced 33 projects knowledgeable concerning proposed product 34 c) Available field data and reports associated with proposed product 35 5) Samples 36 a) Provide at request of City. 37 b) Samples become the property of the City. 38 c. For construction methods: 39 1) Detailed description of proposed method 40 2) Illustration drawings 41 C. Approval or Rejection 42 1. Written approval or rejection of substitution given by the City 43 2. City reserves the right 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 the substitution is,approved,the resulting cost and/or time reduction 46 will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 1 4. No additional contract time will be given for substitution. 2 5. Substitution will be rejected if. 3 a. Submittal is not through the Contractor with his stamp of approval 4 b. Request is not made in accordance with this Specification Section 5 c. In the City's opinion,acceptance will require substantial revision of the original 6 design 7 d. In the City's opinion, substitution will not perform adequately the function 8 consistent with the design intent 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE 13 A. In making request for substitution or in using an approved product,the Contractor 14 represents that the Contractor: 15 1. Has investigated proposed product, and has determined that it is adequate or 16 superior in all respects to that specified,and that it will perform function for which 17 it is intended 18 2. Will provide same guarantee for substitute item as for product specified 19 3. Will coordinate installation of accepted substitution into Work,to include building 20 modifications if necessary,making such changes as may be required for Work to be 21 complete in all respects 22 4. Waives all claims for additional costs related to substitution which subsequently 23 arise 24 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2 - PRODUCTS [NOT USED] 28 PART 3 - EXECUTION[NOT USED] 29 END OF SECTION 30 Revision Log DATE NAME SUMMARY OF CHANGE 31 CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 0125 00-4 SUBSTITUTION PROCEDURES Page 4 of 4 1 EXHMIT A 2 REQUEST FOR SUBSTITUTION FORM: 3 4 TO: 5 PROJECT: DATE: 6 We hereby submit for your consideration the following product instead of the specified item for 7 the above project: 8 SECTION PARAGRAPH SPECIFIED ITEM 9 10 11 Proposed Substitution: 12 Reason for Substitution: 13 Include complete information on changes to Drawings and/or Specifications which proposed 14 substitution will require for its proper installation. 15 16 Fill in Blanks Below: 17 A. Will the undersigned contractor pay for changes to the building design, including engineering 18 and detailing costs caused by the requested substitution? 19 20 21 B. What effect does substitution have on other trades? 22 23 24 C. Differences between proposed substitution and specified item? 25 26 27 D. Differences in product cost or product delivery time? 28 29 30 E. Manufacturer's guarantees of the proposed and specified items are: 31 32 Equal Better(explain on attachment) 33 The undersigned states that the function, appearance and quality are equivalent or superior to the 34 specified item. 35 Submitted By: For Use by City 36 37 Signature Recommended Recommended 38 as noted 39 40 Firm Not recommended _Received late 41 Address By 42 Date 43 Date Remarks 44 Telephone 45 46 For Use by City: 47 48 Approved Rejected 49 City Date CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 01 31 19-1 PRECONSTRUCTION MEETING Page 1 of 3 1 SECTION 013119 2 PRECONSTRUCTION MEETING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Coordination 20 1. Attend preconstruction meeting. 21 2. Representatives of Contractor, subcontractors and suppliers attending meetings 22 shall be qualified and authorized to act on behalf of the entity each represents. 23 3. Meeting administered by City may be tape recorded. 24 a. If recorded,tapes will be used to prepare minutes and retained by City for 25 future reference. 26 B. Preconstruction Meeting 27 1. A preconstruction meeting will be held within 14 days after the execution of the 28 Agreement and before Work is started. 29 a. The meeting will be scheduled and administered by the City. 30 2. The Project Representative will preside at the meeting,prepare the notes of the 31 meeting and distribute copies of same to all participants who so request by fully 32 completing the attendance form to be circulated at the beginning of the meeting. 33 3. Attendance shall include: 34 a. Project Representative 35 b. Contractor's project manager 36 c. Contractor's superintendent 37 d. Any subcontractor or supplier representatives whom the Contractor may desire 38 to invite or the City may request CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised August 17,2012 01 31 19-2 PRECONSTRUCTION MEETING Page 2 of 3 1 e. Other City representatives 2 f. Others as appropriate 3 4. Construction Schedule 4 a. Prepare baseline construction schedule in accordance with Section 0132 16 and 5 provide at Preconstruction Meeting. 6 b. City will notify Contractor of any schedule changes upon Notice of 7 Preconstruction Meeting. 8 5. Preliminary Agenda may include: 9 a. Introduction of Project Personnel 10 b. General Description of Project 11 c. Status of right-of-way,utility clearances,easements or other pertinent permits 12 d. Contractor's work plan and schedule 13 e. Contract Time 14 f. Notice to Proceed 15 g. Construction Staking 16 h. Progress Payments 17 i. Extra Work and Change Order Procedures 18 j. Field Orders 19 k. Disposal Site Letter for Waste Material 20 1. Insurance Renewals 21 in. Payroll Certification - _ 22__ __ ___- n. Material Certifications and Quality Control Testing 23 o. Public Safety and Convenience 24 p. Documentation of Pre-Construction Conditions 25 q. Weekend Work Notification 26 r. Legal Holidays 27 s. Trench Safety Plans 28 t. Confined Space Entry Standards 29 u. Coordination with the City's representative for operations of existing water 30 systems 31 v. Storm Water Pollution Prevention Plan 32 w. Coordination with other Contractors 33 x. Early Warning System 34 y. Contractor Evaluation 35 z. Special Conditions applicable to the project 36 aa. Damages Claims 37 bb. Submittal Procedures 38 cc. Substitution Procedures 39 dd. Correspondence Routing 40 ee. Record Drawings 41 f£ Temporary construction facilities 42 gg. M/WBE or MBE/SBE procedures 43 hh. Final Acceptance 44 ii. Final Payment 45 J. Questions or Comments CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised August 17,2012 01 31 19-3 PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS[NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3 - EXECUTION[NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised August 17,2012 013120-1 PROJECT MEETINGS Page i of 3 1 SECTION 013120 2 PROJECT MEETINGS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for project meetings throughout the construction period to enable orderly 7 review of the progress of the Work and to provide for systematic discussion of 8 potential problems 9 B. Deviations this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include,but,are not necessarily limited to: 12 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 1.3 2. Division 1 —General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Coordination 21 1. Schedule, attend and administer as specified,periodic progress meetings, and 22 specially called meetings throughout progress of the Work. 23 2. Representatives of Contractor, subcontractors and suppliers attending meetings 24 shall be qualified and authorized to act on behalf of the entity each represents. 25 3. Meetings administered by City may be tape recorded. 26 a. If recorded,tapes will be used to prepare minutes and retained by City for 27 future reference. 28 4. Meetings, in addition to those specified in this Section,may be held when requested 29 by the City, Engineer or Contractor. 30 B. Pre-Construction Neighborhood Meeting 31 1. After the execution of the Agreement,but before construction is allowed to begin, 32 attend 1 Public Meeting with affected residents to: 33 a. Present projected schedule, including construction start date 34 b. Answer any construction related questions 35 2. Meeting Location 36 a. Location of meeting to be determined by the City. 37 3. Attendees 38 a. Contractor CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 013120-2 PROJECT MEETINGS Page 2 of 3 1 b. Project Representative 2 c. Other City representatives 3 4. Meeting Schedule 4 a. In general,the neighborhood meeting will occur within the 2 weeks following 5 the pre-construction conference. 6 b. In no case will construction be allowed to begin until this meeting is held. 7 C. Progress Meetings 8 1. Formal project coordination meetings will be held periodically. Meetings will be 9 scheduled and administered by Project Representative. 10 2. Additional progress meetings to discuss specific topics will be conducted on an as- II 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. Coordination between other construction projects 15 d. Resolution of construction issues 16 e. Equipment approval 17 3. The Project Representative will preside at progress meetings,prepare the notes of 18 the meeting and distribute copies of the same to all participants who so request by 19 fully completing the attendance forth to be circulated at the beginning of each 20 meeting. 21 4. Attendance shall include: - - - 22 a. Contractor's project manager 23 b. Contractor's superintendent 24 c. Any subcontractor or supplier representatives whom the Contractor may desire 25 to invite or the City may request 26 d. Engineer's representatives 27 e. City's representatives 28 f. Others, as requested by the Project Representative 29 5. Preliminary Agenda may include: 30 a. Review of Work progress since previous meeting 31 b. Field observations,problems, conflicts 32 c. Items which impede construction schedule 33 d. Review of off-site fabrication, delivery schedules 34 e. Review of construction interfacing and sequencing requirements with other 35 construction contracts 36 f. Corrective measures and procedures to regain projected schedule 37 g. Revisions to construction schedule 38 h. Progress,schedule, during succeeding Work period 39 i. Coordination of schedules 40 j. Review submittal schedules 41 k. Maintenance of quality standards 42 1. Pending changes and substitutions 43 m. Review proposed changes for: 44 1) Effect on construction schedule and on completion date 45 2) Effect on other contracts of the Project 46 n. Review Record Documents 47 o. Review monthly pay request 48 p. Review status of Requests for Information CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 013120-3 PROJECT MEETINGS Page 3 of 3 1 6. Meeting Schedule 2 a. Progress meetings will be held periodically as determined by the Project 3 Representative. 4 1) Additional meetings may be held at the request of the: 5 a) City 6 b) Engineer 7 c) Contractor 8 7. Meeting Location 9 a. The City will establish a meeting location. 10 1) To the extent practicable,meetings will be held at the Site. 11 1.5 SUBMITTALS [NOT USED] 12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY [NOT USED] 19 PART 2 - PRODUCTS [NOT USED] 20 PART 3- EXECUTION[NOT USED] 21 END OF SECTION 22 Revision Log DATE NAME SUMMARY OF CHANGE 23 CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 013216-1 CONSTRUCTION PROGRESS SCHEDULE Page I of 5 1 SECTION 0132 16 2 CONSTRUCTION PROGRESS SCHEDULE 3 PART1 — GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation, submittal, updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include,but are not necessarily limited to: 13 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 14 2. Division 1 —General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES _ 16 A. Measurement and Payment 17 1. Work associated with this Item is considered subsidiary to the various items bid. 18 No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 A. Definitions 21 1. Schedule Tiers 22 a. Tier 1 -No schedule submittal required by contract. Small,brief duration 23 • projects 24 b. Tier 2-No schedule submittal required by contract,but will require some 25 milestone dates. Small,brief duration projects 26 c. Tier 3- Schedule submittal required by contract as described in the 27 Specification and herein.Majority of City projects, including all bond program 28 projects 29 d. Tier 4- Schedule submittal required by contract as described in the 30 Specification and herein. Large and/or complex projects with long durations 31 1) Examples: large water pump station project and associated pipeline with 32 interconnection to another governmental entity 33 e. Tier 5- Schedule submittal required by contract as described in the 34 Specification and herein. Large and/or very complex projects with long 35 durations,high public visibility 36 1) Examples might include a water or wastewater treatment plant 37 2. Baseline Schedule-Initial schedule submitted before work begins that will serve 38 as the baseline for measuring progress and departures from the schedule. 39 3. Progress Schedule-Monthly submittal of a progress schedule documenting 40 progress on the project and any changes anticipated. CITY OF FORT WORTH Northside I148-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 013216-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 1 4. Schedule Narrative-Concise narrative of the schedule including schedule 2 changes,expected delays,key schedule issues,critical path items,etc 3 B. Reference Standards 4 1. City of Fort Worth Schedule Guidance Document 5 1.4 ADMINISTRATIVE REQUIREMENTS 6 A. Baseline Schedule 7 1. General 8 a. Prepare a cost-loaded baseline Schedule using approved software and the 9 Critical Path Method(CPM)as required in the City of Fort Worth Schedule 10 Guidance Document. 11 b. Review the draft cost-loaded baseline Schedule with the City to demonstrate 12 understanding of the work to be performed and known issues and constraints 13 related to the schedule. 14 c. Designate an authorized representative(Project Scheduler)responsible for 15 developing and updating the schedule and preparing reports. 16 B. Progress Schedule 17 1. Update the progress Schedule monthly as required in the City of Fort Worth 18 Schedule Guidance Document. 19 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 20 3. Change Orders 21 a. Incorporate approved change orders,resulting in a change of contract time, in 22 the baseline Schedule in accordance with City of Fort Worth Schedule 23 Guidance Document. 24 C. Responsibility for Schedule Compliance 25 1. Whenever it becomes apparent from the current progress Schedule and CPM Status 26 Report that delays to the critical path have resulted and the Contract completion 27 date will not be met, or when so directed by the City,make some or all of the 28 following actions at no additional cost to the City 29 a. Submit a Recovery Plan to the City for approval revised baseline Schedule 30 outlining: 31 1) A written statement of the steps intended to take to remove or arrest the 32 delay to the critical path in the approved schedule 33 2) Increase construction manpower in such quantities and crafts as will 34 substantially eliminate the backlog of work and return current Schedule to 35 meet projected baseline completion dates 36 3) Increase the number of working hours per shift, shifts per day,working 37 days per week,the amount of construction equipment,or any combination 38 of the foregoing, sufficiently to substantially eliminate the backlog of work 39 4) Reschedule activities to achieve maximum practical concurrency of 40 accomplishment of activities,and comply with the revised schedule 41 2. If no written statement of the steps intended to take is submitted when so requested 42 by the City,the City may direct the Contractor to increase the level of effort in 43 manpower(trades), equipment and work schedule(overtime,weekend and holiday 44 work, etc.)to be employed by.the Contractor in order to remove or arrest the delay 45 to the critical path in the approved schedule. 46 a. No additional cost for such work will be considered. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 013216-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 1 D. The Contract completion time will be adjusted only for causes specified in this 2 Contract. 3 a. Requests for an extension of any Contract completion date must be 4 supplemented with the following: 5 1) Furnish justification and supporting evidence as the City may deem 6 necessary to determine whether the requested extension of time is entitled 7 under the provisions of this Contract. 8 a) The City will,after receipt of such justification and supporting 9 evidence,make findings of fact and will advise the Contractor, in 10 writing thereof. 11 2) If the City finds that the requested extension of time is entitled,the City's 12 determination as to the total number of days allowed for the extensions 13 shall be based upon the approved total baseline schedule and on all data 14 relevant to the extension. 15 a) Such data shall be included in the next updating of the Progress 16 schedule. 17 b) Actual delays in activities which,according to the Baseline schedule, 18 do not affect any Contract completion date shown by the critical path in 19 the network will not be the basis for a change therein. 20 2. Submit each request for change in Contract completion date to the City within 30 21 days after the beginning of the delay for which a time extension is requested but 22 before the date of final payment under this Contract. 23 a. No time extension will be granted for requests which are not submitted within 24 the foregoing time limit. 25 b. From time to time, it may be necessary for the Contract schedule or completion 26 time to be adjusted by the City to reflect the effects of job conditions,weather, 27 technical difficulties,strikes,unavoidable delays on the part of the City or its 28 representatives,and other unforeseeable conditions which may indicate 29 schedule adjustments or completion time extensions. 30 1) Under such conditions,the City will direct the Contractor to reschedule the 31 work or Contract completion time to reflect the changed conditions and the 32 Contractor shall revise his schedule accordingly. 33 a) No additional compensation will be made to the Contractor for such 34 schedule changes except for unavoidable overall contract time 35 extensions beyond the actual completion of unaffected work, in which 36 case the Contractor shall take all possible action to minimize any time 37 extension and any additional cost to the City. 38 b) Available float time in the Baseline schedule may be used by the City 39 as well as by the Contractor. 40 3. Float or slack time is defined as the amount of time between the earliest start date 41 and the latest start date or between the earliest finish date and the latest finish date 42 of a chain of activities on the Baseline Schedule. 43 a. Float or slack time is not for the exclusive use or benefit of either the 44 Contractor or the City. 45 b. Proceed with work according to early start dates, and the City shall have the 46 right to reserve and apportion float time according to the needs of the project. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 01 32 16-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 1 c. Acknowledge and agree that actual delays,affecting paths of activities 2 containing float time,will not have any effect upon contract completion times, 3 providing that the actual delay does not exceed the float time associated with 4 those activities. 5 E. Coordinating Schedule with Other Contract Schedules 6 1. Where work is to be performed under this Contract concurrently with or contingent 7 upon work performed on the same facilities or area under other contracts,the 8 Baseline Schedule shall be coordinated with the schedules of the other contracts. 9 a. Obtain the schedules of the other appropriate contracts from the City for the 10 preparation and updating of Baseline schedule and make the required changes 11 in his schedule when indicated by changes in corresponding schedules. 12 2. In case of interference between the operations of different contractors,the City will 13 determine the work priority of each contractor and the sequence of work necessary 14 to expedite the completion of the entire Project. 15 a. In such cases,the decision of the City shall be accepted as final. 16 b. The temporary delay of any work due to such circumstances shall not be 17 considered as justification for claims for additional compensation. 18 1.5 SUBMITTALS 19 A. Baseline Schedule 20 1. Submit Schedule in native file format and pdf format as required in the City of Fort 21 Worth Schedule Guidance Document. 22 a. Native file format includes: 23 1) Primavera(P6 or Primavera Contractor) 24 2. Submit draft baseline Schedule to City prior to the pre-construction meeting and 25 bring in hard copy to the meeting for review and discussion. 26 B. Progress Schedule 27 1. Submit progress Schedule in native file format and pdf format as required in the 28 City of Fort Worth Schedule Guidance Document. 29 2. Submit progress Schedule monthly no later than the last day of the month. 30 C. Schedule Narrative 31 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth 32 Schedule Guidance Document. 33 2. Submit schedule narrative monthly no later than the last day of the month. 34 D. Submittal Process 35 1. The City administers and manages schedules through Buzzsaw. 36 2. Contractor shall submit documents as required in the City of Fort Worth Schedule 37 Guidance Document. 38 3. Once the project has been completed and Final Acceptance has been issued by the 39 City,no further progress schedules are required. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 01 32 16-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE 5 A. The person preparing and revising the construction Progress Schedule shall be 6 experienced in the preparation of schedules of similar complexity. 7 B. Schedule and supporting documents addressed in this Specification shall be prepared, 8 updated and revised to accurately reflect the performance of the construction. 9 C. Contractor is responsible for the quality of all submittals in this section meeting the 10 standard of care for the construction industry for similar projects. 11 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARRANTY [NOT USED] 14 PART 2- PRODUCTS [NOT USED] 15 PART 3- EXECUTION [NOT USED] 16 END OF SECTION 17 Revision Log DATE NAME SUMMARY OF CHANGE 18 CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 01 32 33-1 PRECONSTRUCTION VIDEO Page 1 of 2 1 SECTION 0132 33 2 PRECONSTRUCTION VIDEO 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative and procedural requirements for: 7 a. Preconstruction Videos 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Preconstruction Video 20 1. Produce a preconstruction video of the site/alignment, including all areas in the 21 vicinity of and to be affected by construction. 22 a. Provide digital copy of video upon request by the City. 23 2. Retain a copy of the preconstruction video until the end of the maintenance surety 24 period. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] 33 PART 2- PRODUCTS [NOT USED] CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 0132 33-2 PRECONSTRUCTION VIDEO Page 2 of 2 1 PART 3- EXECUTION [NOT USED] 2 END OF SECTION 3 Revision Log DATE NAME SUMMARY OF CHANGE 4 CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 013300-1 SUBMITTALS Page 1 of 8 1 SECTION 0133 00 2 SUBMITTALS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work-related submittals: 8 a. Shop Drawings 9 b. Product Data(including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include,but are not necessarily limited to: 15 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 16 2. Division 1--General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Notify the City in writing, at the time of submittal, of any deviations in the 25 submittals from the requirements of the Contract Documents. 26 2. Coordination of Submittal Times 27 a. Prepare,prioritize and transmit each submittal sufficiently in advance of 28 performing the related Work or other applicable activities, or within the time 29 specified in the individual Work Sections, of the Specifications. 30 b. Contractor is responsible such that the installation will not be delayed by 31 processing times including,but not limited to: 32 a) Disapproval and resubmittal(if required) 33 b) Coordination with other submittals 34 c) Testing 35 d) Purchasing 36 e) Fabrication 37 f) Delivery 38 g) Similar sequenced activities 39 c. No extension of time will be authorized because of the Contractor's failure to 40 transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 01 33 00-2 SUBMITTALS Page 2 of 8 1 d. Make submittals promptly in accordance with approved schedule, and in such 2 sequence as to cause no delay in the Work or in the work of any other 3 contractor. 4 B. Submittal Numbering 5 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- 6 reference identification numbering system in the following manner: 7 a. Use the first 6 digits of the applicable Specification Section Number. 8 b. For the next 2 digits number use numbers 01-99 to sequentially number each 9 initial separate item or drawing submitted under each specific Section number. 10 c. Last use a letter,A-Z, indicating the resubmission of the same drawing(i.e. 11 A=2nd submission,B=3rd submission,C=4th submission,etc.). A typical 12 submittal number would be as follows: 13 14 03 30 00-08-B 15 16 1) 03 30 00 is the Specification Section for Concrete 17 2) 08 is the eighth initial submittal under this Specification Section 18 3) B is the third submission(second resubmission)of that particular shop 19 drawing 20 C. Contractor Certification 21 1. Review shop drawings,product data and samples, including those by 22 subcontractors,prior to submission to determine and verify the following: 23 a. Field measurements 24 b. Field construction criteria 25 c. Catalog numbers and similar data 26 d. Conformance with the Contract Documents 27 2. Provide each shop drawing,sample and product data submitted by the Contractor 28 with a Certification Statement affixed including: 29 a. The Contractor's Company name 30 b. Signature of submittal reviewer 31 c. Certification Statement 32 1) `By this submittal,I hereby represent that I have determined and verified 33 field measurements, field construction criteria,materials,dimensions, 34 catalog numbers and similar data and I have checked and coordinated each 35 item with other applicable approved shop drawings." 36 D. Submittal Format 37 1. Fold shop drawings larger than 8 '/2 inches x 11 inches to 8 %2 inches x 11 inches. 38 2. Bind shop drawings and product data sheets together. 39 3. Order 40 a. Cover Sheet 41 1) Description of Packet 42 2) Contractor Certification 43 b. List of items/Table of Contents 44 c. Product Data/Shop Drawings/Samples/Calculations 45 E. Submittal Content 46 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 01 33 00-3 SUBMITTALS Page 3 of 8 1 2. The Project title and number 2 3. Contractor identification 3 4. The names of- 4 a. Contractor 5 b. Supplier 6 c. Manufacturer 7 5. Identification of the product,with the Specification Section number,page and 8 paragraph(s) 9 6. Field dimensions,clearly identified as such 10 7. Relation to adjacent or critical features of the Work or materials 11 8. Applicable standards, such as ASTM or Federal Specification numbers 12 9. Identification by highlighting of deviations from Contract Documents 13 10. Identification by highlighting of revisions on resubmittals 14 11. An 8-inch x 3-inch blank space for Contractor and City stamps 15 F. Shop Drawings 16 1. As,specified in individual Work Sections includes,but is not necessarily limited to: 17 a. Custom-prepared data such as fabrication and erection/installation(working) 18 drawings 19 b. Scheduled information 20 c. Setting diagrams 21 d. Actual shopwork manufacturing instructions 22 e. Custom templates 23 f. Special wiring diagrams 24 g. Coordination drawings 25 h. Individual system or equipment inspection and test reports including: 26 1) Performance curves and certifications 27 i. As applicable to the Work 28 2. Details 29 a. Relation of the various parts to the main members and lines of the structure 30 b. Where correct fabrication of the Work depends upon field measurements 31 1) Provide such measurements and note on the drawings prior to submitting 32 for approval. 33 G. Product Data 34 1. For submittals of product data for products included on the City's Standard Product 35 List, clearly identify each item selected for use on the Project. 36 2. For submittals of product data for products not included on the City's Standard 37 Product List, submittal data may include,but is not necessarily limited to: 38 a. Standard prepared data for manufactured products(sometimes referred to as 39 catalog data) 40 1) Such as the manufacturer's product specification and installation 41 instructions 42 2) Availability of colors and patterns 43 3) Manufacturer's printed statements of compliances and applicability 44 4) Roughing-in diagrams and templates 45 5) Catalog cuts 46 6) Product photographs CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 013300-4 SUBMITTALS Page 4 of 8 1 7) Standard wiring diagrams 2 8) Printed performance curves and operational-range diagrams 3 9) Production or quality control inspection and test reports and certifications 4 10) Mill reports 5 11) Product operating and maintenance instructions and recommended 6 spare-parts listing and printed product warranties 7 12) As applicable to the Work 8 H. Samples 9 1. As specified in individual Sections,include,but are not necessarily limited to: 10 a. Physical examples of the Work such as: 11 1) Sections of manufactured or fabricated Work 12 2) Small cuts or containers of materials 13 3) Complete units of repetitively used products color/texture/pattern swatches 14 and range sets 15 4) Specimens for coordination of visual effect 16 5) Graphic symbols and units of Work to be used by the City for independent 17 inspection and testing,as applicable to the Work 18 I. Do not start Work requiring a shop drawing, sample or product data nor any material to 19 be fabricated or installed prior to the approval or qualified approval of such item. 20 1. Fabrication performed,materials purchased or on-site construction accomplished 21 which does not conform to approved shop drawings and data is at the Contractor's 22 risk. 23 2. The City will not be liable for any expense or delay due to corrections or remedies 24 required to accomplish conformity. 25 3. Complete project Work,materials,fabrication,and installations in conformance 26 with approved shop drawings,applicable samples, and product data. 27 J. Submittal Distribution 28 1. Electronic Distribution 29 a. Confirm development of Project directory for electronic submittals to be 30 uploaded to City's Buzzsaw site, or another external FTP site approved by the 31 City. 32 b. Shop Drawings 33 1) Upload submittal to designated project directory and notify appropriate 34 City representatives via email of submittal posting. 35 2) Hard Copies 36 a) 3 copies for all submittals 37 b) If Contractor requires more than 1 hard copy of Shop Drawings 38 returned, Contractor shall submit more than the number of copies listed 39 above. 40 c. Product Data 41 1) Upload submittal to designated project directory and notify appropriate 42 City representatives via email of submittal posting. 43 2) Hard Copies 44 a) 3 copies for all submittals. 45 d. Samples 46 1) Distributed to the Project Representative 47 2. Hard Copy Distribution(if required in lieu of electronic distribution) CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 013300-5 SUBMITTALS Page 5 of 8 1 a. Shop Drawings 2 1). Distributed to the City 3 2) Copies 4 a) 8 copies for mechanical submittals 5 b) 7 copies for all other submittals 6 c) If Contractor requires more than 3 copies of Shop Drawings returned, 7 Contractor shall submit more than the number of copies listed above. 8 b. Product Data 9 1) Distributed to the City 10 2) Copies 11 a) 4 copies 12 c. Samples 13 1) Distributed to the Project Representative 14 2) Copies 15 a) Submit the number stated in the respective Specification Sections. 16 3. Distribute reproductions of approved shop drawings and copies of approved 17 product data and samples,where required,to the job site file and elsewhere as 18 directed by the City. 19 a. Provide number of copies as directed by the City but not exceeding the number 20 previously specified. 21 K. Submittal Review 22 1. The review of shop drawings, data and samples will be for general conformance 23 with the design concept and Contract Documents. This is not to be construed as: 24 a. Permitting any departure from the Contract requirements 25 b. Relieving the Contractor of responsibility for any errors, including details, 26 dimensions,and materials 27 c. Approving departures from details furnished by the City,except as otherwise 28 provided herein 29 2. The review and approval of shop drawings, samples or product data by the City 30 does not relieve the Contractor from his/her responsibility with regard to the 31 fulfillment of the terms of the Contract. 32 a. All risks of error and omission are assumed by the Contractor, and the City will 33 have no responsibility therefore. 34 3. The Contractor remains responsible for details and accuracy,for coordinating the 35 Work with all other associated work and trades, for selecting fabrication processes, 36 for techniques of assembly and for performing Work in a safe manner. 37 4. If the shop drawings, data or samples as submitted describe variations and show a 38 departure from the Contract requirements which City finds to be in the interest of 39 the City and to be so minor as not to involve a change in Contract Price or time for 40 performance,the City may return the reviewed drawings without noting an 41 exception. 42 5. Submittals will be returned to the Contractor under 1 of the following codes: 43 a. Code 1 44 1) "NO EXCEPTIONS TAKEN' is assigned when there are no notations or 45 comments.on the submittal. 46 a) When returned under this code the Contractor may release the 47 equipment and/or material for manufacture. 48 b. Code 2 CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 013300-6 SUBMITTALS Page 6 of 8 1 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of 2 the notations and comments IS NOT required by the Contractor. 3 a) The Contractor may release the equipment or material for manufacture; 4 however, all notations and comments must be incorporated into the 5 final product. 6 c. Code 3 7 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is 8 assigned when notations and comments are extensive enough to require a 9 resubmittal of the package. 10 a) The Contractor may release the equipment or material for manufacture; 11 however,all notations and comments must be incorporated into the 12 final product. 13 b) This resubmittal is to address all comments,omissions and 14 non-conforming items that were noted. 15 c) Resubmittal is to be received by the City within 15 Calendar Days of 16 the date of the City's transmittal requiring the resubmittal. 17 d. Code 4 18 1) "NOT APPROVED" is assigned when the submittal does not meet the 19 intent of the Contract Documents. 20 a) The Contractor must resubmit the entire package revised to bring the 21 submittal into conformance. 22 b) It may be necessary to resubmit using a different manufacturer/vendor 23 to meet the Contract Documents. 24 6. Resubmittals 25 a. Handled in the same manner as first submittals 26 1) Corrections other than requested by the City 27 2) Marked with revision triangle or other similar method 28 a) At Contractor's risk if not marked 29 b. Submittals for each item will be reviewed no more than twice at the City's 30 expense. 31 1) All subsequent reviews will be performed at times convenient to the City 32 and at the Contractor's expense,based on the City's or City 33 Representative's-then prevailing rates. 34 2) Provide Contractor reimbursement to the City within 30 Calendar Days for 35 all such fees invoiced by the City. 36 c. The need for more than 1 resubmission or any other delay in obtaining City's 37 review of submittals,will not entitle the Contractor to an extension of Contract 38 Time. 39 7. Partial Submittals 40 a. City reserves the right to not review submittals deemed partial, at the City's 41 discretion. 42 b. Submittals deemed by the City to be not complete will be returned to the 43 Contractor, and will be considered "Not Approved" until resubmitted. 44 c. The City may at its option provide a list or mark the submittal directing the 45 Contractor to the areas that are incomplete. 46 8. If the Contractor considers any correction indicated on the shop drawings to 47 constitute a change to the Contract Documents,then written notice must be 48 provided thereof to the City at least 7 Calendar Days prior to release for 49 manufacture. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 013300-7 SUBMITTALS Page 7 of 8 1 9. When the shop drawings have been completed to the satisfaction of the City,the 2 Contractor may carry out the construction in accordance therewith and no further 3 changes therein except upon written instructions from the City. 4 10. Each submittal, appropriately coded,will be returned within 30 Calendar Days 5 following receipt of submittal by the City. 6 L. Mock ups 7 1. Mock Up units as specified in individual Sections, include,but are not necessarily 8 limited to,complete units of the standard of acceptance for that type of Work to be 9 used on the Project. Remove at the completion of the Work or when directed. 10 M. Qualifications 11 1. If specifically required in other Sections of these Specifications, submit a P.E. 12 Certification for each item required. 13 N. Request for Information(RFI) 14 1. Contractor Request for additional information 15 a. Clarification or interpretation of the contract documents 16 b. When the Contractor believes there is a conflict between Contract Documents 17 c. When the Contractor believes there is a conflict between the Drawings and 18 Specifications 19 1) Identify the conflict and request clarification 20 2. Use the Request for Information(RFI)form provided by the City. 21 3. Numbering of RFI 22 a. Prefix with"RFI"followed by series number, "-xxx",beginning with"01"and 23 increasing sequentially with each additional transmittal. 24 4. Sufficient information shall be attached to permit a written response without further 25 information. 26 5. The City will log each request and will review the request. 27 a. If review of the project information request indicates that a change to the 28 Contract Documents is required,the City will issue a Field Order or Change 29 Order, as appropriate. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] 35 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 36 1.11 FIELD [SITE] CONDITIONS [NOT USED] 37 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 01 33 00-8 SUBMITTALS Page 8 of 8 1 PART 2 PRODUCTS [NOT USED] 2 PART 3- EXECUTION [NOT USED] 3 END OF SECTION 4 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.4.K.8.Working Days modified to Calendar Days 5 CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 013513-1 SPECIAL PROJECT PROCEDURES Page I of 8 1 SECTION 013513 2 SPECIAL PROJECT PROCEDURES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes,but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives, Drop Weight,Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 J. Dust Control 17 k. Employee Parking 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include,but are not necessarily limited to: 21 1. Division 0=Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Division 1 —General Requirements 23 3. Section 33 12 25—Connection to Existing Water Mains 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Coordination within Railroad permit areas 27 a. Measurement 28 1) Measurement for this Item will be by lump sum. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 will be paid for at the lump sum price bid for Railroad Coordination. 32 c. The price bid shall include: 33 1) Mobilization 34 2) Inspection 35 3) Safety training 36 4) Additional Insurance 37 5) Insurance Certificates 38 6) Other requirements associated with general coordination with Railroad, 39 including additional employees required to protect the right-of-way and 40 property of the Railroad from damage arising out of and/or from the 41 construction of the Project. 42 2. Railroad Flagmen CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 0135 13-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 a. Measurement 2 1) Measurement for this Item will be per working day. 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 will be paid for each working day that Railroad Flagmen are present at the 6 Site. 7 c. The price bid shall include: 8 1) Coordination for scheduling flagmen 9 2) Flagmen 10 3) Other requirements associated with Railroad 11 3. All other items 12 a. Work associated with these Items is considered subsidiary to the various Items 13 bid. No separate payment will be allowed for this Item. 14 1.3 REFERENCES 15 A. Reference Standards 16 1. Reference standards cited in this Specification refer to the current reference 17 standard published at the time of the latest revision date logged at the end of this 18 Specification,unless a date is specifically cited. 19 2. Health and Safety Code,Title 9. Safety, Subtitle A.Public Safety, Chapter 752. 20 High Voltage Overhead Lines. 21 3. North Central Texas Council of Governments(NCTCOG)—Clean Construction 22 Specification 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Coordination with the Texas Department of Transportation 25 1. When work in the right-of-way which is under the jurisdiction of the Texas 26 Department of Transportation(TxDOT): 27 a. Notify the Texas Department of Transportation prior to commencing any work 28 therein in accordance with the provisions of the permit 29 b. All work performed in the TxDOT right-of-way shall be performed in 30 compliance with and subject to approval from the Texas Department of 31 Transportation 32 B. Work near High Voltage Lines 33 1. Regulatory Requirements 34 a. All Work near High Voltage Lines(more than 600 volts measured between 35 conductors or between a conductor and the ground) shall be in accordance with 36 Health and Safety Code,Title 9, Subtitle A,Chapter 752. 37 2. Warning sign 38 a. Provide sign of sufficient size meeting all OSHA requirements. 39 3. Equipment operating within 10 feet of high voltage lines will require the following 40 safety features 41 a. Insulating cage-type of guard about the boom or arm 42 b. Insulator links on the lift hook connections for back.hoes or dippers 43 c. Equipment must meet the safety requirements as set forth by OSHA and the 44 safety requirements of the owner of the high voltage lines 45 4. Work within 6 feet of high voltage electric lines CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 0135 13-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 a. Notification shall be given to: 2 1) The power company(example: ONCOR) 3 a) Maintain an accurate log of all such calls to power company and record 4 action taken in each case. 5 b. Coordination with power company 6 1) After notification coordinate with the power company to: 7 a) Erect temporary mechanical barriers,de-energize the lines,or raise or 8 lower the lines 9 c. No personnel may work within 6 feet of a high voltage line before the above 10 requirements have been met. 11 C. Confined Space Entry Program 12 1. Provide and follow approved Confined Space Entry Program in accordance with 13 OSHA requirements. 14 2. Confined Spaces include: 15 a. Manholes 16 b. All other confined spaces in accordance with OSHA's Permit Required for 17 Confined Spaces 18 D. Air Pollution Watch Days 19 1. General 20 a. Observe the following guidelines relating to working on City construction sites 21 on days designated as"AIR POLLUTION WATCH DAYS". 22 b. Typical Ozone Season 23 1) May 1 through October 31. 24 c. Critical Emission Time 25 1) 6:00 a.m.to 10:00 a.m. 26 2. Watch Days 27 a. The Texas Commission on Environmental Quality(TCEQ), in coordination 28 with the National Weather Service,will issue the Air Pollution Watch by 3:00 29 p.m. on theafternoon prior to the WATCH day. 30 b. Requirements 31 1) Begin work after 10:00 a.m. whenever construction phasing requires the 32 use of motorized equipment for periods in excess of 1 hour. 33 2) However,the Contractor may begin work prior to 10:00 a.m. i£ 34 a) Use of motorized equipment is less than 1 hour, or 35 b) If equipment is new and certified by EPA as "Low Emitting", or 36 equipment burns Ultra Low Sulfur Diesel(ULSD), diesel emulsions, or 37 alternative fuels such as CNG. 38 E. TCEQ Air Permit 39 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 40 F. Use of Explosives,Drop Weight,Etc. 41 1. When Contract Documents permit on the project the following will apply: 42 a. Public Notification 43 1), Submit notice to City and proof of adequate insurance coverage, 24 hours 44 prior to commencing. 45 2) Minimum 24 hour public notification in accordance with Section 01 31 13 46 G. Water Department Coordination CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 0135 13-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1 1. During the construction of this project, it will be necessary to deactivate,for a 2 period of time, existing lines. The Contractor shall be required to coordinate with 3 the Water Department to determine the best times for deactivating and activating 4 those lines. 5 2. Coordinate any event that will require connecting to or the operation of an existing 6 City water line system with the City's representative. 7 a. Coordination shall be in accordance with Section 33 12 25. 8 b. If needed,obtain a hydrant water meter from the Water Department for use 9 during the life of named project. 10 c. In the event that a water valve on an existing live system be turned off and on 11 to accommodate the construction of the project is required,coordinate this 12 activity through the appropriate City representative. 13 1) Do not operate water line valves of existing water system. 14 a) Failure to comply will render the Contractor in violation of Texas Penal 15 Code Title 7,Chapter 28.03 (Criminal Mischief)and the Contractor 16 will be prosecuted to the full extent of the law. 17 b) In addition,the Contractor will assume all liabilities and 18 responsibilities as a result of these actions. 19 H. Public Notification Prior to Beginning Construction 20 1. Prior to beginning construction on any block in the project, on a block by block 21 basis,prepare and deliver a notice or flyer of the pending construction to the front 22 door of each residence or business that will be impacted by construction. The notice 23 shall be prepared as follows: 24 a. Post notice or flyer 7 days prior to beginning any construction activity on each 25 block in the project area. 26 1) Prepare flyer on the Contractor's letterhead and include the following 27 information: 28 a) Name of Project 29 b) City Project No(CPN) 30 c) Scope of Project(i.e.type of construction activity) 31 d) Actual construction duration within the block 32 e) Name of the contractor's foreman and phone number 33 f) Name of the City's inspector and phone number 34 g) City's after-hours phone number 35 2) A sample of the `pre-construction notification' flyer is attached as Exhibit 36 A. 37 3) Submit schedule showing the construction start and finish time for each 38 block of the project to the inspector. 39 4) Deliver flyer to the City Inspector for review prior to distribution. 40 b. No construction will be allowed to begin on any block until the flyer is 41 delivered to all residents of the block. 42 1. Public Notification of Temporary Water Service Interruption during Construction 43 1. In the event it becomes necessary to temporarily shut down water service to 44 residents or businesses during construction,prepare and deliver a notice or flyer of 45 the pending interruption to the front door of each affected resident. 46 2. Prepared notice as follows: 47 a. The notification or flyer shall be posted 24 hours prior to the temporary 48 interruption. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 0135 13-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 1 b. Prepare flyer on the contractor's letterhead and include the following 2 information: 3 1) Name of the project 4 2) City Project Number 5 3) Date of the interruption of service 6 4) Period the interruption will take place 7 5) Name of the contractor's foreman and phone number 8 6) Name of the City's inspector and phone number 9 c. A sample of the temporary water,service interruption notification is attached as 10 Exhibit B. 11 d. Deliver a copy of the temporary interruption notification to the City inspector 12 for review prior to being distributed. 13 e. No interruption of water service can occur until the flyer has been delivered to 14 all affected residents and businesses. 15 £ Electronic versions of the sample flyers can be obtained from the Project 16 Construction Inspector. 17 J. Coordination with United States Army Corps of Engineers(USACE) 18 1. At locations in the Project where construction activities occur in areas where 19 USACE permits are required,meet all requirements set forth in each designated 20 permit. 21 K. Coordination within.Railroad.Permit Areas 22 1. At locations in the project where construction activities occur in areas where 23 railroad permits are required,meet all requirements set forth in each designated 24 railroad permit. This includes, but is not limited to,provisions for: 25 a. Flagmen 26 b. Inspectors 27 c. Safety training 28 d. Additional insurance 29 e. Insurance certificates 30 f. Other employees required to protect the right-of-way and property of the 31 Railroad Company from damage arising out of and/or from the construction of 32 the project. Proper utility clearance procedures shall be used in accordance 33 with the permit guidelines. 34 2. Obtain any supplemental information needed to comply with the railroad's 35 requirements. 36 3. Railroad Flagmen 37 a. Submit receipts to City for verification of working days that railroad flagmen 38 were present on Site. 39 L. Dust Control 40 1. Use acceptable measures to control dust at the Site. 41 a. If water is used to control dust, capture and properly dispose of waste water. 42 b. If wet saw cutting is performed, capture and properly dispose of slurry. 43 M. Employee Parking 44 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 013513-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 1.4.13—Added requirement of compliance with Health and Safety Code,Title 9. 8/31/2012 D.Johnson Safety,Subtitle A.Public Safety,Chapter 752.High Voltage Overhead Lines. 1.4.E—Added Contractor responsibility for obtaining a TCEQ Air Permit 13 CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 013513-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 1 EXIIIBIT A 2 (To be printed on Contractor's Letterhead) 3 4 5 6 Date: 7 8 CPN No.: 9 Project Name: 10 Mapsco Location: 11 Limits of Construction: 12 13 .14 15 16 17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 19 PROPERTY. 20 21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 22 OF THIS NOTICE. 23 24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, PLEASE CALL: 26 27 28 Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> 29 30 OR 31 32 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 33 34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 35 36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 37 CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 1 EXIMIT B 2 FORTWORTH Date: DOE NO.XXXX Project Hama: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT,PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ,CONTRACTOR 4 CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 014523-1 TESTING AND INSPECTION SERVICES Page I of 2 1 SECTION 0145 23 2 TESTING AND INSPECTION SERVICES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordination 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 a. Contractor is responsible for performing, coordinating, and payment of all 17 Quality Control testing. 18 b. City is responsible for performing and payment for first set of Quality 19 Assurance testing. 20 1) If the first.Quality Assurance test performed by the City fails,the 21 Contractor is responsible for payment of subsequent Quality Assurance 22 testing until a passing test occurs. 23 a) Final acceptance will not be issued by City until all required payments 24 for testing by Contractor have been paid in full. 25 1.3 REFERENCES [NOT USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Testing 28 1. Complete testing in accordance with the Contract Documents. 29 2. Coordination 30 a. When testing is required to be performed by the City,notify City, sufficiently 31 in advance,when testing is needed. 32 b. When testing is required to be completed by the Contractor,notify City, 33 sufficiently in advance,that testing will be performed. 34 3. Distribution of Testing Reports 35 a. Electronic Distribution 36 1) Confirm development of Project directory for electronic submittals to be 37 uploaded to City's Buzzsaw site, or another external FTP site approved by 38 the City. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 01 45 23-2 TESTING AND INSPECTION SERVICES Page 2 of 2 1 2) Upload test reports to designated project directory and notify appropriate 2 City representatives via email of submittal posting. 3 3) Hard Copies 4 a) 1 copy for all submittals submitted to the Project Representative 5 b. Hard Copy Distribution(if required in lieu of electronic distribution) 6 1) Tests performed by City 7 a) Distribute 1 hard copy to the Contractor 8 2) Tests performed by the Contractor 9 a) Distribute 3 hard copies to City's Project Representative 10 4. Provide City's Project Representative with trip tickets for each delivered load of i 1 Concrete or Lime material including the following information: 12 a. Name of pit 13 b. Date of delivery 14 c. Material delivered 15 B. Inspection 16 1. Inspection or lack of inspection does not relieve,the Contractor from obligation to 17 perform work in accordance with the Contract Documents. 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2- PRODUCTS [NOT USED] 27 PART 3 - EXECUTION [NOT USED] 28 END OF SECTION 29 Revision Log DATE NAME SUMMARY OF CHANGE 30 CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 01 50 00-1 TEMPORARY FACILITIES AND CONTROLS Pagel of 4 1 SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including,but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 11 d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0—Bidding Requirements, Contract Formsand Conditions of the Contract 17 2. Division 1 —General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Temporary Utilities 25 1. Obtaining Temporary Service 26 a. Make arrangements with utility service companies for temporary services. 27 b. Abide by rules and regulations of utility service companies or authorities 28 having jurisdiction. 29 c. Be responsible for utility service costs until Work is approved for Final 30 Acceptance. 31 1) Included are fuel,power, light, heat and other utility services necessary for 32 execution,completion,testing and initial operation of Work. 33 2. Water 34 a. Contractor to provide water required for and in connection with Work to be 35 performed and for specified tests of piping, equipment,devices or other use as 36 required for the completion of the Work. 37 b. Provide and maintain adequate supply of potable water for domestic 38 consumption by Contractor personnel and City's Project Representatives. 39 c. Coordination 40 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 01 50 00-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1 d. Contractor Payment for Construction Water 2 1) Obtain construction water meter from City for payment as billed by City's 3 established rates. 4 3. Electricity and Lighting 5 a. Provide and pay for electric powered service as required for Work, including 6 testing of Work. 7 1) Provide power for lighting, operation of equipment, or other use. 8 b. Electric power service includes temporary power service or generator to 9 maintain operations during scheduled shutdown. 10 4. Telephone 11 a. Provide emergency telephone service at Site for use by Contractor personnel 12 and others performing work or furnishing services at Site. 13 5. Temporary Heat and Ventilation 14 a. Provide temporary heat as necessary for protection or completion of Work. 15 b. Provide temporary heat and ventilation to assure safe working conditions. 16 B. Sanitary Facilities 17 1. Provide and maintain sanitary facilities for persons on Site. 18 a. Comply with regulations of State and local departments of health.. 19 2. Enforce use of sanitary facilities by construction personnel at job site. 20 a. Enclose and anchor sanitary facilities. 21 b. No discharge will be allowed from these facilities. 22 c. Collect and store sewage and waste so as not to cause nuisance or health 23 problem. 24 d. Haul sewage and waste off-site at no less than weekly intervals and properly 25 dispose in accordance with applicable regulation. 26 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 27 4. Remove facilities at completion of Project 28 C. Storage Sheds and Buildings 29 1. Provide adequately ventilated,watertight,weatherproof storage facilities with floor 30 above ground level for materials and equipment susceptible to weather damage. 31 2. Storage of materials not susceptible to weather damage may be on blocks off 32 ground. 33 3. Store materials in a neat and orderly manner. 34 a. Place materials and equipment to permit easy access for identification, 35 inspection and inventory. 36 4. Equip building with lockable doors and lighting, and provide electrical service for 37 equipment space heaters and heating or ventilation as necessary to provide storage 38 environments acceptable to specified manufacturers. 39 5. Fill and grade site for temporary structures to provide drainage away from 40 temporary and existing buildings. 41 6. Remove building from site prior to Final Acceptance. 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract 44 documents 45 E. Dust Control CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 01 50 00-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1 1. Contractor is responsible for maintaining dust control through the duration of the 2 project. 3 a. Contractor remains on-call at all times 4 b. Must respond in a timely manner 5 F. Temporary Protection of Construction 6 1. Contractor or subcontractors are responsible for protecting Work from damage due 7 to weather. 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] .................................... 16 PART 2- PRODUCTS [NOT USED] 17 PART 3 - EXECUTION [NOT USED] 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATION 22 A. Temporary Facilities 23 1. Maintain all temporary facilities for duration of construction activities as needed. 24 3.5 [REPAIR] /[RESTORATION] 25 3.6 RE-INSTALLATION 26 3.7 FIELD [OR] SITE QUALITY CONTROL[NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 01 50 00-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1 1. Remove all temporary facilities and restore area after completion of the Work,to a 2 condition equal to or better than prior to start of Work. 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8 CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 01 55 26-1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Pagel of 3 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 14 2. Division 1 —General Requirements 15 3. Section 34 71 13 —Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices(TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. When traffic control plans are included in the Drawings,provide Traffic 30 Control in accordance with Drawings and Section 34 71 13. 31 b. When traffic control plans are not included in the Drawings,prepare traffic 32 control plans in accordance with Section 34 71 13 and submit to City for 33 review. 34 1) Allow minimum 10 working days for review of proposed Traffic Control. 35 B. Street Use Permit 36 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 37 a. To obtain Street Use Permit, submit Traffic Control Plans to City 38 Transportation and Public Works Department. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 01 55 26-2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 1) Allow a minimum of 5 working days for permit review. 2 2) Contractor's responsibility to coordinate review of Traffic Control plans for 3 Street Use Permit, such that construction is not delayed. 4 C. Modification to Approved Traffic Control 5 1. Prior to installation traffic control: 6 a. Submit revised traffic control plans to City Department Transportation and 7 Public Works Department. 8 1) Revise Traffic Control plans in accordance with Section 34 71 13. 9 2) Allow minimum 5 working days for review of revised Traffic Control. 10 3) It is the Contractor's responsibility to coordinate review of Traffic Control 11 plans for Street Use Permit, such that construction is not delayed. 12 D. Removal of Street Sign 13 1. If it is determined that a street sign must be removed for construction,then contact 14 City Transportation and Public Works Department, Signs and Markings Division to 15 remove the sign. 16 E. Temporary Signage 17 1. In the case of regulatory signs,replace permanent sign with temporary sign meeting 18 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 19 Devices(MUTCD). 20 2. Install temporary sign before the removal of permanent sign. 21 3. When construction is complete,to the extent that the permanent sign can be 22 reinstalled,contact the City Transportation and Public Works Department, Signs 23 and Markings Division,to reinstall the permanent sign. 24 F. Traffic Control Standards 25 1. Traffic Control Standards can be found on the City's Buzzsaw website. 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 34 PART 2- PRODUCTS [NOT USED] 35 PART-3- EXECUTION [NOT USED] 36 END OF SECTION CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 01 55 26-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 015713-1 STORM WATER POLLUTION PREVENTION Page 1 of 3 1 SECTION 01 5713 2 STORM WATER POLLUTION PREVENTION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 3. Section 3125 00—Erosion and Sediment Control 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Construction Activities resulting in less than I acre of disturbance 16 a. Work associated with this Item is considered subsidiary to the various Items 17 bid. No separate payment will be allowed for this Item. 18 2. Construction Activities resulting in greater than 1 acre of disturbance 19 a. Measurement and Payment shall be in accordance with Section 3125 00. 20 1.3 REFERENCES 21 A. Abbreviations and Acronyms 22 1. Notice of Intent:NOI 23 2. Notice of Termination:NOT 24 3. Storm Water Pollution Prevention Plan: SWPPP 25 4. Texas Commission on Environmental Quality: TCEQ 26 5. Notice of Change:NOC 27 A. Reference Standards 28 1. Reference standards cited in this Specification refer to the current reference 29 standard published at the time of the latest revision date logged at the end of this 30 Specification,unless a date is specifically cited. 31 2. Integrated Storm Management(iSWM)Technical Manual for Construction 32 Controls 33 1.4 ADMINISTRATIVE REQUIREMENTS 34 A. General 35 1. Contractor is responsible for resolution and payment of any fines issued associated 36 with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH Northside 1148-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 0157 13-2 STORM WATER POLLUTION PREVENTION Page 2 of 3 1 B. Construction Activities resulting in: 2 1. Less than 1 acre of disturbance 3 a. Provide erosion and sediment control in accordance with Section 3125 00 and 4 Drawings. 5 2. 1 to less than 5 acres of disturbance 6 a. Texas Pollutant Discharge Elimination System(TPDES)General Construction 7 Permit is required 8 b. Complete SWPPP in accordance with TCEQ requirements 9 1) TCEQ Small Construction Site Notice Required under general permit 10 TXRI 50000 11 a) Sign and post at job site 12 b) Prior to Preconstruction Meeting, send 1 copy to City Department of 13 Transportation and Public Works,Environmental Division,(817)392- 14 6088. 15 2) Provide erosion and sediment control in accordance with: 16 a) Section 3125 00 17 b) The Drawings 18 c) TXR150000 General Permit 19 d) SWPPP 20 e) TCEQ requirements 21 3. 5 acres or more of Disturbance 22 a. Texas Pollutant Discharge Elimination System(TPDES)General Construction 23 Permit is required 24 b. Complete SWPPP in accordance with TCEQ requirements 25 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee 26 a) Sign and post atjob site 27 b) Send copy to City Department of Transportation and Public Works, 28 Environmental Division,(817)392-6088. 29 2) TCEQ Notice of Change required if making changes or updates to NOI 30 3) Provide erosion and sediment control in accordance with: 31 a) Section 3125 00 32 b) The Drawings 33 c) TXR150000 General Permit 34 d) SWPPP 35 e) TCEQ requirements 36 4) Once the project has been completed and all the closeout requirements of 37 TCEQ have been met a TCEQ Notice of Termination can be submitted. 38 a) Send copy to City Department of Transportation and Public Works, 39 Environmental Division,(817)392-6088. 40 1.5 SUBMITTALS 41 A. SWPPP 42 1. Submit in accordance with Section 0133 00,except as stated herein. 43 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City 44 as follows: 45 1) 1 copy to the City Project Manager 46 a) City Project Manager will forward to the City Department of 47 Transportation and Public Works,Environmental Division for review CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 01 57 13-3 STORM WATER POLLUTION PREVENTION Page 3 of 3 1 B. Modified SWPPP 2 1. If the SWPPP is revised during construction,resubmit modified SWPPP to the City 3 in accordance with Section 01 33 00. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2- PRODUCTS [NOT USED] 12 PART 3 - EXECUTION [NOT USED] 13 END OF SECTION 14 Revision Log DATE NAME SUMMARY OF CHANGE 15 CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 015813-1 TEMPORARY PROJECT SIGNAGE Page 1 of 3 1 SECTION 0158 13 2 TEMPORARY PROJECT SIGNAGE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Temporary Project Signage Requirements 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16. 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS 27 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 28 2.2 EQUIPMENT,PRODUCT TYPES,AND MATERIALS 29 A. Design Criteria 30 1. Provide free standing Project Designation Sign in accordance with City's Standard 31 Details for project signs. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 0158 13-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 1 B. Materials 2 1. Sign 3 a. Constructed of 3/4-inch fir plywood, grade A-C (exterior)or better 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3- EXECUTION 7 3.1 INSTALLERS [NOT USED] 8 3.2 EXAMINATION [NOT USED] 9 3.3 PREPARATION [NOT USED] 10 3.4 INSTALLATION 11 A. General 12 1. Provide vertical installation at extents of project. 13 2. Relocate sign as needed,upon request of the City. 14 B. Mounting options 15 a. Skids 16 b. Posts 17 c. Barricade 18 3.5 REPAIR/RESTORATION[NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT USED] 24 3.1.1 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE 27 A. General 28 1. Maintenance will include painting and repairs as needed or directed by the City. 29 3.14 ATTACHMENTS [NOT USED] 30 END OF SECTION 31 CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 01 58 13-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 016000-1 PRODUCT REQUIREMENTS Page 1 of 2 1 SECTION 0160 00 2 PRODUCT REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. References for Product Requirements and City Standard Products List 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. A list of City approved products for use is located on Buzzsaw as follows: 16 1. Resources\02-Construction Documents\Standard Products List 17 B. Only products specifically included on City's Standard Product List in these Contract 18 Documents shall be allowed for use on the Project. 19 1. Any subsequently approved products will only be allowed for use upon specific 20 approval by the City. 21 C. Any specific product requirements in the Contract Documents supersede similar 22 products included on the City's Standard Product List. 23 1. The City reserves the right to not allow products to be used for certain projects even 24 though the product is listed on the City's Standard Product List. 25 D. Although a specific product is included on City's Standard Product List,not all 26 products from that manufacturer are approved for use, including but not limited to,that 27 manufacturer's standard product. 28 E. See Section 01 33 00 for submittal requirements of Product Data included on City's 29 Standard Product List. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 016000-2 PRODUCT REQUIREMENTS Page 2 of 2 1 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2- PRODUCTS [NOT USED] 5 PART 3- EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D.Johnson Modified Location of City's Standard Product List 8 CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 01 66 00-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 1 SECTION 0166 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a. Handling 10 b. Exposure to elements or harsh environments 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include,but are not necessarily limited to: 14 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 15 2. Division 1 —General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS[NOT USED] 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY AND HANDLING 28 A. Delivery Requirements 29 1. Schedule delivery of products or equipment as required to allow timely installation 30 and to avoid prolonged storage. 31 2. Provide appropriate personnel and equipment to receive deliveries. 32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 33 for personnel or equipment to receive the delivery. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July I,2011 016600-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage. 4 5. Clearly and fully mark and identify as to manufacturer, item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufacturer's recommendations and instructions. 10 C. Storage Requirements 11 1. Store materials in accordance with manufacturer's recommendations and 12 requirements of these Specifications. 13 2. Make necessary provisions for safe storage of materials and equipment. 14 a. Place loose soil materials and materials to be incorporated into Work to prevent 15 damage to any part of Work or existing facilities and to maintain free access at 16 all times to all parts of Work and to utility service company installations in 17 vicinity of Work. 18 3. Keep materials and equipment neatly and compactly stored in locations that will 19 cause minimum inconvenience to other contractors,public travel,adjoining owners, 20 tenants and occupants. _. 21 a. Arrange storage to provide easy access for inspection. 22 4. Restrict storage to areas available on construction site for storage of material and 23 equipment as shown on Drawings, or approved by City's Project Representative. 24 5. Provide off-site storage and protection when on-site storage is not adequate. 25 a. Provide addresses of and access to off-site storage locations for inspection by 26 City's Project Representative. 27 6. Do not use lawns, grass plots or other private property for storage purposes without 28 written permission of owner or other person in possession or control of premises. 29 7. Store in manufacturers' unopened containers. 30 8. Neatly, safely and compactly stack materials delivered and stored along line of 31 Work to avoid inconvenience and damage to property owners and general public 32 and maintain at least 3 feet from fire hydrant. 33 9. Keep public and private driveways and street crossings open. 34 10. Repair or replace damaged lawns,sidewalks, streets or other improvements to 35 satisfaction of City's Project Representative. 36 a. Total length which materials may be distributed along route of construction at 37 one time is 1,000 linear feet, unless otherwise approved in writing by City's 38 Project Representative. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 112 WARRANTY [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3- EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 ERECTION [NOT USED] 9 3.5 REPAIR/RESTORATION [NOT USED] 10 3.6 RE-INSTALLATION [NOT USED] 11 3.7 FIELD [OR] SITE QUALITY CONTROL 12 A Tests and Inspections 13 1. Inspect all products or equipment delivered to the site prior to unloading. 14 B. Non-Conforming Work 15 1. Reject all products or equipment that are damaged,used or in any other way 16 unsatisfactory for use on the project. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION 22 A. Protect all products or equipment in accordance with manufacturer's written directions. 23 B. Store products or equipment in location to avoid physical damage to items while in 24 storage. 25 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 26 the manufacturer. 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION 30 CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 016600-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE 1 CITY OF FORT WORTH Northside II 48-Inch Water Main;Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 01 70 00-1 MOBILIZATION AND REMOBILIZATION Page 1 of 4 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Mobilization and Demobilization 7 a. Mobilization 8 1) Transportation of Contractor's personnel,equipment, and operating supplies 9 to the Site 10 2) Establishment of necessary general facilities for the Contractor's operation I at the Site 12 3) Premiums paid for performance and payment bonds 13 4) Transportation of Contractor's personnel,equipment, and operating supplies 14 to another location within the designated Site 15 5) Relocation of necessary general.facilities for the Contractor's operation 16 from 1 location to another location on the Site. 17 b. Demobilization 18 1) Transportation of Contractor's personnel,equipment,and operating supplies 19 away from the Site including disassembly 20 2) Site Clean-up 21 3) Removal of all buildings and/or other facilities assembled at the Site for this 22 Contract 23 c. Mobilization and Demobilization do not include activities for specific items of 24 work that are for which payment is provided elsewhere in the contract. 25 2. Remobilization 26 a. Remobilization for Suspension of Work specifically required in the Contract 27 Documents or as required by City includes: 28 1) Demobilization 29 a) Transportation of Contractor's personnel, equipment, and operating 30 supplies from the Site including disassembly or temporarily securing 31 equipment, supplies, and other facilities as designated by the Contract 32 Documents necessary to suspend the Work. 33 b) Site Clean-up as designated in the Contract Documents 34 2) Remobilization 35 a) Transportation of Contractor's personnel,equipment, and operating 36 supplies to the Site necessary to resume the Work. 37 b) Establishment of necessary general facilities for the Contractor's 38 operation at the Site necessary to resume the Work. 39 3) No Payments Will be made for: 40 a) Mobilization and Demobilization from one.location to another on the 41 Site in the normal progress of performing the Work. 42 b) Stand-by or idle time 43 c) Lost profits 44 3. Mobilizations and Demobilization for Miscellaneous Projects 45 a. Mobilization and Demobilization CITY OF FORT WORTH Northside 1148-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 01 70 00-2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 1 1) Mobilization shall consist of the activities and cost on a Work Order basis 2 necessary for: 3 a) Transportation of Contractor's personnel,equipment, and operating 4 supplies to the Site for the issued Work Order. 5 b) Establishment of necessary general facilities for the Contractor's 6 operation at the Site for the issued Work Order 7 2) Demobilization shall consist of the activities and cost necessary for: 8 a) . Transportation of Contractor's personnel,equipment, and operating 9 supplies from the Site including disassembly for each issued Work 10 Order 11 b) Site Clean-up for each issued Work Order 12 c) Removal of all buildings or other facilities assembled at the Site for 13 each Work Oder 14 b. Mobilization and Demobilization do not include activities for specific items of 15 work for which payment is provided elsewhere in the contract. 16 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 17 a. A Mobilization for Miscellaneous Projects when directed by the City and the 18 mobilization occurs within 24 hours of the issuance of the Work Order. 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. --21- C. Related Specification Sections include,but are not necessarily limited to: 22 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 23 2. Division 1 —General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Mobilization and Demobilization 27 a. Measure 28 1) This Item is considered subsidiary to the various Items bid. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 are subsidiary to the various Items bid and no other compensation will be 32 allowed. 33 2. Remobilization for suspension of Work as specifically required in the Contract 34 Documents 35 a. Measurement 36 1) Measurement for this Item shall be per each remobilization performed. 37 b. Payment 38 1) The work performed and materials furnished in accordance with this Item 39 and measured as provided under"Measurement"will be paid for at the unit 40 price per each"Specified Remobilization"in accordance with Contract 41 Documents. 42 c. The price shall include: 43 1) Demobilization as described in Section 1.1.A.2.a.1) 44 2) Remobilization as described in Section 1.1.A.2.a.2) 45 d. No payments will be made for standby, idle time, or lost profits associated this 46 Item. CITY OF FORT WORTH Nor[hside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 017000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 1 3. Remobilization for suspension of Work as required by City 2 a. Measurement and Payment 3 1) This shall be submitted as a Contract Claim in accordance with Article 10 4 of Section 00 72 00. 5 2) No payments will be made for standby, idle time,or lost profits associated 6 with this Item. 7 4. Mobilizations and Demobilizations for Miscellaneous Projects 8 a. Measurement 9 1) Measurement for this Item shall be for each Mobilization and 10 Demobilization required by the Contract Documents 11 b. Payment 12 1) The Work performed and materials furnished in accordance with this Item 13 and measured as provided under"Measurement"will be paid for at the unit 14 price per each"Work Order Mobilization"in accordance with Contract 15 Documents. Demobilization shall be considered subsidiary to mobilization 16 and shall not be paid for separately. 17 c. The price shall include: 18 1) Mobilization as described in Section 1.1.A.3.a.1) 19 2) Demobilization as described in Section 1.1.A.3.a.2) 20 d. No payments will be made for standby, idle time,or lost profits associated this 21 Item. 22 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects - 23 A. Measurement 24 1) Measurement for this Item shall be for each Mobilization and 25 Demobilization required by the Contract Documents 26 b. Payment 27 1) The Work performed and materials furnished in accordance with this Item 28 and measured as provided under"Measurement"will be paid for at the unit 29 price per each"Work Order Emergency Mobilization"in accordance with 30 Contract Documents. Demobilization shall be considered subsidiary to 31 mobilization and shall not be paid for separately. 32 c. The price shall include 33 1) Mobilization as described in Section 1.1.A.4.a) 34 2) Demobilization as described in Section 1.1.A.3.a.2) 35 d. No payments will be made for standby, idle time,or lost profits associated this 36 Item. 37 1.3 REFERENCES [NOT USED] 38 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 39 1.5 SUBMITTALS [NOT USED] 40 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 41 1.7 CLOSEOUT SUBMITTALS [NOT USED] 42 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 43 1.9 QUALITY ASSURANCE [NOT USED] 44 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 01 70 00-4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3 - EXECUTION [NOT USED] 5 END OF SECTION 6 Revision Log DATE NAME SUMMARY OF CHANGE 7 CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 017123-1 CONSTRUCTION STAKING AND SURVEY Page I of 4 1 SECTION 017123 2 CONSTRUCTION STAKING AND SURVEY 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Construction Staking 15 a. Measurement 16 1) This Item is considered subsidiary to the various Items bid. 17 b. Payment 18 1) The work performed and the materials furnished in accordance with this 19 Item are subsidiary to the various Items bid and no other compensation will 20 be allowed. 21 2. Construction Survey 22 a. Measurement 23 1) This Item is considered subsidiary to the various Items bid. 24 b. Payment 25 1) The work performed and the materials furnished in accordance with this 26 Item are subsidiary to the various Items bid and no other compensation will 27 be allowed. 28 1.3 REFERENCES [NOT USED] 29 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 30 1.5 SUBMITTALS 31 A. Submittals, if required, shall be in accordance with Section 0133 00. 32 B. All submittals shall be approved by the City prior to delivery. 33 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 34 A. Certificates 35 1. Provide certificate certifying that elevations and locations of improvements are in 36 conformance or non-conformance with requirements of the Contract Documents. 37 a. Certificate must be sealed by a registered professional land surveyor in the 38 State of Texas. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 01 7123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 4 1 B. Field Quality Control Submittals 2 1. Documentation verifying accuracy of field engineering work. 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE 6 A. Construction Staking 7 1. Construction staking will be performed by the City. 8 2. Coordination 9 a. Contact City's Project Representative at least 2 weeks in advance for 10 scheduling of Construction Staking. 11 b. It is the Contractor's responsibility to coordinate staking such that construction 12 activities are not delayed or negatively impacted. 13 3. General 14 a. Contractor is responsible for preserving and maintaining stakes furnished by 15 City. 16 b. If in the opinion of the City,a sufficient number of stakes or markings have 17 been lost,destroyed or disturbed,by Contractor's neglect,such that the 18 contracted Work cannot take place,then the Contractor will be required to pay 19 the City for new staking with a 25 percent-markup.-The cost for staking will be 20 deducted from the payment due to the Contractor for the Project. 21 B. Construction Survey 22 1. Construction Survey will be performed by the City. 23 2. Coordination 24 a. Contractor to verify that control data established in the design survey remains 25 intact. 26 b. Coordinate with the City prior to field investigation to determine which 27 horizontal and vertical control data will be required for construction survey. 28 c. It is the Contractor's responsibility to coordinate Construction Survey such that 29 construction activities are not delayed or negatively impacted. 30 d. Notify City if any control data needs to be restored or replaced due to damage 31 caused during construction operations. 32 1) City shall perform replacements and/or restorations. 33 3. General 34 a. Construction survey will be performed in order to maintain complete and 35 accurate logs of control and survey work as it progresses for Project Records. 36 b. The Contractor will need to ensure coordination is maintained with the City to 37 perform construction survey to obtain construction features, including but not 38 limited to the following: 39 1) All Utility Lines 40 a) Rim and flowline elevations and coordinates for each manhole or 41 junction structure 42 2) Water Lines 43 a) Top of pipe elevations and coordinates for waterlines at the following 44 locations: 45 (1) Every 250 linear feet CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Pad 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 4 1 (2) Horizontal and vertical points of inflection,curvature,etc. (All 2 Fittings) 3 (3) Cathodic protection test stations 4 (4) Sampling stations 5 (5) Meter boxes/vaults(All sizes) 6 (6) Fire lines 7 (7) Fire hydrants 8 (8) Gate valves 9 (9) Plugs, stubouts,dead-end lines 10 (10) Air Release valves(Manhole rim and vent pipe) 11 (11) Blow off valves(Manhole rim and valve lid) 12 (12) Pressure plane valves 13 (13) , Cleaning wyes 14 (14) Casing pipe(each end) 15 b) Storm Sewer 16 (1) Top of pipe elevations and coordinates at the following locations: 17 (a) Every 250 linear feet 18 (b) Horizontal and vertical points of inflection,curvature, etc. 19 c) Sanitary Sewer 20 (1) Top of pipe elevations and coordinates for sanitary sewer lines at 21 the following locations: 22 (a) Every 250 linear feet 23 (b) Horizontal and vertical points of inflection, curvature, etc. 24 (c) Cleanouts 25 c. Construction survey will be performed in order to maintain complete and 26 accurate logs of control and survey work associated with meeting or exceeding 27 the line and grade required by these Specifications. 28 d. The Contractor will need to ensure coordination is maintained with the City to 29 perform construction survey and to verify control data, including but not 30 limited to the following: 31 1) Established benchmarks and control points provided for the Contractor's 32 use are accurate 33 2) Benchmarks were used to furnish and maintain all reference lines and 34 grades for tunneling 35 3) Lines and grades were used to establish the location of the pipe 36 4) Submit to the City copies of field notes used to establish all lines and 37 grades and allow the City to check guidance system setup prior to 38 beginning each tunneling drive. 39 5) Provide access for the City to verify the guidance system and the line and 40 grade of the carrier pipe on a daily basis. 41 6) The Contractor remains fully responsible for the accuracy of the work and 42 the correction of it,as required. 43 7) Monitor line and grade continuously during construction. 44 8) Record deviation with respect to design line and grade once at each pipe 45 joint and submit daily records to City. 46 9) If the installation does not meet the specified tolerances, immediately notify 4-7 the City and correct the installation in accordance with the Contract 48 Documents. 49 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 017123-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 4 1 1.11 FIELD [SITE] CONDITIONS[NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 APPLICATION 9 3.5 REPAIR/RESTORATION [NOT USED] 10 3.6 RE-INSTALLATION [NOT USED] 11 3.7 FIELD [OR] SITE QUALITY CONTROL 12 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 13 City in accordance with this Specification. 14 B. Do not change or relocate stakes or control data without approval from the City. 15 3.8 SYSTEM STARTUP [NOT USED] 16 3.9 ADJUSTING [NOT USED] 17 3.10 CLEANING[NOT USED] 18 3.11 CLOSEOUT ACTIVITIES [NOT USED] 19 3.12 PROTECTION [NOT USED] 20 3.13 MAINTENANCE [NOT USED] 21 3.14 ATTACHMENTS [NOT USED] 22 END OF SECTION 23 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson 24 CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 017423-1 CLEANING Page 1 of 4 1 SECTION 0174 23 2 CLEANING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 3. Section 32 92 13 —Hydro-Mulching, Seeding and Sodding 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 STORAGE,AND HANDLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 01 74 23-2 CLEANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3- EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR/RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits,oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 01 74 23-3 CLEANING Page 3 of 4 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep,wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City,the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on-site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of i 1 personnel in existing facility operations. 12 2. At maximum weekly intervals, dispose of waste materials,debris and rubbish. 13 3. Confine construction debris daily in strategically located container(s): 14 a. Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities 16 c. Haul from 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 on an as-needed basis,until Final Acceptance. 19 5. Prior to storm events,thoroughly clean site of all loose or unsecured items,which 20 may become airborne or transported by flowing water during the storm. 21 C. Interior Final Cleaning 22 1. Remove grease,mastic,adhesives, dust, dirt, stains, fingerprints, labels and other 23 foreign materials from sight-exposed surfaces. 24 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 25 3. Wash and shine glazing and mirrors. 26 4. Polish glossy surfaces to a clear shine. 27 5. Ventilating systems 28 a. Clean permanent filters and replace disposable filters if units were operated 29 during construction. 30 b. Clean ducts,blowers and coils if units were operated without filters during 31 construction. 32 6. Replace all burned out lamps. 33 7. Broom clean process area floors. 34 8. Mop office and control room floors. 35 D. Exterior(Site or Right of Way)Final Cleaning 36 1. Remove trash and debris containers from site. 37 a. Re-seed areas disturbed by location of trash and debris containers in accordance 38 with Section 32 92 13. 39 2. Sweep roadway to remove all rocks, pieces of asphalt,concrete or any other object 40 that may hinder or disrupt the flow of traffic along the roadway. 41 3. Clean any interior areas including, but not limited to,vaults, manholes, structures, 42 junction boxes and inlets. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 01 74 23-4 CLEANING. Page 4 of 4 1 4. If no longer required for maintenance of erosion facilities,and upon approval by 2 City,remove erosion control from site. 3 5. Clean signs,lights, signals,etc. 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 Revision Log DATE NAME SUMMARY OF CHANGE 10 CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 017719-1 CLOSEOUT REQUIREMENTS Pagel of 3 1 SECTION 0177 19 2 CLOSEOUT REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees,Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees, bonds, 20 certificates,licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH Northside I148-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 017719-2 CLOSEOUT REQUIREMENTS Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3- EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accordance with Section 0178 39 11 2. Operation and Maintenance Data,if required, in accordance with Section 0178 23 12 B. Prior to requesting Final Inspection,perform final cleaning in accordance with Section 13 01 74 23. ........... ................................... 14 C. Final Inspection 15 1. After final cleaning, provide notice to the City Project Representative that the Work 16 is completed. 17 a. The City will make an initial Final Inspection with the Contractor present. 18 b. Upon completion of this inspection,the City will notify the Contractor, in 19 writing within 10 business days,of any particulars in which this inspection 20 reveals that the Work is defective or incomplete. 21 2. Upon receiving written notice from the City, immediately undertake the Work 22 required to remedy deficiencies and complete the Work to the satisfaction of the 23 City. 24 3. Upon completion of Work associated with the items listed in the City's written 25 notice, inform the City,that the required Work has been completed. Upon receipt 26 of this notice,the City, in the presence of the Contractor,will make a subsequent 27 Final Inspection of the project. 28 4. Provide all special accessories required to place each item of equipment in full 29 operation. These special accessory items include, but are not limited to: 30 a. Specified spare parts 31 b. Adequate oil and grease as required for the first lubrication of the equipment 32 c. Initial fill up of all chemical tanks and fuel tanks 33 d. Light bulbs 34 e. Fuses 35 f. Vault keys 36 g. Handwheels 37 h. Other expendable items as required for initial start-up and operation of all 38 equipment 39 D. Notice of Project Completion CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 01 77 19-3 CLOSEOUT REQUIREMENTS Page 3 of 3 1 1. Once the City Project Representative finds the Work subsequent to Final Inspection 2 to be satisfactory,the City will issue a Notice of Project Completion(Green Sheet). 3 E. Supporting Documentation 4 1. Coordinate with the City Project Representative to complete the following 5 additional forms: 6 a. Final Payment Request 7 b. Statement of Contract Time 8 c. Affidavit of Payment and Release of Liens 9 d. Consent of Surety to Final Payment 10 e. Pipe Report(if required) 11 f. Contractor's Evaluation of City 12 g. Performance Evaluation of Contractor 13 F. Letter of Final Acceptance 14 1. Upon review and acceptance of Notice of Project Completion and Supporting 15 Documentation, in accordance with General Conditions, City will issue Letter of 16 Final Acceptance and release the Final Payment Request for payment. 17 3.5 REPAIR/RESTORATION [NOT USED] 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] -- - - - 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 Revision Log DATE NAME SUMMARY OF CHANGE 29 CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 017823-1 OPERATION AND MAINTENANCE DATA Page 1 of 5 1 SECTION 0178 23 2 OPERATION AND MAINTENANCE DATA 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include,but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers(to be operated by the City) I 1 c. Butterfly Valves 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 0133 00 All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 A. Submittal Form 31 1. Prepare data in form of an instructional manual for use by City personnel. 32 2. Format 33 a. Size: 8 %inches x 11 inches 34 b. Paper 35 1) 40 pound minimum,white, for typed pages 36 2) Holes reinforced with plastic, cloth or metal 37 c. Text: Manufacturer's printed data,or neatly typewritten CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 01 78 23-2 OPERATION AND MAINTENANCE DATA Page 2 of 5 1 d. Drawings 2 1) Provide reinforced punched binder tab,bind in with text 3 2) Reduce larger drawings and fold to size of text pages. 4 e. Provide fly-leaf for each separate product, or each piece of operating 5 equipment. 6 1) Provide typed description of product, and major component parts of 7 equipment. 8 2) Provide indexed tabs. 9 f. Cover 10 1) Identify each volume with typed or printed title "OPERATING AND 11 MAINTENANCE INSTRUCTIONS". 12 2) List: 13 a) Title of Project 14 b) Identity of separate structure as applicable 15 c) Identity of general subject matter covered in the manual 16 3. Binders 17 a. Commercial quality 3-ring binders with durable and cleanable plastic covers 18 b. When multiple binders are used,correlate the data into related consistent 19 groupings. 20 4. If available,provide an electronic form of the O&M Manual. 21 B. Manual Content 22 1. Neatly typewritten table of contents for each volume,arranged in systematic order 23 a. Contractor,name of responsible principal,address and telephone number 24 b. A list of each product required to be included, indexed to content of the volume 25 c. List,with each product: 26 1) The name, address and telephone number of the subcontractor or installer 27 2) A list of each product required to be included, indexed to content of the 28 volume 29 3) Identify area of responsibility of each 30 4) Local source of supply for parts and replacement 31 d. Identify each product by product name and other identifying symbols as set 32 forth in Contract Documents. 33 2. Product Data 34 a. Include only those sheets which are pertinent to the specific product. 35 b. Annotate each sheet to: 36 1) Clearly identify specific product or part installed 37 2) Clearly identify data applicable to installation 38 3) Delete references to inapplicable information 39 3. Drawings 40 a. Supplement product data with drawings as necessary to clearly illustrate: 41 1) Relations of component parts of equipment and systems 42 2) Control and flow diagrams 43 b. Coordinate drawings with information in Project Record Documents to assure 44 correct illustration of completed installation. 45 c. Do not use Project Record Drawings as maintenance drawings. 46 4. Written text,as required to supplement product data for the particular installation: 47 a. Organize in consistent format under separate headings for different procedures. 48 b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 01 78 23-3 OPERATION AND MAINTENANCE DATA Page 3 of 5 1 5. Copy of each warranty,bond and service contract issued 2 a. Provide information sheet for City personnel giving: 3 1) Proper procedures in event of failure 4 2) Instances which might affect validity of warranties or bonds 5 C. Manual for Materials and Finishes 6 1. Submit 5 copies of complete manual in final form. 7 2. Content, for architectural products, applied materials and finishes: 8 a. Manufacturer's data,giving full information on products 9 1) Catalog number, size, composition 10 2) Color and texture designations 11 3) Information required for reordering special manufactured products 12 b. Instructions for care and maintenance 13 1) 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 for cleaning and maintenance 17 3. Content, for moisture protection and weather exposure products: 18 a. Manufacturer's data, giving full information on products 19 1) Applicable standards 20 2) Chemical composition 21 3) Details of installation 22 b. Instructions for inspection,maintenance and repair 23 D. Manual for Equipment and Systems 24 1. Submit 5 copies of complete manual in final form. 25 2. Content, for each unit of equipment and system,as appropriate: 26 a. Description of unit and component parts 27 1) Function, normal operating characteristics and limiting conditions 28 2) Performance curves,engineering data and tests 29 3) Complete nomenclature and commercial number of replaceable parts 30 b. Operating procedures 31 1) Start-up, break-in,routine and normal operating instructions 32 2) Regulation, control, stopping, shut-down and emergency instructions 33 3) Summer and winter operating instructions 34 4) Special operating instructions 35 c. Maintenance procedures 36 1) Routine operations 37 2) Guide to "trouble shooting" 38 3) Disassembly,repair and reassembly 39 4) Alignment, adjusting and checking 40 d. Servicing and lubrication schedule 41 1) List of lubricants required 42 e. Manufacturer's printed operating and maintenance instructions 43 f. Description of sequence of operation by control manufacturer 44 1) Predicted life of parts subject to wear 45 2) Items recommended to be stocked as spare parts 46 g. As installed control diagrams by controls manufacturer 47 h. Each contractor's coordination drawings 48 1) As installed color coded piping diagrams CITY OF FORT WORTH Northside I148-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 01 78 23-4 OPERATION AND MAINTENANCE DATA Page 4 of 5 1 i. Charts of valve tag numbers,with location and function of each valve 2 j. List of original manufacturer's spare parts,manufacturer's current prices, and 3 recommended quantities to be maintained in storage 4 k. Other data as required under pertinent Sections of Specifications 5 3. Content, for each electric and electronic system,as appropriate: 6 a. Description of system and component parts 7 1) Function,normal operating characteristics, and limiting conditions 8 2) Performance curves, engineering data and tests 9 3) Complete nomenclature and commercial number of replaceable parts 10 b. Circuit directories of panelboards 11 1) Electrical service 12 2) Controls 13 3) Communications 14 c. As installed color coded wiring diagrams 15 d. Operating procedures 16 1) Routine and normal operating instructions 17 2) Sequences required 18 3) Special operating instructions 19 e. Maintenance procedures 20 1) Routine operations 21 2) Guide to "trouble shooting" 22 3)_ Disassembly,repair and reassembly 23 4) Adjustment and checking 24 f. Manufacturer's printed operating and maintenance instructions 25 g. List of original manufacturer's spare parts,manufacturer's current prices,and 26 recommended quantities to be maintained in storage 27 h. Other data as required under pertinent Sections of Specifications 28 4. Prepare and include additional data when the need for such data becomes apparent 29 during instruction of City's personnel. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced,in maintenance and operation of described products 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 01 78 23-5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2- PRODUCTS [NOT USED] 5 PART 3- EXECUTION[NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson 1.5.A.1—title of section removed CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 01 78 39-1 PROJECT RECORD DOCUMENTS Page 1 of 4 1 SECTION 0178 39 2 PROJECT RECORD DOCUMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include,but are not necessarily limited to: 15 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents,making adequate 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other Documents where such entry is required to show the change properly. 34 2. Accuracy of records shall be such that future search for items shown in the Contract 35 Documents may rely reasonably on information obtained from the approved Project 36 Record Documents. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 01 78 39-2 PROJECT RECORD DOCUMENTS Page 2 of 4 1 3. To facilitate accuracy of records,make entries within 24 hours after receipt of 2 information that the change has occurred. 3 4. Provide factual information regarding all aspects of the Work,both concealed and 4 visible,to enable future modification of the Work to proceed without lengthy and 5 expensive site measurement, investigation and examination. 6 1.10 STORAGE AND HANDLING 7 A. Storage and Handling Requirements 8 1. Maintain the job set of Record Documents completely protected from deterioration 9 and from loss and damage until completion of the Work and transfer of all recorded 10 data to the final Project Record Documents. 11 2. In the event of loss of recorded data,use means necessary to again secure the data 12 to the City's approval. 13 a. In such case,provide replacements to the standards originally required by the 14 Contract Documents. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 19 2.2 RECORD DOCUMENTS 20 A. Job set 21 1. Promptly following receipt of the Notice to Proceed,secure from the City, at no 22 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and prior to Final Inspection, provide 25 the City I complete set of all Final Record Drawings in the Contract. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION[NOT USED] 32 3.4 MAINTENANCE DOCUMENTS 33 A. Maintenance of Job Set 34 1. Immediately upon receipt of the job set, identify each of the Documents with the 35 title, "RECORD DOCUMENTS -JOB SET". CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 01 78 39-3 PROJECT RECORD DOCUMENTS Page 3 of 4 1 2. Preservation 2 a. Considering the Contract completion time,the probable number of occasions 3 upon which the job set must be taken out for new entries and for examination, 4 and the conditions under which these activities will be performed, devise a 5 suitable method for protecting the job set. 6 b. Do not use the job set for any purpose except entry of new data and for review 7 by the City, until start of transfer of data to final Project Record Documents. 8 c. Maintain the job set at the site of work. 9 3. Coordination with Construction Survey 10 a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, 11 clearly mark any deviations from Contract Documents associated with 12 installation of the infrastructure. 13 4. Making entries on Drawings 14 a. Record any deviations from Contract Documents. 15 b. Use an erasable colored pencil(not ink or indelible pencil),clearly describe the 16 change by graphic line and note as required. 17 c. Date all entries. 18 d. Call attention to the entry by a"cloud" drawn around the area or areas affected. 19 e. In the event of overlapping changes, use different colors for the overlapping 20 changes. 21 5. Conversion of schematic layouts ............................... 22 a. In some cases on the Drawings, arrangements of conduits,circuits,piping, 23 ducts, and similar items, are shown schematically and are not intended to 24 portray precise physical layout. 25 1) Final physical arrangement is determined by the Contractor, subject to the 26 City's approval. 27 2) However, design of future modifications of the facility may require 28 accurate information as to the final physical layout of items which are 29 shown only schematically on the Drawings. 30 b. Show on the job set of Record Drawings,by dimension accurate to within 1 31 inch,the centerline of each run of items. 32 1) Final physical arrangement is determined by the Contractor, subject to the 33 City's approval. 34 2) Show,by symbol or note,the vertical location of the Item("under slab", "in 35 ceiling plenum", "exposed", and the like). 36 3) Make all identification sufficiently descriptive that it may be related 37 reliably to the Specifications. 38 c. The City may waive the requirements for conversion of schematic layouts 39 where, in the City's judgment, conversion serves no useful purpose. However, 40 do not rely upon waivers being issued except as specifically issued in writing 41 by the City. 42 B. Final Project Record Documents 43 1. Transfer of data to Drawings 44 a. Carefully transfer change data shown on the job set of Record Drawings to the 45 corresponding final documents,coordinating the changes as required. 46 b. Clearly indicate at each affected detail and other Drawing a full description of 47 changes made during construction,and the actual location of items. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 01 78 39-4 PROJECT RECORD DOCUMENTS Page 4 of 4 1 c. Call attention to each entry by drawing a"cloud" around the area or areas 2 affected. 3 d. Make changes neatly,consistently and with the proper media to assure 4 longevity and clear reproduction 5 2. Transfer of data to other Documents 6 a. If the Documents,other than Drawings,have been kept clean during progress of 7 the Work, and if entries thereon have been orderly to the approval of the City, 8 the job set of those Documents,other than Drawings,will be accepted as final 9 Record Documents. 10 b. If any such Document is not so approved by the City, secure a new copy of that 11 Document from the City at the City's usual charge for reproduction and 12 handling, and carefully transfer the change data to the new copy to the approval 13 of the City. 14 3.5 REPAIR/RESTORATION [NOT USED] 15 3.6 RE-INSTALLATION [NOT USED] 16 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION [NOT USED] 22 3.13 MAINTENANCE [NOT USED] 23 3.14 ATTACHMENTS [NOT USED] 24 END OF SECTION 25 Revision Log DATE NAME SUMMARY OF CHANGE 26 CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 3201 17-1 PERMANENT ASPHALT PAVING REPAIR Page 1 of 6 1 SECTION 32 0117 2 PERMANENT ASPHALT PAVING REPAIR 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1. Flexible pavement repair to include,but not limited to: 7 a. Utility cuts(water, sanitary sewer, drainage, franchise utilities,etc.) 8 b. Warranty work 9 c. Repairs of damage caused by Contractor 10 d. Any permanent asphalt pavement repair needed during the course of 11 construction 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. MODIFIED LLC—ADDED 7. Section 32 1123—Flexible Base Courses 14 2. MODIFIED 1.2.A—ADDED 5.Asphalt Pavement Repair with Geogrid 15 3. MODIFIED 2.2.11—ADDED 3.Flexible Base 16 4. MODIFIED 2.2.B—ADDED 4. Geogrid for Base Reinforcement 17 5. MODIFIED 2.2.0—ADDED 2.H.M.A.C. paving: Type B 18 6. MODIFIED 3.4.0—ADDED 2. Geogrid Placement 19 7. MODIFIED 3.4.D—6.Type B base mix 20 C. Related Specification Sections include,but are not necessarily limited to: 21 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the 22 Contract 23 2. Division 1 —General Requirements 24 3. Section 03 34 16—Concrete Base Material for Trench Repair 25 4. Section 32 12 16—Asphalt Paving 26 5. Section 32 13 13 —Concrete Paving 27 6. Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 28 7. Section 32 1123—Flexible Base Courses 29 1.2 PRICE AND PAYMENT PROCEDURES 30 A. Measurement and Payment 31 1. Asphalt Pavement Repair 32 a. Measurement 33 1) Measurement for this Item will be by the linear foot of Asphalt Pavement 34 Repair based on the defined width and roadway classification specified in 35 the Drawings. 36 b. Payment 37 1) The work performed and materials furnished in accordance with this Item 38 and measured as provided under"Measurement"will be paid for at the unit 39 price bid price per linear foot of Asphalt Pavement Repair. 40 c. The price bid shall include: CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 3201 17-2 PERMANENT ASPHALT PAVING REPAIR Page 2 of 6 1 1) Preparing final surfaces 2 2) Furnishing, loading, unloading, storing,hauling and handling all materials 3 including freight and royalty 4 3) Traffic control for all testing 5 4) Asphalt, aggregate,and additive 6 5) Materials and work needed for corrective action 7 6) Trial batches 8 7) Tack coat 9 8) Removal and/or sweeping excess material 10 2. Asphalt Pavement Repair for Utility Service Trench 11 a. Measurement 12 1) Measurement for this Item will be by the linear foot of Asphalt Pavement 13 Repair centered on the proposed sewer service line measured from the face 14 of curb to the limit of the Asphalt Pavement Repair for the main sewer line. 15 b. Payment 16 1) The work performed and materials furnished in accordance with this Item 17 and measured as provided under"Measurement'will be paid for at the unit 18 price bid price per linear foot of"Asphalt Pavement Repair, Service" 19 installed for: 20 a) Various types of utilities 21 c. The price bid shall include: 22 1) Preparing final surfaces 23 2) Furnishing, loading,unloading, storing,hauling and handling all materials 24 including freight and royalty 25 3) Traffic control for all testing 26 4) Asphalt,aggregate, and additive 27 5) Materials and work needed for corrective action 28 6) Trial batches 29 7) Tack coat 30 8) Removal and/or sweeping excess material 31 3. Asphalt Pavement Repair Beyond Defined Width 32 a. Measurement 33 1) Measurement for this Item will be by the square yard for asphalt pavement 34 repair beyond pay limits of the defined width of Asphalt Pavement Repair 35 by roadway classification specified in the Drawings. 36 b. Payment 37 1) The work performed and materials furnished in accordance with this Item 38 and measured as provided under"Measurement'will be paid for at the unit 39 price bid per square yard of Asphalt Pavement Repair Beyond Defined 40 Width. 41 c. The price bid shall include: 42 1) Preparing final surfaces 43 2) Furnishing, loading,unloading, storing,hauling and handling all materials 44 including freight and royalty 45 3) Traffic control for all testing 46 4) Asphalt, aggregate,and additive 47 5) Materials and work needed for corrective action 48 6) Trial batches 49 7) Tack coat 50 8) Removal and/or sweeping excess material CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 3201 17-3 PERMANENT ASPHALT PAVING REPAIR Page 3 of 6 1 4. Extra Width Asphalt Pavement Repair 2 a. Measurement 3 1) Measurement for this Item will be by the square yard for surface repair 4 (does not include base repair)for: 5 a) Various thicknesses 6 b. Payment 7 1) The work performed and materials furnished in accordance with this Item 8 and measured as provided under"Measurement"will be paid for at the unit 9 price bid per square yard of Extra Width Asphalt Pavement Repair 10 c. The price bid shall include: 11 1) Preparing final surfaces 12 2) Furnishing, loading,unloading, storing,hauling and handling all materials 13 including freight and royalty 14 3) Traffic control for all testing 15 4) Asphalt, aggregate, and additive 16 5) Materials and work needed for corrective action 17 6) Trial batches 18 7) Tack coat 19 8) Removal and/or sweeping excess material 20 5. Asphalt Pavement Repair with Geogrid 21 a. Measurement 22 1) Measurement for this Item will be.by.the square yard of Asphalt 23 Pavement Repair with Geogrid based on the quantity and location 24 based on station ranges and specific details specified in the Drawings. 25 b. Payment 26 1) The work performed and materials furnished in accordance with this 27 Item and measured as provided under"Measurement"will be paid for 28 at the unit price bid price per square yard of Asphalt Pavement Repair 29 with Geogrid based on line and station ranges. 30 c. The price bid shall include: 31 1) Preparing final surfaces 32 2) Furnishing,loading,unloading,storing, hauling and handling all 33 materials including freight and royalty 34 3) Traffic control for all testing 35 4) Asphalt,aggregate,and additive 36 5) Flexible base 37 6) Geogrid furnished and installed. 38 7) Materials and work needed for corrective action 39 8) Trial batches 40 9) Tack coat 41 10) Removal and/or sweeping excess material 42 1.3 REFERENCES 43 A. Definitions 44 1. H.M.A.C.—Hot Mix Asphalt Concrete 45 1.4 ADMINISTRATIVE REQUIREMENTS 46 A. Permitting CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 3201 17-4 PERMANENT ASPHALT PAVING REPAIR Page 4 of 6 1 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation 2 and Public Works Department in conformance with current ordinances. 3 2. The Transportation and Public Works Department will inspect the paving repair 4 after construction. 5 1.5 SUBMITTALS [NOT USED] 6 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 7 A. Asphalt Pavement Mix Design: submit for approval: see Section 32 12 16. 8 1.7 CLOSEOUT SUBMITTALS [NOT USED] 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.9 QUALITY ASSURANCE [NOT USED] 11 1.11 DELIVERY,STORAGE,AND HANDLING [NOT USED] 12 1.12 FIELD CONDITIONS ° 13 A. Place mixture when the roadway surface temperature is 45 degrees F or higher and 14 rising unless otherwise approved. 15 1.13 WARRANTY [NOT USED] 16 PART 2- PRODUCTS 17 2.1 OWNER-FURNISHED [NOT USED] 18 2.2 MATERIALS 19 A. Backfill 20 1. See Section 33 05 10. 21 B. Base Material 22 1. Concrete Base Material for Trench Repair: See Section 03 34 16. 23 2. Concrete Base: See Section 32 13 13. 24 3. Flexible Base: See Section 32 1123 25 4. Geogrid for Base Reinforcement: See TXDOT DMS-6240 26 C. Asphalt Paving: see Section 32 12 16. 27 1. H.M.A.C. paving: Type D. 28 2. H.M.A.C. paving: Type B. CITY OF FORT WORTH Northside 1148-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 3201 17-5 PERMANENT ASPHALT PAVING REPAIR Page 5 of 6 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3- EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION 7 A. Surface Preparation 8 1. Mark pavement cut for repairs for approval by the City. 9 2. Contractor and-City meet prior to saw cutting to confirm limits of repairs. 10 3.4 INSTALLATION 11 A. General 12 1. Equipment 13 a. Use machine intended for cutting pavement. 14 b. Milling machines may be used as long as straight edge is maintained. 15 2. Repairs: In true and straight lines to dimensions shown on the Drawings. 16 3. Utility Cuts 17 a. In a true and straight line on both sides of the trench 18 b. Minimum of 12 inches outside the trench walls 19 c. If the existing flexible pavement is 2 feet or less between the lip of the existing 20 gutter and the edge of the trench repair,remove the existing paving to such 21 gutter. 22 4. Limit dust and residues from sawing from entering the atmosphere or drainage 23 facilities. 24 B. Removal 25 1. Use care to prevent fracturing existing pavement structure adjacent to the repair 26 area. 27 C. Base 28 1. Install replacement base material as specified in Drawings. 29 2. Geogrid Placement 30 a. Orient the geogrid length as unrolled parallel to the direction of roadway. 31 b. Overlap geogrid sections as shown on the plans or as directed. 32 c. Use plastic ties as overlap joints or as directed. 33 d. Placement of geogrid around corners may require cutting and diagonal 34 lapping. 35 e. Pin geogrid at the beginning of the backfill section as directed. 36 f. Keep geogrid taut at the beginning of the backfilling section,but not 37 restrained from stretching or flattening. 38 g. Joints 39 1) Longitudinal Joints. Overlap longitudinal joints by a minimum of 1 40 foot. Space longitudinal ties 10 feet to 20 feet or as directed. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 320117-6 PERMANENT ASPHALT PAVING REPAIR Page 6 of 6 1 2) Transverse Joints. Overlap transverse joints by a minimum of 1 foot. 2 Space transverse ties 4 feet to 5 feet or as directed. 3 D. Asphalt Paving 4 1. H.M.A.0 placement: in accordance with Section 32 12 16 5 2. Type D surface mix 6 3. Depth: as specified in Drawings 7 4. Place surface mix in lifts not to exceed 3 inches. 8 5. Last or top lift shall not be less than 2 inches thick. 9 6. Type B base mix 10 3.5 REPAHURESTORATION [NOT USED] 11 3.6 RE-INSTALLATION [NOT USED] 12 3.7 FIELD QUALITY CONTROL [NOT USED] 13 3.8 SYSTEM STARTUP [NOT USED] 14 3.9 ADJUSTING [NOT USED] 15 3.10 CLEANING [NOT USED] 16 3.11 CLOSEOUT ACTIVITIES [NOT USED] 17 3.12 PROTECTION [NOT USED] 18 3.13 MAINTENANCE [NOT USED] 19 3.14 ATTACHMENTS [NOT USED] 20 21 END OF SECTION 22 Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A—Modified Items to be included in price bid;Added blue text for clarification 12/20/2012 D.Johnson of repair width on utility trench repair;Added a bid item for utility service trench repair. 23 CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 330131-1 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION Page 1 of 5 1 SECTION 33 0131 2 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements and procedures for Closed Circuit Television(CCTV)Inspection of 7 sanitary sewer,water mains 24-inches and larger,or storm sewer mains 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. MODIFIED 1.1,A, 1.)—Added water mains 24-inches and larger 10 2. MODIFIED 1.4,A, 1.)—Added water mains 24-inches and larger 11 3. MODIFIED 3.3,A, 1.)—Added water mains 24-inches and larger 12 4. MODIFIED 3.4,D, 1.)—Added water mains 244nches and larger 13 C. Related Specification Sections include,but are not necessarily limited to: 14 1. Division 0—Bidding Requirements, Contract Forms,and Conditions of the 15 Contract 16 2. Division 1 —General Requirements 17 3. Section 33 03 10—Bypass Pumping of Existing Sewer Systems 18 4. Section 33 04 50—Cleaning of Sewer Mains 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Pre-CCTV Inspection 21 1. Measurement 22 a. Measurement for this Item will be by the linear foot of line televised for CCTV 23 Inspection performed prior to any line modification or replacement determined 24 from the distance recorded on the video tape log. 25 2. Payment 26 a. The work performed and materials furnished in accordance with this Item and 27 measured as provided under"Measurement"will be paid for at the unit price 28 bid per linear foot for"Pre-CCTV Inspection". 29 1) Contractor will not be paid for unaccepted video. 30 3. The price bid shall include: 31 a. Mobilization 32 b. Cleaning 33 c. Digital file 34 B. Post-CCTV Inspection 35 1. Measurement 36 a. Measurement for this Item will be by the linear foot of line televised for CCTV 37 Inspection performed following repair or installation determined from the 38 distance recorded on the video tape log. 39 2. Payment CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 33 01 31-2 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION Page 2 of 5 1 a. The work performed and materials furnished in accordance with this Item and 2 measured as provided under"Measurement"will be paid for at the unit price 3 bid per linear foot for"Post-CCTV Inspection". 4 1) Contractor will not be paid for unaccepted video. 5 3. The price bid shall include: 6 a. Mobilization 7 b. Cleaning 8 c. Digital file 9 1.3 REFERENCES 10 A. Reference Standards 11 1. Reference standards cited in this Specification refer to the current reference 12 standard published at the time of the latest revision date logged at the end of this 13 Specification,unless a date is specifically cited. 14 2. City of Fort Worth Water Department 15 a. City of Fort Worth Water Department CCTV Inspection and Defect Coding 16 Program(CCTV Manual). Contact Field Operations to obtain a copy of the 17 CCTV Manual. 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Coordination_ 20 1. Sanitary Sewer Lines and Water Mains 24-inches and larger 21 a. Meet with City of Fort Worth Water Department staff to confirm that the 22 appropriate equipment, software, standard templates,defect codes and defect 23 rankings are being used, if required. 24 2. Storm Sewer Lines 25 a. Meet with City of Fort Worth Transportation/Public Works Department staff to 26 confirm that the appropriate equipment, software, standard templates, defect 27 codes and defect rankings are being used,if required. 28 1.5 SUBMITTALS 29 A. Submittals shall be in accordance with Section 0133 00. 30 B. All submittals shall be approved by the Engineer or the City prior to delivery. 31 1.6 INFORMATIONAL SUBMITTALS 32 A. Pre-CCTV submittals for sanitary sewer lines 24 inches and larger, if required 33 1. Project schedule 34 2. Listing of cleaning equipment and procedures 35 3. Listing of flow diversion procedures 36 4. Listing of CCTV equipment 37 5. Listing of backup and standby equipment 38 6. Listing of safety precautions and traffic control measures 39 1.7 CLOSEOUT SUBMITTALS 40 A. Post-CCTV submittals 41 1. 2 copies of CCTV video results on DVD CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 330131-3 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION Page 3 of 5 1 2. 2 hard copies of Inspection Report 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 5 1.11 FIELD [SITE] CONDITIONS [NOT USED] 6 1.12 WARRANTY [NOT USED] 7 PART 2- PRODUCTS [NOT USED] 8 PART 3- EXECUTION 9 3.1 INSTALLERS [NOT USED] 10 3.2 EXAMINATION [NOT USED] 11 3.3 PREPARATION 12 A. Sanitary Sewer Lines and Water Mains 24-inches and larger_ 13 1. CCTV Equipment 14 a. Use equipment specifically designed and constructed for such inspection. 15 b. Use equipment designed to operate in 100 percent humidity conditions. 16 c. Use equipment with a pan(f270 degrees),tilt,and rotates(360 degrees). 17 d. Use camera with an accurate footage counter that displays on the monitor the 18 distance of the camera(to the nearest 1/10 foot)from the centerline of the 19 starting manhole and/or access point. 20 e. Use camera with height adjustment so camera lens is always centered at 1/2 the 21 inside diameter,or higher, in the televised pipe. 22 f. Provide sufficient lighting to illuminate the entire periphery of the pipe. 23 g. Provide color video. 24 h. Use the Fort Worth Water Department standardized inspection and coding 25 program by I.T. software with pre-configured template. 26 1) See CCTV Manual. 27 2. Temporary Bypass Pumping—Conform to Section 33 03 10. 28 3. Cleaning—Conform to Section 33 04 50. 29 B. Storm Sewer Lines 30 1. Coordinate with City of Fort Worth Transportation/Public Works Department for 31 CCTV equipment and cleaning requirements. 32 3.4 INSPECTION(CCTV) 33 A. General 34 1. Begin inspection immediately after cleaning of the main. 35 2. Move camera through the line in either direction at a moderate rate, stopping when 36 necessary to permit proper documentation of the main's condition. 37 3. Do not move camera at a speed greater than 30 feet per minute. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 33 01 31-4 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION Page 4 of 5 1 4. Use manual winches,power winches,TV cable,and power rewinds that do not 2 obstruct the camera view,allowing for proper evaluation. 3 5. During investigation stop camera at each defect along the main. 4 a. Record the nature, location and orientation of the defect or infiltration location 5 as specified in the CCTV Manual. 6 6. Pan and tilt the camera to provide additional detail at: 7 a. Manholes 8 b. Service connections 9 c. Joints 10 d. Visible pipe defects such as cracks,broken or deformed pipe,holes,offset 11 joints,obstructions or debris 12 e. Infiltration/Inflow locations 13 f. Pipe material transitions 14 g. Other locations that do not appear to be typical for normal pipe conditions 15 7. Provide accurate distance measurement. 16 a. The meter device is to be accurate to the nearest 1/10 foot. 17 8. CCTV inspections are to be continuous. 18 a. Do not provide a single segment of main on more than 1 DVD. 19 B. Pre-Installation Inspection for Sewer Mains to be rehabilitated 20 1. Perform Pre-CCTV inspection immediately after cleaning of the main and before 21 rehabilitation work. 22 2. If,during inspection,the CCTV will not pass through the entire section of main due 23 to blockage or pipe defect, set up so the inspection can be performed from the 24 opposite manhole. 25 3. Provisions for repairing or replacing the impassable location are addressed in 26 Section 33 3120, Section 33 3121 and Section 33 3122. 27 C. Post-Installation Inspection 28 1. Complete manhole installation before inspection begins. 29 2. Prior to inserting the camera,flush and clean the main in accordance to Section 33 30 0450. 31 D. Documentation of CCTV Inspection 32 1. Sanitary Sewer Lines and Water Mains 24-inches and larger 33 a. Follow the CCTV Manual for the inspection video, data logging and reporting. 34 2. Storm Sewer Lines 35 a. Provided documentation for video, data logging, and reporting in accordance 36 with City of Fort Worth Transportation/Public Works Department 37 requirements. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 330131-5 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION Page 5 of 5 1 3.5 REPAIR/RESTORATION [NOT USED] 2 3.6 RE-INSTALLATION [NOT USED] 3 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING 7 A. See Section 33 04 50. 8 3.11 CLOSEOUT ACTIVITIES [NOT USED] 9 3.12 PROTECTION [NOT USED] 10 3.13 MAINTENANCE [NOT USED] 11 3.14 ATTACB MENTS [NOT USED] 12 END OF SECTION 13 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson Various—Added requirements for coordination with T/PW for Storm Sewer CCTV 14 CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 330410-1 JOINT BONDING AND ELECTRICAL ISOLATION Page 1 of 8 1 SECTION 33 04 10 2 JOINT BONDING AND ELECTRICAL ISOLATION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Joint bonding requirements for electrical continuity of- 7 a. Concrete cylinder pipe 8 b. Mortar coated steel pipe 9 c. Dielectrically coated steel pipe 10 d. Ductile iron pipe,as required on Drawings 11 2. Electrical isolation devices for installation at: 12 a. Connections to existing piping 13 b. Laterals 14 c. Cased crossings 15 d. Tunnels 16 e. Selected below grade to above ground piping transitions 17 B. Deviations from this City of Fort Worth Standard Specification 18 1. MODIFIED 2.2.1)—'ADDED Petrolatum Wax Tape 19 2. MODIFIED 3.3.1) 1.—REMOVED "No. 4 AWG"AND ADDED "No.2 AWG" 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0—Bidding Requirements, Contract Forms,and Conditions of the 22 Contract 23 2. Division 1 —General Requirements 24 3. Section 33 05 24-Installation of Carrier Pipe in Casing or Tunnel Liner Plate 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment 27 1. When a pay item for Cathodic Protection exists: 28 a. Measurement 29 1) This Item is subsidiary to Cathodic Protection construction. 30 b. Payment 31 1) The work performed and materials furnished in accordance with this Item 32 are subsidiary to the lump sum price bid for"Cathodic Protection'for each 33 material of utility pipe bid,and no other compensation will be allowed. 34 2. When a pay item for Cathodic Protection does not exist: 35 a. Measurement 36 1) Measurement for this Item is by lump sum. 37 b. Payment 38 1) The work performed and materials furnished in accordance with this Item 39 and measured as provided under"Measurement"will be paid for at the 40 lump sum price bid for"Joint Bonding and Electrical Isolation'. 41 3. The price bid shall include: CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 330410-2 JOINT BONDING AND ELECTRICAL ISOLATION Page 2 of 8 1 a. Furnishing and installing Joint Bonding and Electrical Isolation as specified by 2 the Drawings 3 b. Mobilization 4 c. .Excavation 5 d. Furnishing,placement,and compaction of backfill 6 e. Field welding 7 f. Connections 8 g. Adjustments 9 h. Testing 10 i. Clean-up 11 j. Start-up/Commissioning 12 1.3 REFERENCES 13 A. Reference Standards 14 1. Reference standards cited in this Specification refer to the current reference 15 standard published at the time of the latest revision date logged at the end of this 16 Specification,unless a date is specifically cited. 17 2. ASTM International(ASTM). 18 3. American Water Works Association(AWWA): 19 a. C207, Steel Pipe Flanges for Waterworks Service- Sizes 4 IN through 144 IN. 20 4. NACE International(MACE). 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS 23 A. Submittals shall be in accordance with Section 0133 00. 24 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 25 specials. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 27 A. Product Data 28 1. Manufacturer's catalog cut sheets shall be submitted for each item. 29 a. Include the manufacturer's name and provide sufficient information to show 30 that the materials meet the requirements of the Contract Documents for: 31 1) Flange Isolation 32 2) Bonding jumpers for Concrete Cylinder Pipe 33 3) Petrolatum tape 34 2. Where more than 1 item or catalog number appears on a catalog cut sheet, clearly 35 identify the item proposed. 36 B. Test and Evaluation Reports 37 1. Record results for the Post-Installation Thermite Weld Inspection and submit to the 38 City for approval prior to backfilling. 39 2. Record results for bonded joint testing and submit to City for approval prior to 40 backfilling. 41 3. Record results for the continuity test for casing to carrier pipe and submit to the 42 City for approval prior to backfilling. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 330410-3 JOINT BONDING AND ELECTRICAL ISOLATION Page 3 of 8 1 1.7 CLOSEOUT SUBMITTALS 2 A. Test results for electrical continuity, flange isolation and casing to carrier pipe isolation 3 shall be submitted to the City. 4 B. Results of all testing are to be submitted to City for inclusion in the O&M manual. 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 8 1.11 FIELD [SITE] CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT USED] 10 PART 2- PRODUCTS 11 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 12 2.2 MATERIALS 13 A. Joint Bonding and Electrical Isolation Materials to be incorporated into the project 14 include,but are not limited to,the following: 15 1. Electrical continuity bonds 16 2. Flange isolation assemblies 17 3. Casing spacers 18 4. Casing end seals 19 B. Electrical Continuity Bonds 20 1. Applications for Electrical Continuity Bonding include the following: 21 a. Bonding across bolted joint assemblies 22 b. Bonding across non-insulating, non welded gasketed joint assemblies 23 C. Flange Isolation 24 1. Required applications of dielectric flange isolation assemblies include, but are not 25 limited to, selected locations where new piping is mechanically connected to 26 existing piping. 27 2. Gasket 28 a. Isolating and seal gasket 29 b. G-10 Epoxy Glass material 30 c. Full face 31 d. 1/8-inch thickness 32 e. Use with a minimum of 1 EDPM sealing element placed in a tapered groove. 33 £ NSF 61 certified 34 g. A minimum of 800 volts/mil dielectric strength is required. 35 h. Flange shall seal for the test pressure without leaking. 36 3. Sleeves 37 a. Provide full length Mylar.sleeves. 38 4. Washers CITY OF FORT WORTH Northside 1148-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 330410-4 JOINT BONDING AND ELECTRICAL ISOLATION Page 4 of 8 1 a. Provide double G-10 washer sets. 2 D. Petrolatum Wax Tape 3 1. Petrolatum tape system shall be Trenton Primer and#1 Wax-tape, as manufactured 4 by Trenton Corp.,or Denso Paste and Densyl Tape by Denso North America,Inc., 5 or approved equivalent. 6 E. Casing Spacers 7 1. For piping installed in tunnels or cased crossings, install casing spacers between the 8 piping and the casing or tunnel liner to provide electrical isolation in accordance 9 with Section 33 05 24. 10 F. Casing End Seals 11 1. See Section 33 05 24 for casing end seals. 12 2.3 ACCESSORIES [NOT USED] 13 2.4 SOURCE QUALITY CONTROL [NOT USED] 14 PART 3- EXECUTION 15 3.1 INSTALLERS [NOT USED] 16 3.2 EXAMINATION [NOT USED] 17 3.3 PREPARATION 18 1. Preparation of Concrete Pipe for Bonding 19 2. General 20 a. Fabrication 21 1) Use concrete pipe for this project that has been fabricated in such a manner 22 as to establish electrical continuity between metallic components of pipe 23 and joints.. 24 b. Acceptable Methods 25 1) Establish electrical continuity as indicated in the Contract Documents. 26 3. Criteria for Electric Continuity 27 a. Tensile Wire 28 1) Pipe manufacturer is to obtain a resistance no greater than 0.03 ohms 29 between any wire and steel joint ring at end of pipe farthest from that wire. 30 2) Manufacturer is to report values obtained and method of measurement. 31 b. Internal Pipe Joint Components 32 1) Pipe manufacturer is to obtain resistance of less than 0.03 ohms between 33 any component and steel pipe cylinder. 34 4. Tensile Wire Continuity 35 a. Establish continuity between tensile wire coils and steel cylinder on embedded 36 cylinder type pre-stressed pipe by tightly wrapping tensile wire over 37 longitudinal mild steel straps during pipe manufacture. 38 b. Use and install continuous straps 180 degrees apart longitudinally along the 39 pipe. 40 1) These straps must maintain electrical continuity between metallic 41 components. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 330410-5 JOINT BONDING AND ELECTRICAL ISOLATION Page 5 of 8 1 c. Use steel straps made of mild steel and free of grease,mill scale or other high 2 resistance deposits. 3 d. Make longitudinal straps electrically continuous with pipe cylinder by steel 4 fasteners of suitable dimensions placed between steel cylinder and longitudinal 5 straps. 6 1) Connect fasteners so as to remain intact during pipe fabrication process. 7 5. Steel Cylinder Continuity 8 a. Establish continuity of all joint components and steel cylinder. 9 1) These components include anchor socket brackets, anchor socket, spigot 10 ring and bell ring. 11 b. If mechanical contact does not provide a resistance of less than 0.03 ohms 12 between components,tack weld component to provide electrical continuity. 13 B. Preparation of Steel Pipe for Bonding 14 1. Bonding wires are not required for welded steel pipe. 15 2. Mechanical jointed steel pipe requires the installation of bond wires across the joint 16 as shown on the Drawings. 17 C. Preparation of Ductile Iron Pipe for Bonding 18 1. Install insulated bond wires as shown on the Drawings. 19 D. Electrical Bond Wires 20 1. Electrical bond wires are to be a minimum No.42 AWG, 7 stranded, copper cable 21 with THHN insulation. 22 2. Remove 1 inch of THHN insulation from each end of the bond wire. 23 3. Thermite weld the bond wires to the pipeline. 24 4. Provide the minimum number of bond wires as shown on Drawings for steel or 25 ductile iron pipe. 26 E. Electrical Bonding Jumpers 27 1. Weld the steel rods for the bonding jumpers across the discontinuous pipe joints,to 28 the bell and spigot,of adjacent bar wrapped concrete cylinder pipe or steel pipe 29 across all non-welded, insulating rubber gasketed joints. 30 2. Manufacture bonding jumpers to maintain continuity regardless of small deflections 31 of finished joints. 32 3.4 INSTALLATION 33 A. Installation of Electrical Continuity Bonds by Thermite Welding 34 1. Inspection 35 a. Use continuous bond wires with no cuts or tears in the insulation covering the 36 conductor. 37 2. General 38 a. Attach bond wires at required locations by thermite welding process. 39 3. Thermite Welding Methods 40 a. Perform thermite welding of bond wires to piping in the following manner: 41 1) Clean and dry the pipe to which the wires are to be attached. 42 2) Use grinding wheel to remove all coating,mill scale,oxide, grease and dirt 43 from an area approximately 3 inches square. 44 a) Grind surface to bright metal. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 33 04 10-6 JOINT BONDING AND ELECTRICAL ISOLATION Page 6 of 8 1 3) Remove approximately 1 inch of insulation from each end of wire to be 2 thermite welded to pipe exposing clean,oxide-free copper for welding. 3 4) Select proper size thermite weld mold as recommended by manufacturer. 4 Place wire or strap between graphite mold and the prepared metal surface. 5 5) Place metal disk in bottom of mold. 6 6) Pour thermite weld charge into the mold. Squeeze bottom of cartridge to 7 spread ignition powder over charge. 8 7) Close mold cover and ignite starting powder with flint gun. 9 8) After exothermic reaction,remove thermite weld mold and gently strike 10 weld with a hammer to remove weld slag. 11 9) Pull on wire or strap to assure a secure connection. 12 10) If the weld is not secure or the bond breaks,repeat the procedure with new 13 wire. 14 11) If the weld is secure, coat all bare metal and weld metal with epoxy putty. 15 4. Post-Installation Thermite Weld Inspection 16 a. Contractor is responsible for all testing. 17 b. All testing is to be performed by or under the supervision of certified NACE 18 personnel. 19 c. Visually examine each thermite weld connection for strength and suitable 20 coating prior to backfilling. 21 d. Measure resistance through selected bonded joints with a digital low resistance 22 ohmmeter(DLRO). 23 1) Resistance of 0.001 ohms or less is acceptable. 24 2) If the above procedure indicates a poor quality bond connection,reinstall 25 the bond. 26 3) Record results and submit to the City for approval prior to backfilling. 27 5. Backfilling of Bonded Joints 28 a. Perform backfilling of bonded piping in manner that prevents damage to the 29 bonds and all connections to the metallic structures. 30 b. Use appropriate backfill material to completely cover the electrical bond. 31 c. Provide protection so that future construction activities in the area will not 32 destroy the bonded connections. 33 d. If construction activity damages a bonded connection, install new bond wire. 34 B. Installation of Pipeline Flange Isolation Devices 35 1. Placement 36 a. Install isolation joints at the locations shown on the Drawings. 37 2. Assembly 38 a. Place gasket, sleeves and washers as recommended by the manufacturer. 39 b. Follow manufacturer's recommendations for even tightening to proper torque. 40 3. Testing 41 a. Immediately after an electrical isolation fitting has been installed,contact the 42 City to perform testing for electrical isolation effectiveness. 43 4. Painting 44 a. Do not use metal base paints on electrical isolation devices. 45 5. Encapsulation 46 a. Encapsulate below-grade isolation joints with the Denso Densyl Tape system 47 after the isolation joint has been tested for effectiveness. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 330410-7 JOINT BONDING AND ELECTRICAL ISOLATION Page 7 of 8 1 C. Installation of Casing Spacers 2 1. Casing spacers shall be installed in accordance with Section 33 05 24. 3 D. Installation of End Seals 4 1. End seals shall be installed in accordance with Section 33 05 24. 5 3.5 REPAIR/RESTORATION [NOT USED] 6 3.6 RE-INSTALLATION [NOT USED] 7 3.7 FIELD QUALITY CONTROL 8 A. Testing of Joint Continuity Bonds and Isolation Joints 9 1. After the completion of the continuity bonding of individual joints,but before the 10 pipe is backfilled, each bonded joint shall be tested for electrical continuity. 11 2. A DC current shall be impressed on the pipe on 1 side of the joint under test using a 12 portable 12-volt battery and a driven ground rod. The battery shall be connected 13 such that the positive terminal is connected to the ground rod and the negative 14 terminal is connected to the pipe section under test.The magnitude of test current is 15 not important as long as it causes a change in pipe-to-soil potential on the section of 16 pipe that is in the test current circuit. 17 3. The pipe-to-soil potential shall be measured on each side of the isolation joint using 18 a high impedance voltmeter and portable copper/copper sulfate reference electrode 19 with the test current"on"and"off . 20 4. A joint is considered electrically continuous if the"on"and"off potentials are the 21 same on either side of the joint under test. 22 5. This same procedure shall be used to test individual isolation joints except that the 23 joint is considered effective if the pipe-to-soil potential is not the same when 24 measured on each side of the joint when the test current is"on". 25 6. Record results and submit in accordance with this Specification. 26 B. Casing to Carrier Pipe Isolation Tests 27 1. Immediately after the pipe has been installed in the casing,but prior to connecting 28 the line, make pipe available for testing and contact the City to perform an electrical 29 continuity test to determine that the casing is electrically isolated from the pipeline. 30 2. The continuity test shall be fully documented and approved by the City prior to 31 backfilling. 32 3. Record results and submit in accordance with this Specification. 33 4. If the electrical isolation between carrier pipe and casing is not effective,the cause 34 shall be immediately investigated and the situation remedied. 35 5. Under no circumstances shall a shorted casing be backfilled. 36 3.8 SYSTEM STARTUP [NOT USED] 37 3.9 ADJUSTING [NOT USED] 38 3.10 CLEANING [NOT USED] 39 3.11 CLOSEOUT ACTIVITIES [NOT USED] 40 3.12 PROTECTION [NOT USED] CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 330410-8 JOINT BONDING AND ELECTRICAL ISOLATION Page 8 of 8 1 3.13 MAINTENANCE [NOT USED] 2 3.14 ATTACHMENTS [NOT USED] 3 END OF SECTION 4 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 2.2.C-Modified material specifications for gaskets,sleeves and washers 5 CITY OF FORT WORTH Norlhside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 330412-1 MAGNESIUM ANODE CATHODIC PROTECTION Page 1 of 9 1 SECTION 33 04 12 2 MAGNESIUM ANODE CATHODIC PROTECTION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for Cathodic Protection Systems on concrete cylinder pipes,carbon 7 steel pipes and ductile iron pipes using Magnesium Anodes 8 2. The Cathodic Protection System shall include, but not be limited to the following: 9 a. Materials and installation 10 b. Post-installation survey 11 c. Final Report to include recommendations 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. MODIFIED 2.2.A 2 b&c ADDED additional details regarding magnesium 14 anodes. 15 C. Related Specification Sections include,but are not necessarily limited to: 16 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the 17 Contract 18 2. Divisionl —General Requirements 19 3. Section 33 05 26—Utility Markers/Locators 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Measure 23 a. Measurement for this Item shall be by lump sum. 24 2. Payment: 25 a. The work performed and materials furnished in accordance with this Item shall 26 be paid for at the lump sum price bid for"Cathodic Protection"for each 27 material of utility pipe bid. 28 3. The price bid shall include: 29 a. Mobilization 30 b. Anode groundbeds 31 c. Anode test stations 32 d. Excavation 33 e. Furnishing,placement,and compaction of backfill 34 f. Field welding 35 g. Connections 36 h. Adjustments 37 i. Testing 38 j. Clean-up 39 k. Start-up/Commissioning 40 1.3 REFERENCES 41 A. Abbreviations and Acronyms CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 330412-2 MAGNESIUM ANODE CATHODIC PROTECTION Page 2 of 9 1 1. AWG: American Wire Gauge 2 2. CSE: Copper/Copper Sulfate Reference Electrode 3 3. HMWPE: High Molecular Weight Polyethylene 4 B. Definitions 5 1. Anode: The electrode of an electrochemical cell at which oxidation occurs. 6 2. Cable/Wire: One conductor or multiple conductors insulated from one another. 7 3. Cathode: The electrode of an electrochemical cell at which reduction is the 8 principal reaction. 9 4. Cathodic Polarization: The change of electrode potential in the negative direction 10 caused by direct current(DC)flow across the electrode/electrolyte interface. 11 5. Cathodic Protection: A technique used to reduce the corrosion of a metal surface by 12 making that surface the cathode of an electrochemical cell. 13 6. Corrosion: Degradation of a material, usually a metal,that results from a reaction 14 with its environment. 15 7. Corrosion Control Engineer:NACE certified, licensed engineer in the state of 16 Texas, employed by a Corrosion Engineering Firm. 17 8. Corrosion Engineering Firm: Engineering firm in charge of the corrosion protection 18 design on behalf of the Contractor. 19 9. Criterion: Standard for assessment of the effectiveness of a Cathodic Protection 20 System. 21 10. Current: Flow of electric charge. 22 11. Electrode: A conductor used to establish contact with an electrolyte and through 23 which current is transferred to or from an electrolyte. 24 12. Electrolyte: A chemical substance containing ions that migrate in an electric field 25 (i.e., soil or water). 26 13. Foreign Structure: Any metallic structure that is not intended as a part of a system 27 under Cathodic Protection. 28 14. Galvanic Anode: A metal that provides sacrificial protection to another metal that is 29 less active(more noble)when electrically coupled in an electrolyte. 30 15. Interference: Any electrical disturbance on a metallic structure as a result of stray 31 current. 32 16. Pipe-to-Electrolyte Potential: The potential difference between the pipe and the 33 electrolyte that is measured with reference to an electrode in contact with the 34 electrolyte. 35 17. Polarized Potential: The potential across the structure/electrolyte interface that is 36 the sum of the free corrosion potential and the cathodic polarization 37 18. Reference Electrode: An electrode whose open-circuit potential is constant under 38 similar conditions of measurement and is used to measure the relative potentials of 39 other electrodes 40 19. Stray Current: Current flow through paths other than the intended circuit. 41 20. Voltage: Electromotive force or difference in electrode potential expressed in volts. 42 C. Reference Standards 43 1. NACE International(MACE). CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 330412-3 MAGNESIUM ANODE CATHODIC PROTECTION Page 3 of 9 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS 3 A. Submittals shall be in accordance with Section 0133 00. 4 B. All submittals shall be approved by the City prior to delivery. 5 1.6 ACTION SUBMITTALM/INFORMATIONAL SUBMITTALS 6 A. Product Data 7 1. Submit product data for all components of the Cathodic Protection System. Data 8 submitted shall include: 9 a. Anodes 10 b. Anode Test Stations 11 c. Wiring 12 d. Splicing Materials 13 e. Thermite Weld Materials 14 f. Weld Coatings 15 1.7 CLOSEOUT SUBMITTALS 16 A. The results of all testing procedures shall be submitted to the Engineer or the City for 17 review and approval.Testing information required includes: 18 1. Anode groundbed current outputs 19 2. Pipe-to-soil potentials 20 3. Results of interference testing 21 4. Results of electrical isolation joint tests 22 5. Operating and maintenance instructions 23 B. Results of all testing are to be submitted to Owner for inclusion in the O&M manual. 24 C. Provide written documentation from the Corrosion Control Engineer of any deficiencies 25 discovered during the post installation inspection. 26 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 27 1.9 QUALITY ASSURANCE 28 A. Qualifications 29 1. Cathodic Protection installer shall show adequate documented experience in the 30 type of Cathodic Protection work required for the project. 31 B. Certifications 32 1. The Contractor shall, upon request by City, furnish manufacturer's certified test 33 reports that indicate that anodes meet Specifications and that all tests have been 34 performed in accordance with the applicable standards. 35 1.10 DELIVERY,STORAGE,AND HANDLING 36 A. Delivery of Cathodic Protection materials shall be coordinated by the Contractor. 37 B. Storage and Handling Requirements 38 1. Secure and maintain a location to store the material in accordance with Section 01 39 6600. CITY OF FORT WORTH Northside 1I 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 330412-4 MAGNESIUM ANODE CATHODIC PROTECTION Page 4 of 9 1 C. Packaging Waste Management 2 1. Dispose of anode and thermite weld material packaging properly and remove from 3 the job site after installation is complete. 4 1.11 FIELD [SITE] CONDITIONS'[NOT USED] 5 1.12 WARRANTY [NOT USED] 6 PART 2- PRODUCTS 7 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 8 2.2 MATERIALS 9 A. Sacrificial Anodes-Magnesium 10 1. Magnesium Anodes 11 a. Use standard alloy potential prepackaged Magnesium Anodes. 12 b. The metallurgical composition of the Magnesium Anodes shall conform to the 13 following: 14 Element Content Al 5.3 to 6.7. Zn 2.5 to 3.5 Mn 0.15 to 0.7 Cu 0.02 Maximum Ni 0.002 Maximum Fe 0.003 Maximum Other 0.3 Maximum(Total) Magnesium Remainder 15 16 2. Magnesium Anode Current Capacity 17 a. Magnesium Anodes require a current capacity of no less than 500 amp-hours 18 per pound of magnesium. 19 b. Magnesium Anodes shall have a minimum open circuit potential of-1.70 20 Volts with respect to a saturated Calomel electrode(-1.774 Volts with 21 respect to a Cu/CuSO4 electrode). 22 c. Magnesium Anodes shall have a minimum current efficiency of 50%. 23 3. Anode Backfill Material 24 a. Use chemical Backfill material around all galvanic anodes. 25 b. Backfill provides a reduced contact resistance to earth,provides a uniform 26 environment surrounding the anode, retains moisture around the anode and 27 prevents passivation of the anode. 28 c. All galvanic anodes shall come prepackaged in a backfill material conforming 29 to the following composition: 30 1) Ground hydrated gypsum: 75 percent 31 2) Powdered bentonite: 20 percent 32 3) Anhydrous sodium sulfate: 5 percent CITY OF FORT WORTH Northside 1148-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 330412-5 MAGNESIUM ANODE CATHODIC PROTECTION Page 5 of 9 1 4) Have a grain size backfill such that 100 percent is capable of passing 2 through a 20-mesh screen and 50 percent is retained by a 100-mesh screen. 3 d. Completely surround the anode with the backfill mixture within a cotton bag. 4 e. For cast magnesium ingots,the required weight of backfill shall be as follows: 5 Anode Weight Backfill Weight Total Weight (Pounds) (Pounds) (Pounds) 48 57 105 6 4. Anode Lead Wires 7 a. For the lead wire for the Magnesium Anodes, use a 10-foot length of No. 10 8 AWG stranded copper wire equipped with TW or THW insulation. 9 5. Lead Wire Connection to Magnesium Anode 10 a. Cast Magnesium Anodes with a 20 gauge galvanized steel core. 11 b. Extend one end of the core beyond the anode for the lead wire connection. 12 c. Silver-solder the lead wire to the core and fully insulate the connection. 13 B. Splicing Tape 14 1. Tape used for covering anode lead wire to anode header cable connections shall be 15 2 layers of Scotch 130C rubber splicing tape,then 2 layers of Scotch 88 vinyl 16 electrical tape as manufactured by 3M Scotch, or approved equal. 17 2. Taped splices shall be covered with a coating of 3M Scotchkote electrical coating, 18 or approved equal. 19 C. Crimping Lugs 20 1. Crimping lugs used to connect the anode lead wire to anode header cable shall be 21 copper compression crimpit Catalog No. YC 1 OC 10 as manufactured by Burndy, or 22 approved equal. 23 D. Anode Header Cable 24 1. Anode header cables routed between the anode groundbed and the test stations shall 25 be#8 AWG stranded,copper conductors with type HMWPE insulation(black). 26 E. Anode Test Stations 27 1. Test stations shall consist of test wires, a terminal head and a traffic box as shown 28 on the Drawings. 29 2. The terminal box shall be a 7 terminal NM-7 with cast iron lockable lid as 30 manufactured by CP Test Services, or approved equal. 31 3. The Precast Concrete traffic box shall be a 10.25-inch diameter 3-RT with a cast 32 iron cover marked "CP Test" as manufactured by Brooks Products, Inc, or approved 33 equal. 34 4. If the area is not paved,the test station shall be installed in a 24-inch x 24-inch x 6- 35 inch square concrete pad. 36 5. Install a marker sign adjacent to all flush-mounted test stations. 37 F. Shunt 38 1. Monitoring shunt shall be a 0.01 ohm Type RS shunt as manufactured by 39 Holloway, or approved equal. 40 2. There shall be at least 1 shunt in each Magnesium Anode test station. 41 G. Test Lead Wire CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 33 04 12-6 MAGNESIUM ANODE CATHODIC PROTECTION Page 6 of 9 1 1. Test station lead wires shall be#12 AWG stranded copper cable with type TW, 2 THW or TWIN insulation,black in color. 3 H. Marker Sign 4 1. Provide marker sign in accordance with Section 33 05 26. 5 2.3 ACCESSORIES [NOT USED] 6 2.4 SOURCE QUALITY CONTROL [NOT USED] 7 PART 3- EXECUTION 8 3.1 INSTALLERS [NOT USED] 9 3.2 EXAMINATION [NOT USED] 10 3.3 PREPARATION [NOT USED] 11 3.4 INSTALLATION 12 A. Installation of Sacrificial Anodes 13 1. Placement 14 a. Each anode shall be installed vertically in a 12-inch diameter by 10 foot deep -- --15 -- - - - -- hole or by trench maintaining the same spacing as shown on the Drawings. 16 b. Centerline of the anode shall be at a minimum of 10 feet from the centerline of 17 the pipe. 18 c. Anodes shall be installed within the pipeline right-of-way. 19 2. Augured Hole 20 a. The anode hole diameter shall easily accommodate the anode. 21 3. Backfilling 22 a. After the hole is augured,the packaged anode shall be lowered into the hole and 23 the soil shall be firmly tamped around the package so that it is in intimate 24 contact with the package. 25 b. Pour a minimum of 5 gallons of water into the anode hole. 26 c. Backfill the remainder of the anode hole. 27 4. Anode Lead Wire 28 a. Lead wires from the anodes shall be run underground at a minimum depth of 24 29 inches. 30 b. Each anode lead wire shall be connected to an anode header cable as indicated 31 on the Drawings. 32 5. Handling 33 a. Anodes shall be handled in a manner that will avoid damaging anode materials 34 and wire connections. 35 B. Installation of Wire and Cable 36 1. Depth 37 a. All underground wire and cable shall be installed at a minimum of 24 inches 38 below final grade with a:minimum separation of 6 inches from other 39 underground structures. 40 2. Anode Header Cable CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 330412-7 MAGNESIUM ANODE CATHODIC PROTECTION Page 7 of 9 1 a. Each anode lead wire shall be connected to a#8 AWG/HMWPE header cable 2 which shall be routed into a flush-to-grade test station. 3 3. Anode Lead Wire to Header Cable Connection 4 a. Each anode lead wire to header cable connection shall be made using a copper 5 compression connector. 6 b. Each connection shall be taped using rubber tape,vinyl tape and coated with 7 Scotchkote electrical coating as shown on the Drawings. 8 4. Anode-to-Pipeline Connection 9 a. Connect each group of anodes to the pipeline through a test station as shown on 10 the Drawings. 11 b. A 0.01 ohm shunt shall be used to connect the anode header cable to the 12 pipeline as shown on the Drawings. 13 5. A 3-inch wide,yellow,non-detectable warning tape labeled"Cathodic Protection 14 Cable Buried Below"shall be buried at a depth of 18 inches below the surface and 15 along the length of all Cathodic Protection cable trenches. 16 C. Test Lead Wire Attachment 17 1. Test lead cables shall be attached to the pipe by thermite welding. 18 2. The pipe to which the wires are to be attached shall be clean and dry. 19 3. A grinding wheel shall be used to remove all coating,mill scale, oxide, grease and 20 dirt from the pipe over an area approximately 3 inches square. 21 a. The surface shall be cleaned to bright metal. 22 4. The wires to be thermite welded to the pipe shall have approximately 1 inch of 23 insulation removed from each end,exposing clean, oxide-free copper for welding. 24 5. Charges and Molds 25 a. Weld charges and mold size shall be as specified by the manufacturer for the 26 specific surface configuration. 27 b. Care shall be taken during installation to be sure correct charges are used. 28 c. Welding charges and molds shall be the product of a manufacturer regularly 29 engaged in the production of such materials. 30 6. Using the proper size thermite weld mold as recommended by the manufacturer,the 31 wire shall be placed between the graphite mold and the prepared metal surface. 32 7. The metal disk shall be placed in the bottom of the mold. 33 8. The cap from the weld charge container shall be removed and the contents poured 34 into the mold. 35 9. Squeeze the bottom of the weld charge container to spread ignition powder over the 36 charge. 37 10. Close the mold cover and ignite the starting powder with a flint gun. The mold 38 should be held firmly in place until all of the charge has burned and the weld has 39 cooled slightly. 40 11. Remove the thermite weld mold and gently strike the weld with a hammer to 41 remove the weld slag. 42 12. Pull on the wire to assure a secure connection. 43 13. If the weld is not secure or the wire breaks, repeat the procedure. 44 14. If the weld is secure, coat all bare metal and weld metal with Stopaq CZ tape,or 45 approved equal. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 330412-8 MAGNESIUM ANODE CATHODIC PROTECTION Page 8 of 9 1 D. Flush-to-Grade Anode Test Stations 2 1. Flush-to-grade anode test stations shall be installed as shown on the Drawings. 3 2. Test stations shall be installed in a 24-inch x 24-inch x 6-inch square concrete pad. 4 3. Sufficient slack shall be coiled beneath the test station to allow for soil settlement 5 and to prevent damage to the leads during backflling. 6 a. Additional slack shall be left to allow for withdrawal of the terminal board a 7 minimum of 12 inches above the top of the concrete pad for test purposes. 8 E. Post Installation Backfilling of Cables 9 1. General 10 a. During the backfilling operation, cables shall be protected to prevent damage to 11 the wire insulation and conductor integrity. 12 3.5 REPAIR 13 A. Cut wires shall be spliced by using a copper compression connector. 14 1. The connection shall be completely sealed against moisture penetration by the use 15 of rubber tape,vinyl tape and Scotchkote electrical coating. 16 B. Damaged or missing test station components shall be replaced by equal components. 17 3.6 RE-INSTALLATION [NOT USED] 18 3.7 FIELD QUALITY CONTROL 19 A. Field Tests and Inspections 20 1. All components of the Cathodic Protection System shall be visually inspected by 21 the City prior to commissioning of the system. 22 3.8 SYSTEM STARTUP 23 A. General 24 1. The Cathodic Protection System shall be inspected,energized and adjusted 25 (commissioned)as soon as possible after the Cathodic Protection equipment has 26 been installed. 27 B. Equipment 28 1. All Cathodic Protection testing instruments shall be in proper working order and 29 calibrated according to factory specifications. 30 C. Commissioning 31 1. The commissioning of the Cathodic Protection System shall be performed by, or 32 under the direct supervision of,the Corrosion Engineering Firm qualified to verify 33 compliance with this Specification and with the referenced corrosion control 34 standards set forth by NACE International. 35 D. Method 36 1. Measure native state structure-to-soil potentials along the water line using the 37 permanent reference electrodes at each anode test station and a portable reference 38 electrode at all other test stations and at above grade pipeline appurtenances. 39 2. Energize the Cathodic Protection System by connecting each Magnesium Anode 40 groundbed to the pipeline lead in the test station junction box by means of a 0.01 41 ohm shunt. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 330412-9 MAGNESIUM ANODE CATHODIC PROTECTION Page 9 of 9 1 3. Record each anode groundbed current using the shunt. 2 4. Allow sufficient time for the pipeline to polarize. 3 5. Adjust, if necessary,the Cathodic Protection current output in each anode test 4 station to satisfy the 100-mV polarization shift criterion or the-850 millivolts-CSE 5 polarized potential criterion as established by NACE International standards. 6 6. Record all final current outputs measured at each test station. 7 7. Verify that all electrical isolation devices are operating properly including flange 8 isolators and casing spacers. 9 8. Verify that interference does not exist with foreign structures. 10 9. Perform joint tests with owners of the foreign structures(if any)and mitigate any 11 interference detected. 12 10. If necessary, install resistance bonds to mitigate interference. 13 11. Interference testing coordination with the owners of foreign structures is the 14 responsibility of the Cathodic Protection tester. 15 E. Verification and Responsibilities 16 1. Contractor shall correct, at his expense, any deficiencies in materials or installation 17 procedures discovered during the post-installation inspection. 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION [NOT USED] 22 3.13 MAINTENANCE [NOT USED] 23 3.14 ATTACHMENTS [NOT USED] 24 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 25 CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 33 04 40-1 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 1 of 8 1 SECTION 33 04 40 2 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. General 6 1. Before any newly constructed potable water mains will be permitted to be placed 7 into service in the Fort Worth Water Department's Water Distribution System, it 8 shall be cleaned(purged) and tested, or cleaned, disinfected, and tested until the 9 bacteria count within the water main meets the standards established by the Fort 10 Worth Water Department and the requirements of Chapter 290 of the Texas 11 Administrative Code(TAC)established by the Texas Commission on 12 Environmental Quality(TCEQ). 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. MODIFIED 1.2 A 1.)-Added b. lump sum payment when indicated on the 15 plans 16 2. MODIFIED 1.2 A 2.)—Added b.to define payment for disinfection plan by 17 lump sum. 18 C. Related Specification Sections include, but are not necessarily limited to: 19 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the 20 Contract 21 2. Division 1 —General Requirements 22 3. Section 33 0131 —Closed Circuit Television(CCTV)Inspection 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Measurement 26 a. This Item is considered subsidiary to the proposed water main being Cleaned 27 and Tested installed as the Northside H Phase I Part 2. 28 b. Measurement shall be by lump sum when indicated on the plans. 29 2. Payment 30 a. The work performed and the materials furnished in accordance with this Item 31 are subsidiary to cleaning,disinfection,hydrostatic testing, and bacteriological 32 testing and shall be subsidiary to the unit price bid per linear foot of water pipe 33 complete in place, and no other compensation will be allowed when associated 34 with the proposed Northside H Phase I Part 2. 35 b. The work performed and the materials furnished for the existing 36 Northside H Phase I Part 1 Water Main for disinfection and 37 bacteriological testing shall be by lump sum complete in place. 38 1.3 REFERENCES 39 A. Reference Standards CITY OF FORT WORTH Norihside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised February 6,2013 33 04 40-2 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 2 of 8 1 1. Reference standards cited in this Specification refer to the current reference 2 standard published at the time of the latest revision date logged at the end of this 3 Specification,unless a date is specifically cited. 4 2. American Water Works Association/American(AWWA): 5 a. C301, Prestressed Concrete Pressure Pipe, Steel-Cylinder Type. 6 b. C303, Concrete Pressure Pipe, Bar-Wrapped, Steel-Cylinder Type. 7 c. C651, Disinfecting Water Mains. 8 d. C655,Field De-Chlorination. 9 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 10 1.5 SUBMITTALS 11 A. Submittals 12 For 24-inch and larger water mains, provide the following: 13 1. Cleaning Plan—Prior to the start of construction, submit a water main cleaning plan 14 detailing the methods and schedule, including: 15 a. A detailed description of cleaning procedures 16 b. Pigging entry and exit ports 17 c. Flushing procedures 18 d. Plans and hydraulic calculations to demonstrate adequate flushing velocities 19 e. Control of water - 20 - f. Disposal 21 2. Disinfection Plan—prior to the start of construction submit a disinfection plan 22 including: 23 a. The method mixing and introducing chlorine 24 b. Flushing 25 c. De-chlorination 26 d. Sampling 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY,STORAGE,AND DANDLING [NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 34 PART 2 - PRODUCTS 35 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 36 2.2 PRODUCT TYPES 37 A. Pigs 38 1. Open cell polyurethane foam body CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised February 6,2013 33 04 40-3 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 3 of 8 1 2. Densities between 2 pounds per cubic foot up to 8 pounds per cubic foot 2 3. May be wrapped with polyurethane spiral bands 3 4. Abrasives are not permitted,unless expressly approved by the City in writing for 4 the particular application. 5 5. Must pass through a reduction up to 65 percent of the cross sectional area of the 6 nominal pipe diameter 7 6. Pigs shall be able to traverse standard piping arrangements such as 90 degree bends, 8 tees,crosses,wyes, and gate valves. 9 2.3 ACCESSORIES [NOT USED] 10 2.4 SOURCE QUALITY CONTROL [NOT USED] 11 PART 3- EXECUTION 12 3.1 INSTALLERS [NOT USED] 13 3.2 EXAMINATION [NOT USED] 14 3.3 PREPARATION [NOT USED] 15 3.4 ERECTION/INSTALLATION/APPLICATION [NOT USED] 16 3.5 REPAUVRESTORATION [NOT USED] 17 3.6 RE-INSTALLATION [NOT USED] 18 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 19 3.8 SYSTEM STARTUP [NOT USED] 20 3.9 ADJUSTING [NOT USED] 21 3.10 CLEANING 22 A. General 23 1. Al[water mains shall be cleaned prior to bacteriological testing. 24 a. Pig all 36-inch and smaller water mains. 25 b. Pig or manually sweep 42-inch and larger mains. 26 c. Flushing is only permitted when specially designated in the Drawings, or if 27 pigging is not practical and approved by the City. 28 B. Pigging Method 29 1. If the method of pigging is to be used,prepare the main for the installation and 30 removal of a pig,including: 31 a. Furnish all equipment, material and labor to satisfactorily expose cleaning Wye, 32 remove cleaning wye covers, etc. . 33 b. Where expulsion of the pig is required through a dead-ended conduit: 34 1) Prevent backflow of purged water into the main after passage of the pig. 35 2) Install a mechanical joint to provide a riser out of the trench on 12-inch and 36 smaller mains to prevent backwater re-entry into the main. CITY OF FORT WORTH Northside 1148-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised February 6,2013 33 04 40-4 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 4 of 8 1 3) Additional excavation of the trench may be performed on mains over 12 2 inches,to prevent backwater re-entry into the main. 3 4) Flush any backflow water that inadvertently enters the main. 4 c. Flush short dead-end pipe sections not swabbed by a pig. 5 d. Once pigging is complete: 6 1) Pigging wyes shall remain in place unless otherwise specified in the 7 Contract Documents. 8 2) Install cleaning wye, blind flanges or mechanical joint plugs. 9 3) Plug and place blocking at other openings. 10 4) Backfill 11 5) Complete all appurtenant work necessary to secure the system and proceed 12 with disinfection. 13 C. Flushing Method 14 1. Prepare the main by installing blow-offs at appropriate locations, of sufficient sizes 15 and numbers,and with adequate flushing to achieve a minimum velocity in the 16 main of 2.5 feet per second. 17 a. Minimum blow-off sizes for various main sizes are as follows: 18 1) 4-inch through 8-inch main—%-inch blow-off 19 2) 10-inch through 12-inch main— 1-inch blow-off 20 3) 16-inch and greater main—2-inch blow-off 21 b. Flushing shall be subject to the following limitations: 22 1) Limit the volume of water for flushing to 3 times the volume of the water 23 main. 24 2) Do not unlawfully discharge chlorinated water. 25 3) Do not damage private property. 26 4) Do not create a traffic hazard. 27 c. Once Flushing is complete: 28 1) Corporations stops used for flushing shall be plugged. 29 D. Daily main cleaning 30 1. Wipe joints and then inspect for proper installation. 31 2. Sweep each joint and keep clean during construction. 32 3. Install a temporary plug on all exposed mains at the end of each working day or an 33 extended period of work stoppage. 34 E. Hydrostatic Testing 35 1. All water main that is to be under pressure, shall be hydrostatically tested to meet 36 the following criteria: 37 a. Furnish and install corporations for proper testing of the main. 38 1) Furnish adequate and satisfactory equipment and supplies necessary to 39 make such hydrostatic tests. 40 2) The section of line to be tested shall be gradually filled with water, 41 carefully expelling the air and the specified pressure applied. 42 b. The City will furnish water required for the testing at its nearest City line. 43 c. Expel air from the pipe before applying the required test pressure. 44 d. Test Pressure 45 1) Test pressures should meet the following criteria: CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised February 6,2013 330440-5 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 5 of 8 1 a) Not less than 1.25 (187 psi minimum)times the stated working 2 pressure of the pipeline measured at the highest elevation along the test 3 section. 4 b) Not less than 1.5 (225 psi minimum)times the stated working pressure 5 at the lowest elevation of the test section. 6 e. Test Conditions 7 1) Must be at least 2 hour duration 8 2) Add water as necessary to sustain the required test pressure. 9 3) Test fire hydrants to the fire hydrant valve. 10 a) Leave the isolation valve on the fire hydrant lead line open during the 11 hydrostatic testing. 12 4) Test service lines to curb stop 13 a) Leave the corporation stop on the service line open during the 14 hydrostatic testing. 15 5) Close isolation valves for air release valves. 16 6) Makeup water must come from a container of fixed 55 gallon container that 17 does not have a water source. 18 f. Measure all water used in the pressure test through an approved meter,or 19 measure the difference in volume within a 55 gallon container. 20 1) Do not test against existing water distribution valves unless expressly 21 provided for in the Drawings, or approved by the City. 22 2)_ If.the City denies approval to test against existing water distribution system 23 valve,then make arrangements to plug and test the pipe at no additional 24 cost. 25 2. Allowable Leakage 26 a. No pipe installation should be accepted if the amount of makeup water is 27 greater than that determined using the following formula: 28 In inch-pound units, 29 L= SD SIP 30 148,000 31 32 Where: 33 L=testing allowance(make up water), gallons per hour 34 S= length of pipe tested, ft. 35 D=nominal diameter of pipe, in. 36 P=average test pressure during the hydrostatic test, psi 37 b. For any pipeline that fails to pass hydrostatic test: 38 1) Identify the cause 39 2) Repair the leak 40 3) Restore the trench and surface 41 4) Retest 42 c. All costs associated with repairing the pipeline to pass the hydrostatic test is the 43 sole responsibility of the Contractor and included in the price per linear foot of 44 pipe. 45 d. If the City determines that an existing system valve is responsible for the 46 hydrostatic test to fail,the Contractor shall make provisions to test the pipeline 47 without the use of the system valve. 48 e. There shall be no additional payment to the Contractor if the existing valve is 49 unable to sustain the hydrostatic test and shall be included in the price per linear 50 foot of pipe. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised February 6,2013 330440-6 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 6 of 8 1 F. Disinfection 2 1. General 3 a. Disinfection of the main shall be accomplished by the"continuous feed" 4 method or the"slug"method as determined by the Contractor. 5 b. The free chlorine amounts shown are minimums. The Contractor may require 6 higher rates. 7 1) Calcium hypochlorite granules shall be used as the source of chlorine. 8 c. Continuous Feed Method 9 1) Apply water at a constant rate in the newly laid main. 10 a) Use the existing distribution system or other approved source of I 1 supply. 12 2) At a point not more than 10 feet downstream from the beginning of the new 13 main,water entering the new main shall receive a dose of chlorine. 14 a) Free chlorine concentration: 50 mg/L minimum, or as required by 15 TCEQ,whichever is greater. 16 b) Chlorine applications shall not cease until the entire conduit is filled 17 with heavily chlorinated water. 18 3) Retain chlorinated water in the main for at least 24 hours. 19 a) Operate valves and hydrants in the section treated in order to disinfect 20 the appurtenances. 21 b) Prevent the flow of chlorinated water into mains in active service. 22 c) Residual at the end of the 24-hour period: 10 mg/L free chlorine, ................................................ 23 minimum, for the treated water in all portions of the main. 24 4) Flush the heavily chlorinated water from the main and dispose of in a 25 manner and at a location accepted by the City. 26 5) Test the chlorine residual prior to flushing operations. 27 a) If the chlorine residual exceeds 4 mg/L,the water shall remain in the 28 new main until the chlorine residual is less the 4 mg/L. 29 b) The Contractor may choose to evacuate the water into water trucks, or 30 other approved storage facility, and treat the water with Sodium 31 Bisulfate, or another de-chlorination chemical,or method appropriate 32 for potable water and approved by the City until the chlorine residual is 33 reduced to 4 mg/L or less. 34 c) After the specified chlorine residual is obtained,the water may then be 35 discharged into the drainage system or utilized by the Contractor. 36 d. Slug Method 37 1) Water from the existing distribution system or other approved source of 38 supply shall be made to flow at a constant rate in the newly laid main. 39 2) At a point not more than 10 feet downstream from the beginning of the new 40 main,water entering the new main shall receive a dose of chlorine. 41 a) Free chlorine concentration: 100 mg/L minimum, or as required by 42 TCEQ,whichever is greater. 43 b) The chlorine shall be applied continuously and for a sufficient time to 44 develop a solid column or"slug"of chlorinated water that shall expose 45 all interior surfaces to the"slug"for at least 3 hours. 46 3) Operate the fittings and valves as the chlorinated water flows past to 47 disinfect the appurtenances. 48 4) Prevent the flow of chlorinated water into mains in active service. 49 5) Flush the heavily chlorinated water from the main and dispose of in a 50 manner and at a location accepted by the City. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised February 6,2013 330440-7 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 7 of 8 1 6) Upon completion,test the chlorine residual remaining in the main. 2 a) Chlorine levels of 4 mg/l or less should be maintained. 3 2. Contractor Requirements 4 a. Furnish all equipment, material and labor to satisfactorily prepare the main for 5 the disinfection method approved by the City with adequate provisions for 6 sampling. 7 b. Make all necessary taps into the main to accomplish chlorination of a new line, 8 unless otherwise specified in the Contract Documents. 9 c. After satisfactory completion of the disinfection operation, as determined by 10 the City, remove surplus pipe at the chlorination and sampling points,plug the 11 remaining pipe,backfill and complete all appurtenant work necessary to secure 12 the main. 13 G. Dechlorination 14 1. General. All chlorinated water shall be de-chlorinated before discharge to the 15 environment. Chemical amounts,as listed in ANSI/AWWA C651: "Disinfecting 16 Water Mains", shall be used to neutralize the residual chlorine concentrations using 17 de-chlorination procedures listed in ANSI/AWWA C655: "Field De-Chlorination". 18 De-Chlorination shall continue until chlorine residual is non-detectable. 19 2. Testing. Contractor shall continuously test for the chlorine residual level 20 immediately downstream of the de-chlorination process,during the entire discharge 21 of the chlorinated water. Contractor shall periodically conduct chlorine residual 22 testing and check for possible fish kills at locations where discharged water enters 23 the existing watershed. 24 3. Fish Kill. If a fish kill occurs associated with the discharge of water from the 25 distribution system or any other construction activities: 26 a. The Contract shall immediately alter activities to prevent further fish kills. 27 b. The Contractor shall immediately notify Water Department Field Operations 28 Dispatch. 29 c. The Contractor shall coordinate with City to properly notify TCEQ. 30 d. Any fines assessed by the TCEQ(or local, state of federal agencies)for fish 31 kills shall be the responsibility of the Contractor. 32 H. Bactcriological Testing(Water Sampling) 33 1. General 34 a. Notify the City when the main is suitable for sampling. 35 b. The City shall then take water samples from a suitable tap for analysis by the 36 City's laboratory, unless otherwise specified in the Contract Documents. 37 1) No hose or fire hydrant shall be used in the collection of samples. 38 2. Water Sampling 39 a. Complete microbiological sampling prior to connecting the new main into the 40 existing distribution system in accordance with AWWA C651. 41 b. Collect samples for bacteriological analysis in sterile bottles treated with 42 sodium thiosulfate. 43 c. Collect 2 consecutive sets of acceptable samples, taken at least 24 hours apart, 44 from the new main. 45 d. Collect at least 1 set of samples from every 1,000 linear feet of the new main 46 (or at the next available sampling point beyond 1,000 linear feet as designated 47 by the City), plus 1 set from the end of the line and at least 1 set from each 48 branch. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised February 6,2013 330440-8 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 8 of 8 1 e. If trench water has entered the new main during construction or, if in the 2 opinion of the City,excessive quantities of dirt or debris have entered the new 3 main, obtain bacteriological samples at intervals of approximately 200 linear 4 feet. 5 f. Obtain samples from water that has stood in the new main for at least 16 hours 6 after formal flushing. 7 3. Repetition of Sampling 8 a. Unsatisfactory test results require a repeat of the disinfection process and re- 9 sampling as required above until a satisfactory sample is obtained. 10 3.11 CLOSEOUT ACTIVITIES [NOT USED] 11 3.12 PROTECTION [NOT USED] 12 3.13 MAINTENANCE [NOT USED] 13 3.14 ATTACHMENTS [NOT USED] 14 END OF SECTION 15 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 3.10.E.Le.-Added service lines to hydrostatic testing requirements 2/6/2013 D Townsend 1.3.A.1d Added AW WA C655 Field De-Chlorination as reference 3.10.G—Added De-Chlorination Requirement 16 CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised February 6,2013 330510-1 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page i of 19 1 SECTION 33 0510 2 UTILITY TRENCH EXCAVATION,EMBEDMENT AND BACKFILL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Excavation,Embedment and Backfill for: 7 a. Pressure Applications 8 1) Water Distribution or Transmission Main 9 2) Wastewater Force Main 10 3) Reclaimed Water Main 11 b. Gravity Applications 12 1) Wastewater Gravity Mains 13 2) Storm Sewer Pipe and Culverts 14 3) Storm Sewer Precast Box and Culverts 15 2. Including: 16 a. Excavation of all material encountered, including rock and unsuitable materials 17 b. Disposal of excess unsuitable material 18 c. Site specific trench safety 19 d. Pumping and dewatering 20 e. Embedment 21 f. Concrete encasement for utility lines 22 g. Backfill 23 h. Compaction 24 B. Deviations from this City of Fort Worth Standard Specification 25 1. MODIFIED 3.4.E.3.a.1)—Required Compaction and Density for Final Backfill 26 (depths less than 15 feet) 27 C. Related Specification Sections include, but are not necessarily limited to: 28 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the 29 Contract 30 2. Division 1 —General Requirements 31 3. Section 02 41 13 —Selective Site Demolition 32 4. Section 02 41 15—Paving Removal 33 5. Section 02 41 14—Utility Removal/Abandonment 34 6. Section 03 30 00—Cast-in-place Concrete 35 7. Section 03 34 13—Controlled Low Strength Material(CLSM) 36 8. Section 31 10 00—Site Clearing 37 9. Section 3125 00—Erosion and Sediment Control 38 10. Section 33 05 26—Utility Markers/Locators 39 11. Section 34 71 13 —Traffic Control 40 1.2 PRICE AND PAYMENT PROCEDURES 41 A. Measurement and Payment CITY OF FORT WORTH Northside II48-Inch Water Main,Phase I,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised June 19,2013 33 05 10-2 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 2 of 19 1 1. Trench Excavation,Embedment and Backfill associated with the installation of an 2 underground utility or excavation 3 a. Measurement 4 1) This Item is considered subsidiary to the installation of the utility pipe line 5 as designated in the Drawings. 6 b. Payment 7 1) The work performed and the materials furnished in accordance with this 8 Item are considered subsidiary to the installation of the utility pipe for the 9 type of embedment and backfill as indicated on the plans.No other 10 compensation will be allowed. 11 2. Imported Embedment or Backfill 12 a. Measurement 13 1) Measured by the cubic yard as delivered to the site and recorded by truck 14 ticket provided to the City 15 b. Payment 16 1) Imported fill shall only be paid when using materials for embedment and 17 backfill other than those identified in the Drawings. The work performed 18 and materials furnished in accordance with pre-bid item and measured as 19 provided under"Measurement"will be paid for at the unit price bid per 20 cubic yard of"Imported EmbedmentBackfill"delivered to the Site for: 21 a) Various embedment/backfill materials 22 c. The price bid shall include: 23 1) Furnishing backfill or embedment as specified by this Specification 24 2) Hauling to the site 25 3) Placement and compaction of backfill or embedment 26 3. Concrete Encasement for Utility Lines 27 a. Measurement 28 1) Measured by the cubic yard per plan quantity. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 and measured as provided under"Measurement"will be paid for at the unit 32 price bid per cubic yard of"Concrete Encasement for Utility Lines"per 33 plan quantity. 34 c. The price bid shall include: 35 1) Furnishing,hauling,placing and finishing concrete in accordance with 36 Section 03 30 00 37 2) Clean-up 38 4. Ground Water Control 39 a. Measurement 40 1) Measurement shall be lump sum when a ground water control plan is 41 specifically required by the Contract Documents. 42 b. Payment 43 1) Payment shall be per the lump sum price bid for"Ground Water Control" 44 including: 45 a) Submittals 46 b) Additional Testing 47 c) Ground water control system installation 48 d) Ground water control system operations and maintenance 49 e) Disposal of water CITY OF FORT WORTH Northside 1148-Inch Water Main,Phase 1,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised June 19,2013 33 05 10-3 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 3 of 19 1 f) Removal of ground water control system 2 5. Trench Safety 3 a. Measurement 4 1) Measured per linear foot of excavation for all trenches that require trench 5 safety in accordance with OSHA excavation safety standards(29 CFR Part 6 1926 Subpart P Safety and Health regulations for Construction) 7 b. Payment 8 1) The work performed and materials furnished in accordance with this Item 9 and measured as provided under"Measurement"will be paid for at the unit 10 price bid per linear foot of excavation to comply with OSHA excavation 11 safety standards(29 CFR Part 1926.650 Subpart P), including, but not 12 limited to, all submittals, labor and equipment. 13 1.3 REFERENCES 14 A. Definitions 15 1. General—Definitions used in this section are in accordance with Terminologies 16 ASTM F412 and ASTM D8 and Terminology ASTM D653,unless otherwise 17 noted. 18 2. Definitions for trench width,backfill,embedment, initial backfill,pipe zone, 19 haunching bedding, springline,pipe zone and foundation are defined as shown in 20 the following schematic: \\ X/ VED AREAS UNPAVED AREAS \\\\ U '/ / / m m J J ¢ z INITIAL BACKFILL w z r/ � o CC) SPRINGLINE %\ N LLJ LLJ HAUNCHING BEDDING FOUNDATION \� \\ OD CLEARANCE EXCAVATED TRENCH WIDTH 21 CITY OF FORT WORTH Northside II48-Inch Water Main,Phase I,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised June 19,2013 3305 10-4 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 4 of 19 1 3. Deleterious materials—Harmful materials such as clay lumps, silts and organic 2 material 3 4. Excavated Trench Depth—Distance from the surface to the bottom of the bedding 4 or the trench foundation 5 5. Final Backfill Depth 6 a. Unpaved Areas—The depth of the final backfill measured from the top of the 7 initial backfill to the surface 8 b. Paved Areas—The depth of the final backfill measured from the top of the 9 initial backfill to bottom of permanent or temporary pavement repair 10 B. Reference Standards 11 1. Reference standards cited in this Specification refer to the current reference 12 standard published at the time of the latest revision date logged at the end of this 13 Specification,unless a date is specifically cited. 14 2. ASTM Standards: 15 a. ASTM C33-08 Standard Specifications for Concrete Aggregates 16 b. ASTM C88-05 Soundness of Aggregate by Use of Sodium Sulfate or 17 Magnesium Sulfate 18 c. ASTM C136-01 Test Method for Sieve Analysis of Fine and Coarse Aggregate 19 d. ASTM D448-08 Standard Classification for Sizes of Aggregate for Road and 20 Bridge Construction. 21 e. ASTM C535-09 Standard Test Method for Resistance to Degradation of Large- 22 Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine 23 f. ASTM D588—Standard Test method for Moisture-Density Relations of Soil- 24 Cement Mixture 25 g. ASTM D698-07 Test Method for Laboratory Compaction Characteristics of 26 Soil Using Stand Efforts(12,400 ft-lb/ft3 600 Kn-m/M3)). 27 h. ASTM 1556 Standard Test Methods for Density and Unit Weight of Soils in 28 Place by Sand Cone Method. 29 i. ASTM 2487— 10 Standard Classification of Soils for Engineering Purposes 30 (Unified Soil Classification System) 31 j. ASTM 2321-09 Underground Installation of Thermoplastic Pipe for Sewers 32 and Other Gravity-Flow Applications 33 k. ASTM D2922—Standard Test Methods for Density of Soils and Soil 34 Aggregate in Place by Nuclear Methods(Shallow Depth) 35 1. ASTM 3017- Standard Test Method for Water Content of Soil and Rock in 36 place by Nuclear Methods(Shallow Depth) 37 in. ASTM D4254- Standard Test Method for Minimum Index Density and Unit 38 Weight of Soils and Calculations of Relative Density 39 3. OSHA 40 a. Occupational Safety and Health Administration CFR 29,Part 1926-Safety 41 Regulations for Construction, Subpart P-Excavations 42 1.4 ADMINISTRATIVE REQUIREMENTS 43 A. Coordination 44 1. Utility Company Notification 45 a. Notify area utility companies at least 48 hours in advance, excluding weekends 46 and holidays, before starting excavation. CITY OF FORT WORTH Northside II48-Inch Water Main,Phase I,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised June 19,2013 330510-5 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 5 of 19 1 b. Request the location of buried lines and cables in the vicinity of the proposed 2 work. 3 B. Sequencing 4 1. Sequence work for each section of the pipe installed to complete the embedment 5 and backfill placement on the day the pipe foundation is complete. 6 2. Sequence work such that proctors are complete in accordance with ASTM D698 7 prior to commencement of construction activities. 8 1.5 SUBMITTALS 9 A. Submittals shall be in accordance with Section 0133 00. 10 B. All submittals shall be approved by the City prior to construction. 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 12 A. Shop Drawings 13 1. Provide detailed drawings and explanation for ground water and surface water 14 control, if required. 15 2. Trench Safety Plan in accordance with Occupational Safety and Health 16 Administration CFR 29,Part 1926-Safety Regulations for Construction, Subpart P- 17 Excavations 18 3. Stockpiled excavation and/or backfill material 19 a. Provide a description of the storage of the excavated material only if the 20 Contract Documents do not allow storage of materials in the right-of-way of the 21 easement. 22 1.7 CLOSEOUT SUBMITTALS [NOT USED] 23 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 24 1.9 QUALITY ASSURANCE [NOT USED] 25 1.10 DELIVERY,STORAGE,AND HANDLING 26 A. Storage 27 1. Within Existing Rights-of-Way(ROW) 28 a. Spoil, imported embedment and backfill materials may be stored within 29 existing ROW, easements or temporary construction easements, unless 30 specifically disallowed in the Contract Documents. 31 b. Do not block drainage ways, inlets or driveways. 32 c. Provide erosion control in accordance with Section 3125 00. 33 d. Store materials only in areas barricaded as provided in the traffic control plans. 34 e. In non-paved areas, do not store material on the root zone of any trees or in 35 landscaped areas. 36 2. Designated Storage Areas 37 a. If the Contract Documents do not allow the storage of spoils,embedment or 38 backfill materials within the ROW, easement or temporary construction 39 easement,then secure and maintain an adequate storage location. 40 b. Provide an affidavit that rights have been secured to store the materials on 41 private property. 42 c. Provide erosion control in accordance with Section 3125 00. 43 d. Do not block drainage ways. CITY OF FORT WORTH Northside II48-Inch Water Main,Phase I,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised June 19,2013 330510-6 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 6 of 19 1 e. Only materials used for 1 working day will be allowed to be stored in the work 2 zone. 3 B. Deliveries and haul-off-Coordinate all deliveries and haul-off. 4 1.11 FIELD [SITE] CONDITIONS 5 A. Existing Conditions 6 1. Any data which has been or may be provided on subsurface conditions is not 7 intended as a representation or warranty of accuracy or continuity between soils. It 8 is expressly understood that neither the City nor the Engineer will be responsible 9 for interpretations or conclusions drawn there from by the Contractor. 10 2. Data is made available for the convenience of the Contractor. 11 1.12 WARRANTY [NOT USED] 12 PART 2- PRODUCTS 13 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS 14 2.2 MATERIALS 15 A. Materials 16 1. Utility Sand 17 a. Granular and free flowing 18 b. Generally meets or exceeds the limits on deleterious substances per Table 1 for 19 fine aggregate according to ASTM C 33 20 c. Reasonably free of organic material 21 d. Gradation: Sieve Size Percent Retained 1 inch 0 3/8 inch 0-10 #40 20-60 #100 95 22 2. Crushed Rock 23 a. Durable crushed rock or recycled concrete 24 b. Meets the gradation of ASTM D448 size numbers 56, 57 or 67 25 c. May be unwashed 26 d. Free from significant silt clay or unsuitable materials 27 e. Percentage of wear not more than 40 percent per ASTM C131 or C 53 5 28 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of 29 sodium sulfate soundness per ASTM C88 30 3. Fine Crushed Rock 31 a. Durable crushed rock 32 b. Meets the gradation of ASTM D448 size numbers 8 or 89 33 c. May be unwashed 34 d. Free from significant silt clay or unsuitable materials. 35 e. Have a percentage of wear not more than 40 percent per ASTM C131 or C535 36 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of 37 sodium sulfate soundness per ASTM C88 38 4. Ballast Stone CITY OF FORT WORTH Northside II48-Inch Water Main,Phase I,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised June 19,2013 330510-7 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 7 of 19 1 a. Stone ranging from 3 inches to 6 inches in greatest dimension. 2 b. May be unwashed 3 c. Free from significant silt clay or unsuitable materials 4 d. Percentage of wear not more than 40 percent per ASTM C 131 or C535 5 e. Not more than a 12 percent maximum loss when subjected to 5 cycles of 6 sodium sulfate soundness per ASTM C88 7 5. Acceptable Backfill Material 8 a. In-situ or imported soils classified as CL, CH, SC or GC in accordance with 9 ASTM D2487 10 b. Free from deleterious materials,boulders over 6 inches in size and organics 11 c. Can be placed free from voids 12 d. Must have 20 percent passing the number 200 sieve 13 6. Blended Backfill Material 14 a. In-situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 15 b. Blended with in-situ or imported acceptable backfill material to meet the 16 requirements of an Acceptable Backfill Material 17 c. Free from deleterious materials, boulders over 6 inches in size and organics 18 d. Must have 20 percent passing the number 200 sieve 19 7. Unacceptable Backfill Material 20 a. In-situ soils classified as ML,MH,PT,OL or OH in accordance with ASTM 21 D2487 22 8. Select Fill 23 a. Classified as SC or CL in accordance with ASTM D2487 24 b. Liquid limitless than 35 25 c. Plasticity index between 8 and 20 26 9. Cement Stabilized Sand(CSS) 27 a. Sand 28 1) Shall be clean, durable sand meeting grading requirements for fine 29 aggregates of ASTM C33 and the following requirements: 30 a) Classified as SW, SP, or SM by the United Soil Classification System 31 of ASTM D2487 32 b) Deleterious materials 33 (1) Clay lumps,ASTM C142, less than 0.5 percent 34 (2) Lightweight pieces,ASTM C 123, less than 5.0 percent 35 (3) Organic impurities,ASTM C40, color no darker than standard 36 color 37 (4) Plasticity index of 4 or less when tested in accordance with ASTM 38 D4318. 39 b. Minimum of 4 percent cement content of Type I/11 portland cement 40 c. Water 41 1) Potable water,free of soils,acids, alkalis,organic matter or other 42 deleterious substances,meeting requirements of ASTM C94 43 d. Mix in a stationary pug mill,weigh-batch or continuous mixing plant. 44 e. Strength 45 1) 50 to 150 psi compressive strength at 2 days in accordance with ASTM 46 D1633, Method A 47 2) 200 to 250 psi compressive strength at 28 days in accordance with ASTM 48 D1633, Method A CITY OF FORT WORTH Northside II48-Inch Water Main,Phase I,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised June 19,2013 3305 10-8 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 8 of 19 1 3) The maximum compressive strength in 7 days shall be 400 psi. Backfill 2 that exceeds the maximum compressive strength shall be removed by the 3 Contractor for no additional compensation. 4 f. Random samples of delivered product will be taken in the field at point of 5 delivery for each day of placement in the work area. Specimens will be 6 prepared in accordance with ASTM D1632. 7 10. Controlled Low Strength Material(CLSM) 8 a. Conform to Section 03 34 13 9 11. Trench Geotextile Fabric 10 a. Soils other than ML or OH in accordance with ASTM D2487 11 1) Needle punch,nonwoven geotextile composed of polypropylene fibers 12 2) Fibers shall retain their relative position 13 3) Inert to biological degradation 14 4) Resist naturally occurring chemicals 15 5) UV Resistant 16 6) Mirafi 140N by Tencate, or approved equal 17 b. Soils Classified as ML or OH in accordance with ASTM D2487 18 1) High-tenacity monofilament polypropylene woven yarn 19 2) Percent open area of 8 percent to 10 percent 20 3) Fibers shall retain their relative position 21 4) Inert to biological degradation 22 5) Resist naturally occurring chemicals 23 6) UV Resistant 24 7) Miraf FW402 by Tencate,or approved equal 25 12. Concrete Encasement 26 a. Conform to Section 03 30 00. 27 2.3 ACCESSORIES [NOT USED] 28 2.4 SOURCE QUALITY CONTROL [NOT USED] 29 PART 3 - EXECUTION 30 3.1 INSTALLERS [NOT USED] 31 3.2 EXANIINATION 32 A. Verification of Conditions 33 1. Review all known, identified or marked utilities,whether public or private, prior to 34 excavation. 35 2. Locate and protect all known, identified and marked utilities or underground 36 facilities as excavation progresses. 37 3. Notify all utility owners within the project limits 48 hours prior to beginning 38 excavation. 39 4. The information and data shown in the Drawings with respect to utilities is 40 approximate and based on record information or on physical appurtenances 41 observed within the project limits. 42 5. Coordinate with the Owner(s)of underground facilities. 43 6. Immediately notify any utility owner of damages to underground facilities resulting 44 from construction activities. CITY OF FORT WORTH Northside I148-Inch Water Main,Phase 1,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised June 19,2013 33 05 10-9 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 9 of 19 1 7. Repair any damages resulting from the construction activities. 2 B. Notify the City immediately of any changed condition that impacts excavation and 3 installation of the proposed utility. 4 3.3 PREPARATION 5 A. Protection of In-Place Conditions 6 1. Pavement 7 a. Conduct activities in such a way that does not damage existing pavement that is 8 designated to remain. 9 1) Where desired to move equipment not licensed for operation on public 10 roads or across pavement,provide means to protect the pavement from all 11 damage. 12 b. Repair or replace any pavement damaged due to the negligence of the 13 contractor outside the limits designated for pavement removal at no additional 14 cost to the City. 15 2. Drainage 16 a. Maintain positive drainage during construction and re-establish drainage for all 17 swales and culverts affected by construction. 18 3. Trees 19 a. When operating outside of existing ROW, stake permanent and temporary 20 construction easements. 21 b. Restrict all construction activities to the designated easements and ROW. 22 c. Flag and protect all trees designated to remain in accordance with Section 31 10 23 00. 24 d. Conduct excavation,embedment and backfill in a manner such that there is no 25 damage to the tree canopy. 26 e. Prune or trim tree limbs as specifically allowed by the Drawings or as 27 specifically allowed by the City. 28 1) Pruning or trimming may only be accomplished with equipments 29 specifically designed for tree pruning or trimming. 30 f. Remove trees specifically designated to be removed in the Drawings in 31 accordance with Section 31 10 00. 32 4. Above ground Structures 33 a. Protect all above ground structures adjacent to the construction. 34 b. Remove above ground structures designated for removal in the Drawings in 35 accordance with Section 02 41 13 36 5. Traffic 37 a. Maintain existing traffic, except as modified by the traffic control plan,and in 38 accordance with Section 34 71 13. 39 b. Do not block access to driveways or alleys for extended periods of time unless: 40 1) Alternative access has been provided 41 2) Proper notification has been provided to the property owner or resident 42 3) It is specifically allowed in the traffic control plan 43 c. Use traffic rated plates to maintain access until access is restored. 44 6. Traffic Signal—Poles,Mast Arms,Pull boxes, Detector loops 45 a. Notify the City's Traffic Services Division a minimum of 48 hours prior to any 46 excavation that could impact the operations of an existing traffic signal. CITY OF FORT WORTH Northside II48-Inch Water Main,Phase I,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised June 19,2013 3305 10-10 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 10 of 19 1 b. Protect all traffic signal poles,mast arms,pull boxes,traffic cabinets,conduit 2 and detector loops. 3 c. Immediately notify the City's Traffic Services Division if any damage occurs to 4 any component of the traffic signal due to the contractors activities. 5 d. Repair any damage to the traffic signal poles,mast arms,pull boxes,traffic 6 cabinets, conduit and detector loops as a result of the construction activities. 7 7. Fences 8 a. Protect all fences designated to remain. 9 b. Leave fence in the equal or better condition as prior to construction. 10 3.4 INSTALLATION 11 A. Excavation 12 1. Excavate to a depth indicated on the Drawings. 13 2. Trench excavations are defined as unclassified. No additional payment shall be 14 granted for rock or other in-situ materials encountered in the trench. 15 3. Excavate to a width sufficient for laying the pipe in accordance with the Drawings 16 and bracing in accordance with the Excavation Safety Plan. 17 4. The bottom of the excavation shall be firm and free from standing water. 18 a. Notify the City immediately if the water and/or the in-situ soils do not provide 19 for a firm trench bottom. 20 b. The City will determine if any changes are required in the pipe foundation or 21 bedding. 22 5. Unless otherwise permitted by the Drawings or by the City,the limits of the 23 excavation shall not advance beyond the pipe placement so that the trench may be 24 backfilled in the same day. 25 6. Over Excavation 26 a. Fill over excavated areas with the specified bedding material as specified for 27 the specific pipe to be installed. 28 b. No additional payment will be made for over excavation or additional bedding 29 material. 30 7. Unacceptable Backfill Materials 31 a. In-situ soils classified as unacceptable backfill material shall be separated from 32 acceptable backfill materials. 33 b. If the unacceptable backfill material is to be blended in accordance with this 34 Specification,then store material in a suitable location until the material is 35 blended. 36 c. Remove all unacceptable material from the project site that is not intended to be 37 blended or modified. 38 8. Rock—No additional compensation will be paid for rock excavation or other 39 changed field conditions. 40 B. Shoring, Sheeting and Bracing 41 1. Engage a Licensed Professional Engineer in the State of Texas to design a site 42 specific excavation safety system in accordance with Federal and State 43 requirements. 44 2. Excavation protection systems shall be designed according to the space limitations 45 as indicated in the Drawings. CITY OF FORT WORTH Northside II48-Inch Water Main,Phase I,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised June 19,2013 33 05 10-11 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page l I of 19 1 3. Furnish,put in place and maintain a trench safety system in accordance with the 2 Excavation Safety Plan and required by Federal, State or local safety requirements. 3 4. If soil or water conditions are encountered that are not addressed by the current 4 Excavation Safety Plan, engage a Licensed Professional Engineer in the State of 5 Texas to modify the Excavation Safety Plan and provide a revised submittal to the 6 City. 7 5. Do not allow soil, or water containing soil,to migrate through the Excavation 8 Safety System in sufficient quantities to adversely affect the suitability of the 9 Excavation Protection System. Movable bracing, shoring plates or trench boxes 10 used to support the sides of the trench excavation shall not: 11 a. Disturb the embedment located in the pipe zone or lower 12 b. Alter the,pipe's line and grade after the Excavation Protection System is 13 removed 14 c. Compromise the compaction of the embedment located below the spring line of 15 the pipe and in the haunching 16 C. Water Control 17 1. Surface Water 18 a. Furnish all materials and equipment and perform all incidental work required to 19 direct surface water away from the excavation. 20 2. Ground Water 21 a. Furnish all materials and equipment to dewater ground water by a method 22 which preserves the undisturbed state of the subgrade soils. 23 b. Do not allow the pipe to be submerged within 24 hours after placement. 24 c. Do not allow water to flow over concrete until it has sufficiently cured. 25 d. Engage a Licensed Engineer in the State of Texas to prepare a Ground Water 26 Control Plan if any of the following conditions are encountered: 27 1) A Ground Water Control Plan is specifically required by the Contract 28 Documents 29 2) If in the sole judgment of the City,ground water is so severe that an 30 Engineered Ground Water Control Plan is required to protect the trench or 31 the installation of the pipe which may include: 32 a) Ground water levels in the trench are unable to be maintained below 33 the top of the bedding 34 b) A firm trench bottom cannot be maintained due to ground water 35 c) Ground water entering the excavation undermines the stability of the 36 excavation. 37 d) Ground water entering the excavation is transporting unacceptable 38 quantities of soils through the Excavation Safety System. 39 e. In the event that there is no bid item for a Ground Water Control and the City 40 requires an Engineered Ground Water Control Plan due to conditions 41 discovered at the site,the contractor will be eligible to submit a change order. 42 f. Control of ground water shall be considered subsidiary to the.excavation when: 43 1) No Ground Water Control Plan is specifically identified and required in the 44 Contract Documents 45 g. Ground Water Control Plan installation,operation and maintenance 46 1) Furnish all materials and equipment necessary to implement, operate and 47 maintain the Ground Water Control Plan. CITY OF FORT WORTH Northside II48-Inch Water Main,Phase I,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised June 19,2013 3305 10-12 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 12 of 19 1 2) Once the excavation is complete, remove all ground water control 2 equipment not called to be incorporated into the work. 3 h. Water Disposal 4 1) Dispose of ground water in accordance with City policy or Ordinance. 5 2) Do not discharge ground water onto or across private property without 6 written permission. 7 3) Permission from the City is required prior to disposal into the Sanitary 8 Sewer. 9 4) Disposal shall not violate any Federal, State or local regulations. 10 D. Embedment and Pipe Placement 11 1. Water Lines less than,or equal to, 12 inches in diameter: 12 a. The entire embedment zone shall be of uniform material. 13 b. Utility sand shall be generally used for embedment. 14 c. If ground water is in sufficient quantity to cause sand to pump,then use 15 crushed rock as embedment. 16 1) If crushed rock is not specifically identified in the Contract Documents, 17 then crushed rock shall be paid by the pre-bid unit price. 18 d. Place evenly spread bedding material on a firm trench bottom. 19 e. Provide firm,uniform bedding. 20 f. Place pipe on the bedding in accordance with the alignment of the Drawings. 21 g. In no case shall the top of the pipe be less than 42 inches from the surface of the 22 - proposed grade,unless specifically called for in the Drawings. 23 h. Place embedment, including initial backfill,to a minimum of 6 inches, but not 24 more than 12 inches,above the pipe. 25 i. Where gate valves are present,the initial backfill shall extend to 6 inches above 26 the elevation of the valve nut. 27 j. Form all blocking against undisturbed trench wall to the dimensions in the 28 Drawings. 29 k. Compact embedment and initial backfill. 30 1. Place marker tape on top of the initial trench backfill in accordance with 31 Section 33 05 26. 32 2. Water Lines 16-inches through 24-inches in diameter: 33 a. The entire embedment zone shall be of uniform material. 34 b. Utility sand may be used for embedment when the excavated trench depth is 35 less than 15 feet deep. 36 c. Crushed rock or fine crushed rock shall be used for embedment for excavated 37 trench depths 15 feet,or greater. 38 d. Crushed rock shall be used for embedment for steel pipe. 39 e. Provide trench geotextile fabric at any location where crushed rock or fine 40 crushed rock come into contact with utility sand 41 f. Place evenly spread bedding material on a firm trench bottom. 42 g. Provide firm,uniform bedding. 43 1) Additional bedding may be required if ground water is present in the 44 trench. 45 2) If additional crushed rock is required not specifically identified in the 46 Contract Documents,then crushed rock shall be paid by the pre-bid unit 47 price. 48 h. Place pipe on the bedding according to the alignment shown on the Drawings. 49 i. The pipe line shall be within: CITY OF FORT WORTH Northside II48-Inch Water Main,Phase I,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised June 19,2013 33 05 10-13 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 13 of 19 1 1) ±3 inches of the elevation on the Drawings for 16-inch and 24-inch water 2 lines 3 j. Place and compact embedment material to adequately support haunches in 4 accordance with the pipe manufacturer's recommendations. 5 k. Place remaining embedment including initial backfill to a minimum of 6 inches, 6 but not more than 12 inches,above the pipe. 7 1. Where gate valves are present,the initial backfill shall extend to up to the valve 8 nut. 9 in. Compact the embedment and initial backfill to 95 percent Standard Proctor 10 ASTM D 698. 11 n. Density test may be performed by City to verify that the compaction of 12 embedment meets requirements. 13 o. Place trench geotextile fabric on top of the initial backfill. 14 p. Place marker tape on top of the trench geotextile fabric in accordance with 15 Section 33 05 26. 16 3. Water Lines 30-inches and greater in diameter 17 a. The entire embedment zone shall be of uniform material. 18 b. Crushed rock shall be used for embedment. 19 c. Provide trench geotextile fabric at any location where crushed rock or fine 20 crushed rock come into contact with utility sand. 21 d. Place evenly spread bedding material on a firm trench bottom. 22 e. Provide firm,uniform bedding. 23 1) Additional bedding may be required if ground water is present in the 24 trench. 25 2) If additional crushed rock is required which is not specifically identified in 26 the Contract Documents,then crushed rock shall be paid by the pre-bid unit 27 price. 28 f. Place pipe on the bedding according to the alignment shown on the Drawings. 29 g. The pipe line shall be within: 30 1) ±1 inch of the elevation on the Drawings for 30-inch and larger water lines 31 h. Place and compact embedment material to adequately support haunches in 32 accordance with the pipe manufacturer's recommendations. 33 i. For steel pipe greater than 30 inches in diameter,the initial embedment lift shall 34 not exceed the spring line prior to compaction. 35 j. Place remaining embedment, including initial backfill,to a minimum of 6 36 inches, but not more than 12 inches, above the pipe. 37 k. Where gate valves are present,the initial backfill shall extend to up to the valve 38 nut. 39 1. Compact the embedment and initial backfill to 95 percent Standard Proctor 40 ASTM D 698. 41 in. Density test may be performed by City to verify that the compaction of 42 embedment meets requirements. 43 n. Place trench geotextile fabric on top of the initial backfill. 44 o. Place marker tape on top of the trench geotextile fabric in accordance with 45 Section 33 05 26. 46 4. Sanitary Sewer Lines and Storm Sewer Lines(HDPE) 47 a. The entire embedment zone shall be of uniform material. 48 b. Crushed rock shall be used for embedment. 49 c. Place evenly spread bedding material on a firm trench bottom. CITY OF FORT WORTH Northside II48-Inch Water Main,Phase I,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised June 19,2013 33 05 10-14 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 14 of 19 1 d. Spread bedding so that lines and grades are maintained and that there are no 2 sags in the sanitary sewer pipe line. 3 e. Provide firm,uniform bedding. 4 1) Additional bedding may be required if ground water is present in the 5 1 trench. 6 2) If additional crushed rock is required which is not specifically identified in 7 the Contract Documents,then crushed rock shall be paid by the pre-bid unit 8 price. 9 f. Place pipe on the bedding according to the alignment shown in the Drawings. 10 g. The pipe line shall be within±0.1 inches of the elevation,and be consistent 11 with the grade shown,on the Drawings. 12 h. Place and compact embedment material to adequately support haunches in 13 accordance with the pipe manufacturer's recommendations. 14 i. For sewer lines greater than 30 inches in diameter,the embedment lift shall not 15 exceed the spring line prior to compaction. 16 j. Place remaining embedment including initial backfill to a minimum of 6 inches, 17 but not more than 12 inches, above the pipe. 18 k. Compact the embedment and initial backfill to 95 percent Standard Proctor 19 ASTM D 698. 20 1. Density test may be performed by City to verify that the compaction of 21 embedment meets requirements. 22 in. Place trench geotextile fabric on top of the initial backfill. 23 n. Place marker tape on top of the trench geotextile fabric in accordance with 24 Section 33 05 26. 25 5. Storm Sewer(RCP) 26 a. The bedding and the pipe zone up to the spring line shall be of uniform 27 material. 28 b. Crushed rock shall be used for embedment up to the spring line. 29 c. The specified backfill material may be used above the spring line. 30 d. Place evenly spread bedding material on a firm trench bottom. 31 e. Spread bedding so that lines and grades are maintained and that there are no 32 sags in the storm sewer pipe line. 33 f. Provide firm'uniform bedding. 34 1) Additional bedding may be required if ground water is present in the 35 trench. 36 2) If additional crushed rock is required which is not specifically identified in 37 the Contract Documents,then crushed rock shall be paid by the pre-bid unit 38 price. 39 g. Place pipe on the bedding according to the alignment of the Drawings. 40 h. The pipe line shall be within±0.1 inches of the elevation, and be consistent 41 with the grade, shown on the Drawings. 42 i. Place embedment material up to the spring line. 43 1) Place embedment to ensure that adequate support is obtained in the haunch. 44 j. Compact the embedment and initial backfill to 95 percent Standard Proctor 45 ASTM D 698. 46 k. Density test may be performed by City to verify that the compaction of 47 embedment meets requirements. 48 1. Place trench geotextile fabric on top of pipe and crushed rock. 49 6. Storm Sewer Reinforced Concrete Box CITY OF FORT WORTH Northside II48-Inch Water Main,Phase I,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised June 19,2013 3305 10-15 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 15 of 19 1 a. Crushed rock shall be used for bedding. 2 b. The pipe zone and the initial backfill shall be: 3 1) Crushed rock,or 4 2) Acceptable backfill material compacted to 95 percent Standard Proctor 5 density 6 c. Place evenly spread compacted bedding material on a firm trench bottom. 7 d. Spread bedding so that lines and grades are maintained and that there are no 8 sags in the storm sewer pipe line. 9 e. Provide firm, uniform bedding. 10 1) Additional bedding may be required if ground water is present in the 11 trench. 12 2) If additional crushed rock is required which is not specifically identified in 13 the Contract Documents,then crushed rock shall be paid by the pre-bid unit 14 price. 15 f. Fill the annular space between multiple boxes with crushed rock, CLSM 16 according to 03 34 13. 17 g. Place pipe on the bedding according to the alignment of the Drawings. 18 h. The pipe shall be within±0.1 inches of the elevation, and be consistent with the 19 grade, shown on the Drawings. 20 i. Compact the embedment initial backfill to 95 percent Standard Proctor ASTM 21 D698. 22 7. Water Services(Less than 2 Inches in Diameter) 23 a. The entire embedment zone shall be of uniform material. 24 b. Utility sand shall be generally used for embedment. 25 c. Place evenly spread bedding material on a firm trench bottom. 26 d. Provide firm,uniform bedding. 27 e. Place pipe on the bedding according to the alignment of the Plans. 28 f. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 29 8. Sanitary Sewer Services 30 a. The entire embedment zone shall be of uniform material. 31 b. Crushed rock shall be used for embedment. 32 c. Place evenly spread bedding material on a firm trench bottom. 33 d. Spread bedding so that lines and grades are maintained and that there are no 34 sags in the sanitary sewer pipe line. 35 e. Provide firm, uniform bedding. 36 1) Additional bedding may be required if ground water is present in the 37 trench. 38 2) If additional crushed rock is required which is not specifically identified in 39 the Contract Documents,then crushed rock shall be paid by the pre-bid unit 40 price. 41 f. Place pipe on the bedding according to the alignment of the Drawings. 42 g. Place remaining embedment,including initial backfill,to a minimum of 6 43 inches, but not more than 12 inches,above the pipe. 44 h. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 45 i. Density test may be required to verify that the compaction meets the density 46 requirements. 47 E. Trench Backfill CITY OF FORT WORTH Northside 1I48-Inch Water Main,Phase I,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised June 19,2013 33 05 10-16 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 16 of 19 1 1. At a minimum,place backfill in such a manner that the required in-place density 2 and moisture content is obtained, and so that there will be no damage to the surface, 3 pavement or structures due to any trench settlement or trench movement. 4 a. Meeting the requirement herein does not relieve the responsibility to damages 5 associated with the Work. 6 2. Backfill Material 7 a. Final backfill depth less than 15 feet 8 1) Backfill with: 9 a) Acceptable backfill material 10 b) Blended backfill material,or 11 c) Select backfill material, CSS, or CLSM when specifically required 12 b. Final backfill depth 15 feet or greater: (under pavement or future pavement) 13 1) Backfill depth from 0 tol5 feet deep 14 a) Backfill with: 15 (1) Acceptable backfill material 16 (2) Blended backfill material,or 17 (3) Select backfill material, CSS,or CLSM when specifically required 18 2) Backfill depth from 15 feet and greater 19 a) Backfill with: 20 (1) Select Fill 21 (2) CSS, or 22 (3) CLSM when specifically required 23 c. Final backfill depth 15 feet or greater: (not under pavement or future pavement) 24 1) Backfill with: 25 a) Acceptable backfill material,or 26 b) Blended backfill material 27 d. Backfill for service lines: 28 1) Backfill for water or sewer service lines shall be the same as the 29 requirement of the main that the service is connected to. 30 3. Required Compaction and Density 31 a. Final backfill(depths less than 15 feet) 32 1) Compact acceptable backfill material,blended backfill material or select 33 backfill to a minimum of 95 pereent the following Standard Proctor per 34 ASTM D698 at moisture content within-2 to+5 percent of the optimum 35 moisture. 36 a) A minimum of 98 percent Standard Proctor under existing 37 pavement 38 b) A minimum of 95 percent Standard Proctor not under existing 39 pavement 40 2) CSS or CLSM requires no compaction. 41 b. Final backfill(depths 15 feet and greater/under existing or future pavement) 42 1) Compact select backfill to a-minimum of 98 percent Standard Proctor per 43 ASTM D 698 at moisture content within-2 to+5 percent of the optimum 44 moisture. 45 2) CSS or CLSM requires no compaction. 46 c. Final backfill(depths 15 feet and greater/not under existing or future pavement) 47 1) Compact acceptable backfill material blended backfill material, or select 48 backfill to a minimum of 95 percent Standard Proctor per ASTM D 698 at 49 moisture content within-2 to+5 percent of the optimum moisture. CITY OF FORT WORTH Northside II48-Inch Water Main,Phase I,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised June 19,2013 33 05 10-17 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 17 of 19 1 4. Saturated Soils 2 a. If in-situ soils consistently demonstrate that they are greater than 5 percent over 3 optimum moisture content,the soils are considered saturated. 4 b. Flooding the trench or water jetting is strictly prohibited. 5 c. If saturated soils are identified in the Drawings or Geotechnical Report in the 6 Appendix, Contractor shall proceed with Work following all backfill 7 procedures outlined in the Drawings for areas of soil saturation greater than 5 8 percent. 9 d. If saturated soils are encountered during Work but not identified in Drawings or 10 Geotechnical Report in the Appendix: 11 1) The Contractor shall: 12 a) Immediately notify the City. 13 b) Submit a Contract Claim for Extra Work associated with direction from 14 City. 15 2) The City shall: 16 a) Investigate soils and determine if Work can proceed in the identified 17 location. 18 b) Direct the Contractor of changed backfill procedures associated with 19 the saturated soils that may include: 20 (1) Imported backfill 21 (2) A site specific backfill design 22 5. Placement of Backfill 23 a. Use only compaction equipment specifically designed for compaction of a 24 particular soil type and within the space and depth limitation experienced in the 25 trench. 26 b. Flooding the trench or water setting is strictly prohibited. 27 c. Place in loose lifts not to exceed 12 inches. 28 d. Compact to specified densities. 29 e. Compact only on top of initial backfill,undisturbed trench or previously 30 compacted backfill. 31 f. Remove any loose materials due to the movement of any trench box or shoring 32 or due to sloughing of the trench wall. 33 g. Install appropriate tracking balls for water and sanitary sewer trenches in 34 accordance with Section 33 05 26. 35 6. Backfill Means and Methods Demonstration 36 a. Notify the City in writing with sufficient time for the City to obtain samples 37 and perform standard proctor test in accordance with ASTM D698. 38 b. The results of the standard proctor test must be received prior to beginning 39 excavation. 40 c. Upon commencing of backfill placement for the,project the Contractor shall 41 demonstrate means and methods to obtain the required densities. 42 d. Demonstrate Means and Methods for compaction including: 43 1) Depth of lifts for backfill which shall not exceed 12 inches 44 2) Method of moisture control for excessively dry or wet backfill 45 3) Placement and moving trench box, if used 46 4) Compaction techniques in an open trench 47 5) Compaction techniques around structure 48 e. Provide a testing trench box to provide access to the recently backfilled 49 material. CITY OF FORT WORTH Northside II48-Inch Water Main,Phase I,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised June 19,2013 3305 10-18 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 18 of 19 1 f. The City will provide a qualified testing lab full time during this period to 2 randomly test density and moisture continent. 3 1) The testing lab will provide results as available on the job site. 4 7. Varying Ground Conditions 5 a. Notify the City of varying ground conditions and the need for additional 6 proctors. 7 b. Request additional proctors when soil conditions change. 8 c. The City may acquire additional proctors at its discretion. 9 d. Significant changes in soil conditions will require an additional Means and 10 Methods demonstration. 11 3.5 REPAIR[NOT USED] 12 3.6 RE-INSTALLATION [NOT USED] 13 3.7 FIELD QUALITY CONTROL 14 A. Field Tests and Inspections 15 1. Proctors 16 a. The City will perform Proctors in accordance with ASTM D698. 17 b. Test results will generally be available to within 4 calendar days and distributed 18 to: 19 1) Contractor 20 2) City Project Manager 21 3) City Inspector 22 4) Engineer 23 c. Notify the City if the characteristic of the soil changes. 24 d. City will perform new proctors for varying soils: 25 1) When indicated in the geotechnical investigation in the Appendix 26 2) If notified by the Contractor 27 3) At the convenience of the City 28 e. Trenches where different soil types are present at different depths,the proctors 29 shall be based on the mixture of those soils. 30 2. Density Testing of Backfill 31 a. Density Tests shall be in conformance with ASTM D2922. 32 b. Provide a testing trench protection for trench depths in excess of 5 feet. 33 c. Place,move and remove testing trench protection as necessary to facilitate all 34 test conducted by the City. 35 d. For final backfill depths less than 15 feet and trenches of any depth not under 36 existing or future pavement: 37 1) The City will perform density testing twice per working day when 38 backfilling operations are being conducted. 39 2) The testing lab shall take a minimum of 3 density tests of the current lift in 40 the available trench. 41 e. For final backfill depths 15 feet and greater deep and under existing or future 42 pavement: 43 1) The City will perform density testing twice per working day when 44 backfilling operations are being conducted. 45 2) The testing lab shall take a minimum of 3 density tests of the current lift in 46 the available trench. 47 3) The testing lab will remain onsite sufficient time to test 2 additional lifts. CITY OF FORT WORTH Northside II48-Inch Water Main,Phase I,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised June 19,2013 3305 10-19 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 19 of 19 1 f. Make the excavation available for testing. 2 g. The City will determine the location of the test. 3 h. The City testing lab will provide results to Contractor and the City's Inspector 4 upon completion of the testing. 5 i. A formal report will be posted to the City's Buzzsaw site within 48 hours. 6 j. Test reports shall include: 7 1) Location of test by station number 8 2) Time and date of test 9 3) Depth of testing 10 4) Field moisture 11 5) Dry density 12 6) Proctor identifier 13 7) Percent Proctor Density 14 3. Density of Embedment 15 a. Storm sewer boxes that are embedded with acceptable backfill material, 16 blended backfill material,cement modified backfill material or select material 17 will follow the same testing procedure as backfill. 18 b. The City may test fine crushed rock or crushed rock embedment in accordance 19 with ASTM D2922 or ASTM 1556. 20 B. Non-Conforming Work 21 1. All non-conforming work shall be removed and replaced. 22 3.8 SYSTEM STARTUP [NOT USED] 23 3.9 ADJUSTING [NOT USED] 24 3.10 CLEANING [NOT USED] 25 3.11 CLOSEOUT ACTIVITIES [NOT USED] 26 3.12 PROTECTION [NOT USED] 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2—Added Item for Concrete Encasement for Utility Lines Various Sections—Revised Depths to Include 15'and greater 12/20/2012 D.Johnson 3.3.A—Additional notes for pavement protection and positive drainage. 3.4.E.2—Added requirements for backfill of service lines. 3.4.E.5—Added language prohibiting flooding of trench 1.2.A.3—Clarified measurement and payment for concrete encasement as per plan 6/18/2013 D.Johnson quantity 2.2.A—Added language for concrete encasement 30 CITY OF FORT WORTH Northside II48-Inch Water Main,Phase I,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised June 19,2013 330522-1 STEEL CASING PIPE Page 1 of 6 1 SECTION 33 05 22 2 STEEL CASING PIPE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Minimum requirements for manufacturing, furnishing and transporting Steel Casing 7 Pipe to be installed by Open Cut or By Other than Open Cut at the locations shown 8 on the Drawings 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. MODIFIED: 2.2.A.3.—ADDED 54"-72"Diameter casing minimum wall 11 thickness. 12 2. MODIFIED: 2.2.11.1.—ADDED No hydrostatic test required. 13 C. Related Specification Sections include,but are not necessarily limited to: 14 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the 15 Contract 16 2. Division 1 —General Requirements 17 3. Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 18 4. Section 33 05 20—Auger Boring 19 5. Section 33 05 23 —Hand Tunneling 20 6. Section 33 05 24—Installation of Carrier Pipe in Casing or Tunnel Liner Plate 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Open Cut 24 a. Measurement 25 1) Measured horizontally along the surface for length of Steel Casing Pipe 26 installed 27 b. Payment 28 1) The work performed and materials furnished in accordance with this Item 29 and measured as provided under"Measurement'will be paid for at the unit 30 price bid per linear foot of"Casing, By Open Cut'installed for: 31 a) Various Sizes 32 c. The price bid shall include: 33 1) Furnishing and installing Steel Casing Pipe as specified by the Drawings 34 2) Mobilization 35 3) Pavement removal 36 4) Excavation 37 5) Hauling 38 6) Disposal of excess material 39 7) Furnishing, placement, and compaction of embedment 40 8) Furnishing,placement,and compaction of backfill 41 9) Clean-up CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 330522-2 STEEL CASING PIPE Page 2 of 6 1 2. By Other than Open Cut 2 a. Measurement 3 1) Measured horizontally along the surface for length of Steel Casing Pipe 4 installed 5 b. Payment 6 1) The work performed and materials furnished in accordance with this Item 7 and measured as provided under"Measurement"will be paid for at the unit 8 price bid per linear foot of"Casing/Tunnel Liner Plate,By Other than Open 9 Cut' installed for: 10 a) Various Sizes 11 2) The work performed and materials furnished in accordance with this Item 12 and measured as provided under"Measurement"will be paid for at the unit 13 price bid per linear foot of"Casing,By Other than Open Cut'installed for: 14 a) Various Sizes 15 c. The price bid shall include: 16 1) Furnishing and installing Steel Casing Pipe as specified by the Drawings 17 2) Mobilization 18 3) Launching shaft 19 4) Receiving shaft 20 5) Pavement removal 21 6) Excavation 22 7) Hauling 23 8) Disposal of excess material 24 9) Furnishing,placement,and compaction of backfill 25 10) Clean-up 26 1.3 REFERENCES 27 A. Reference Standards 28 1. Reference standards cited in this Specification refer to the current reference 29 standard published at the time of the latest revision date logged at the end of this 30 Specification,unless a date is specifically cited. 31 2. ASTM International(ASTM): 32 a. A139, Standard Specification for Electric-Fusion(Arc)-Welded Steel Pipe 33 (NPS Sizes 4 and Over). 34 3. American Water Works Association(AWWA): 35 a. C203,Coal-Tar Protective Coatings and Linings for Steel Water Pipelines- 36 Enamel and Tape-Hot Applied. 37 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 38 1.5 SUBMITTALS 39 A. Submittals shall be in accordance with Section 0133 00. 40 B. All submittals shall be approved by the City prior to delivery. 41 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 42 A. Product Data 43 1. Exterior Coating 44 a. Material data CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 33 05 22-3 STEEL CASING PIPE Page 3 of 6 1 b. Field touch-up procedures 2 2. Interior Coating 3 a. Material data 4 b. Field touch-up procedures 5 B. Shop Drawings 6 1. No shop drawings required for Auger Boring 7 2. For Tunneling,provide the following: 8 a. Furnish details for Steel Casing Pipe outlining the following: 9 1) Grout/lubrication ports 10 2) Joint details 11 3) Other miscellaneous items for furnishing and fabricating pipe 12 b. Submit calculations in a neat, legible format that is sealed by a Licensed 13 Professional Engineer in Texas,consistent with the information provided in the 14 geotechnical report,and includes: 15 1) Calculations confirming that pipe jacking capacity is adequate to resist the 16 anticipated jacking loads for each crossing with a minimum factor of safety 17 of 2 18 2) Calculations confirming that pipe capacity is adequate to safely support all 19 other anticipated loads, including earth and groundwater pressures, 20 surcharge loads, and handling loads -21 - 3) Calculations confirming that jointing method will support all loading 22 conditions 23 1.7 CLOSEOUT SUBMITTALS [NOT USED] 24 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 25 1.9 QUALITY ASSURANCE [NOT USED] 26 1.10 DELIVERY,STORAGE,AND HANDLING 27 A. Delivery,Handling, and Storage 28 1. Prior to delivery of the pipe,end/internal bracing shall be furnished and installed, 29 as recommended by the manufacturer, for protection during shipping and storage. 30 2. Deliver,handle and store pipe in accordance with the Manufacturer's 31 recommendations to protect coating systems. 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 34 PART 2- PRODUCTS 35 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 36 2.2 MATERIALS 37 A. Design Criteria 38 1. The Contractor is fully responsible for the design of Steel Casing Pipe that meets or 39 exceeds the design requirements of this Specification and that is specifically 40 designed for installation by the intended trenchless method. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 33 05 22-4 STEEL CASING PIPE Page 4 of 6 1 2. For Steel Casing Pipe utilized for tunneling projects,consider the following: 2 a. Design of the casing pipe shall account for all installation and service loads 3 including: 4 1) Jacking loads 5 2) External groundwater and earth loads 6 3) Traffic loads 7 4) Practical consideration for handling,shipping and other construction 8 operations 9 5) Any other live or dead loads reasonably anticipated 10 b. Design shall be sealed and signed by a registered Professional Engineer 11 licensed in the State of Texas. 12 c. The allowable jacking capacity shall not exceed 50 percent of the minimum 13 steel yield stress. 14 3. Steel Casing Pipe shall have a minimum wall thickness as follows: 15 Casing Pipe Diameter Minimum Wall Thickness inches inches 14— 18 .3125 (5/16) 20-24 .375 (3/8) 26—32 .5 (1/2) 34_-42 ..... .625 (5/8) 44—48 .6875 (11/16) 54-72 0.750(3/4) 16 17 4. Steel Casing Pipe shall be provided with inside diameter sufficient to efficiently 18 install the required carrier pipe with casing spacers as required in Section 33 05 24. 19 a. Allowable casing diameters are shown on the Drawings for each crossing. 20 5. Furnish in lengths that are compatible with Contractor's shaft sizes and allowable 21 work areas. 22 6. Random segments of pipe will not be permitted for straight runs of casing. 23 a. Closing piece segments,however, shall be acceptable. 24 7. When required by installation method,provide grout/lubricant ports along the pipe 25 at intervals of 10 feet or less. 26 a. Ports and fittings shall be attached to the pipe in a manner that will not 27 materially affect the strength of the pipe nor interfere with installation of carrier 28 pipe. 29 b. Plugs for sealing the fittings shall be provided by the Contractor and shall be 30 capable of withstanding all external and internal pressures and loads without 31 leaking. 32 B. Materials 33 1. Provide new,smooth-wall, carbon steel pipe conforming to ASTM A139,Grade B. 34 No hydrostatic test required. 35 2. Dimensional Tolerances 36 a. Furnishing and installing Steel Casing Pipe with dimensional tolerances that are 37 compatible with performance requirements and proposed installation methods 38 that meet or exceed the specific requirements below: CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 330522-5 STEEL CASING PIPE Page 5 of 6 1 1) Minimum wall thickness at any point shall be at least 87.5 percent of the 2 nominal wall thickness. 3 2) Outside circumference within 1.0 percent or 3/4 inch of the nominal 4 circumference,whichever is less. 5 3) Outside diameter of the pipe shall be within 1/8 inch of the nominal outside 6 diameter. 7 4) Roundness such that the difference between the major and minor outside 8 diameters shall not exceed 0.5 percent of the specified nominal outside 9 diameter or 1/4 inch,whichever is less. 10 5) Maximum allowable straightness deviation of 1/8 inch in any 10-foot 11 length. 12 3. All steel pipe shall have square ends. 13 a. The ends of pipe sections shall not vary by more than 1/8 inch at any point from 14 a true plane perpendicular to the axis of the pipe and passing through the center 15 of the pipe at the end. 16 b. When pipe ends have to be beveled for welding,the ends shall be beveled on 17 the outside to an angle of 35 degrees with a tolerance of f 2'/z degrees and with 18 a width of root face 1/16 inch± 1/32 inch. 19 4. Steel Casing Pipe shall be fabricated with longitudinal weld seams. 20 a. All girth weld seams shall be ground flush. 21 C. Finishes 22 1. Provide inside and outside of Steel Casing Pipe with a coal-tar protective coating in 23 accordance with the requirements of AWWA C203. 24 a. Touch up after field welds shall provide coating equal to those specified above. 25 2.3 ACCESSORIES [NOT USED] 26 2.4 SOURCE QUALITY CONTROL [NOT USED] 27 PART 3 - EXECUTION 28 3.1 INSTALLERS [NOT USED] 29 3.2 EXANIINATION [NOT USED] 30 3.3 PREPARATION [NOT USED] 31 3.4 INSTALLATION 32 A. Install Steel Casing Pipe for By Other than Open Cut in accordance with Section 33 05 33 20 or Section 33 05 23. Install Steel Casing Pipe for Open Cut in accordance with 34 Section 33 05 10. 35 1. Steel Casing Pipe connections shall be achieved by full penetration field butt 36 welding or an integral machine press-fit connection(Permalok or equal)prior to 37 installation of the pipe, depending on the type of carrier pipe. 38 2. Allowable joint types for each crossing are shown on the Drawings. 39 3. Field butt welding a square end piece of steel pipe to a 35 degree beveled end of 40 steel pipe is acceptable. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 330522-6 STEEL CASING PIPE Page 6 of 6 1 4. Integral machined press-fit connections shall be installed in accordance with the 2 manufacturer's installation procedures and recommendations. 3 B. Carrier pipe shall be installed inside Steel Casing Pipe in accordance with 4 Section 33 05 24. 5 C. Contact grouting of the annulus outside the casing pipe shall be performed in 6 accordance with Section 33 05 23 or Section 33 05 20. 7 3.5 REPAIR/RESTORATION [NOT USED] 8 3.6 RE-INSTALLATION [NOT USED] 9 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 10 3.8 SYSTEM STARTUP [NOT USED] 11 3.9 ADJUSTING [NOT USED] 12 3.10 CLEANING [NOT USED] 13 3.11 CLOSEOUT ACTIVITIES [NOT USED] 14 3.12 PROTECTION [NOT USED] 15 3.13 MAINTENANCE [NOT USED] 16 3.14 ATTACHMENTS [NOT USED] 17 END OF SECTION 18 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 2.2.A—Formatting modified to apply thickness requirements for all casing installation methods 19 CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 330524-I INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page I of 11 1 SECTION 33 05 24 2 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for the installation of carrier pipe into steel casings or tunnel liner 7 plate at locations shown on the Drawings 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. MODIFIED: 1.1.C.—ADDED specification section 33 1114 Buried Steel Pipe 10 and Fittings to the related Specifications list 11 2. MODIFIED: 2.2.11.1.—REMOVED AWWA C301 (Restrained)from carrier 12 pipe material column and REPLACED with AWWA C200(Restrained). The 13 specification references were revised to agree with the above revision. 14 3. MODIFIED: 2.2.B.2.a—ADDED "and water"to require the annulus of the 15 water carrier pipe and the steel encasement to be grouted. 16 4. MODIFIED: 2.2.B.2.b—DELETED IN ITS ENTIRITY 17 5. MODIFIED: 2.2.B.3.a—ADDED"and water"to require the annulus of the 18 water carrier pipe and the steel encasement to be grouted. 19 6. MODIFIED: 2.2.B.4.a.1)&2) —DELETED IN TBEIR ENTIRITY 20 7. MODIFIED: 2.2.B.4.a.3)—ADDED"and water"to include that the water 21 carrier pipe and the steel encasement is grouted and does not require an end 22 seal. 23 8. MODIFIED: 2.2.B.5.b.2) —DELETED IN ITS ENTIRITY 24 9. MODIFIED: 2.2.B.5.b.3)—ADDED"and water"to require the casing spacer 25 1to be coated steel for water carrier pipe. 26 10. MODIFIED: 3A.D.1 —DELETED IN ITS ENTIRITY 27 11. MODIFIED: 3.4.D.2—ADDED "and water"to require grouting of the 28 annulus between the water carrier pipe and the steel encasement. 29 12. MODIFIED: 3.4.E—DELETED "(For Sewer Only)" 30 13. MODIFIED: 3.4.E-3.a—ADDED "for sewer or 33 04 40 for water" 31 C. Related Specification Sections include,but are not necessarily limited to: 32 1. Division 0—Bidding Requirements,Contract Forms, and Conditions of the 33 Contract 34 2. Division 1 —General Requirements 35 3. Section 33 0130—Sewer and Manhole Testing 36 4. Section 33 11 13 -Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 37 5. Section 33 1114—Buried Steel Pipe and Fittings 38 1.2 PRICE AND PAYMENT PROCEDURES 39 A. Measurement and Payment CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised June 19,2013 ADDENDUM No.I 330524-2 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 2 of 11 1 1. Installation of Sanitary Sewer Carrier Pipe in Casing/Tunnel Liner Plate 2 a. Measurement 3 1) Measured horizontally along the surface from centerline to centerline of the 4 beginning of the casing/liner to the end of the casing/liner 5 b. Payment 6 1) The work performed and materials furnished in accordance with this Item 7 and measured as provided under"Measurement"shall be paid for at the 8 unit price bid per linear foot for"Sewer Carrier Pipe"complete in place for: 9 a) Various Sizes 10 c. The price bid shall include: 11 1) Furnishing and installing Sanitary Sewer Main(Pipe)in Casing/Tunnel 12 Liner Plate as specified by the Drawings 13 2) Mobilization 14 3) Grout 15 4) Casing Spacers 16 5) End seals 17 6) Excavation 18 7) Hauling 19 8) Disposal of excess material 20 9) Clean-up 21 2. Installation of Water Carrier Pipe in Casing/Tunnel Liner Plate 22 a. Measurement 23 1) Measured horizontally along the surface from centerline to centerline of the 24 beginning of the casing/liner to the end of the casing(liner Payment 25 b. Payment 26 1) The work performed and materials furnished in accordance with this Item 27 and measured as provided under"Measurement'shall be paid for at the 28 unit price bid per linear foot for"Water Carrier Pipe"complete in place for: 29 a) Various Sizes 30 c. The price bid shall include: 31 1) Furnishing and installing Water Main(Pipe)in Casing/Tunnel Liner Plate 32 as specified by the Drawings 33 2) Mobilization 34 3) Grout 35 4) Joint restraint 36 5) Casing Spacers 37 6) End seals 38 7) Excavation 39 8) Hauling 40 9) Disposal of excess material 41 10) Clean-up 42 1.3 REFERENCES 43 A. Definitions 44 1. Carrier Pipe: Permanent pipe for operational use that is used to convey flows 45 2. Casing: A steel pipe or tunnel liner installed by trenchless methods that supports the 46 ground and provides a stable underground excavation for installation of the carrier 47 pipe 48 B. Reference Standards CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised June 19,2013 ADDENDUM No.1 33 05 24-3 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 3 of I I 1 1. Reference standards cited in this Specification refer to the current reference 2 standard published at the time of the latest revision date logged at the end of this 3 Specification,unless a date is specifically,cited. 4 2. American Society of Testing and Materials(ASTM) 5 a. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 6 Specimens. 7 b. C 109, Standard Test Method for Compressive Strength of Hydraulic Cement 8 Mortars(Using 2-in or[50 min]Cube Specimens). 9 c. D638, Standard Test Method for Tensile Properties of Plastics. 10 3. International Organization for Standardization(ISO): 11 a. 9001, Quality Management Systems-Requirements. 12 4. Occupational Safety and Health Administration(OSHA) 13 a. OSHA Regulations and Standards for Underground Construction,29 CFR Part 14 1926, Subpart S,Underground Construction and Subpart P,Excavation. 15 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 16 1.5 SUBMITTALS 17 A. Submittals shall be in accordance with Section 0133 00. 18 B. All submittals shall be approved by the City prior to delivery. 19 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 26 A. Product Data 21 1. Casing Isolators/Spacers 22 a. Material Data 23 2. Grout Mix 24 a. Material Data 25 B. Shop Drawings 26 1. Required for 24-inch and larger pipe installations 27 2. Submit Work Plan describing the carrier pipe installation equipment,materials and 28 construction methods to be employed. 29 3. Casing Spacers/Isolators 30 a. Detail drawings and manufacturer's information for the casing isolators/spacers 31 that will be used. 32 1) Include dimension and component materials and documentation of 33 manufacturer's ISO 9001:2000 certification. 34 b. Alternatives to casing spacers/isolators may be allowed by the City on a case- 35 by-case basis. 36 c. For consideration of alternate method, submit a detailed description of method 37 including details. 38 4. End seal or bulkhead designs and locations for casing/liners. 39 5. Annular Space(between casing pipe and casing/tunnel liner plate)Grouting Work 40 Plan and Methods including: 41 a. Grouting methods . 42 b. Details of equipment 43 c. Grouting procedures and sequences including: 44 1) Injection methods CITY OF FORT WORTH Northside 1148-Inch Water Main,Phase I,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised June 19,2013 ADDENDUM No.1 330524-4 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 4 of 11 1 2) Injection pressures 2 3) Monitoring and recording equipment 3 4) Pressure gauge calibration data 4 5) Materials 5 d. Grout mix details including: 6 1) Proportions 7 2) Admixtures including: 8 a) Manufacturer's literature 9 b) Laboratory test data verifying the strength of the proposed grout mix 10 c) Proposed grout densities 11 d) Viscosity 12 e) Initial set time of grout 13 (1) Data for these requirements shall be derived from trial batches from 14 an approved testing laboratory. 15 e. Submit a minimum of 3 other similar projects where the proposed grout mix 16 design was used. 17 f. Submit anticipated volumes of grout to be pumped for each application and 18 reach grouted. 19 g. For pipe installations greater than 36-inches,without hold down jacks or a 20 restrained spacer,provide buoyant force calculations during grouting and 21 measures to prevent flotation. 22 1) Calculations sealed by a licensed Engineer in the State of Texas. 23 h. Description of methods and devices to prevent buckling of carrier pipe during 24 grouting of annular space,if required 25 1.7 CLOSEOUT SUBMITTALS [NOT USED] 26 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 27 1.9 QUALITY ASSURANCE 28 A. Certifications 29 1. Casing isolator/spacer manufacturer shall be certified against the provisions of 30 IS09001:2000. 31 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 34 PART 2- PRODUCTS 35 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 36 2.2 MATERIALS 37 A. Manufacturers 38 1. Only the manufacturers as listed on the City's Standard Products List will be 39 considered as shown in Section 0160 00. 40 a. The manufacturer must comply with this Specification and related Sections. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase 1,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised June 19,2013 ADDENDUM No.1 330524-5 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 5 of 11 1 2. Any product that is not listed on the Standard Products List is considered a 2 substitution and shall be submitted in accordance with Section 0125 00. 3 3. The Casing Spacers/Isolators shall be new and the product of a manufacturer 4 regularly engaged in the manufacturing of casing spacers/isolators. 5 B. Design Criteria and Materials 6 1. Carrier pipe shall be installed within the horizontal and vertical tolerances as 7 indicated in PART 3 of this Specification, incorporating all support/insulator 8 dimensions required. Diameter Specification inches Material Reference Water Line 6-12 DIP(Restrained) 33 11 10 16-20 DIP(Restrained) 33 11 10 AWWA C303 (Restrained) 33 11 13 DIP(Restrained) 33 11 10 24 and greater AWWA C303 (Restrained) 33 11 13 AWWA G304 C200 Restrained 33 114514 Sanitary 8-16 DIP(with Ceramic Epoxy) 33 11 10 Sewer Line PVC C900 DR14 33 31 20 18 and greater DIP(with Ceramic Epoxy) 33 11 10 Fiberglass 3331 13 9 2. Grout of annular space 10 a. For gravity sewer and water carrier pipe installation: 11 1) Fill all voids between the carrier pipe and the casing or liner with grout. 12 2) All exterior carrier pipe surfaces and all interior casing or liner surfaces 13 shall be in contact with the grout. 14 h Forwm er 1 ift-- 15 . 16 3. Grout Mixes 17 a. Low Density Cellular Grout(LDCC) 18 1) Annular space(between sewer and water carrier pipe and casing/liner) 19 grout shall be LDCC. 20 2) The LDCC shall be portland cement based grout mix with the addition of a 21 foaming agent designed for this application. 22 3) Develop 1 or more grout mixes designed to completely fill the annular 23 space based on the following requirements: 24 a) Provide adequate retardation to completely fill the annular space in 1 25 monolithic pour. 26 b) Provide less than 1 percent shrinkage by volume. 27 c) Compressive Strength 28 (1) Minimum strength of 10 psi in 24 hours,300 psi in 28 days 29 d) Design grout mix with the proper density and use proper methods to 30 prevent floating of the carrier pipe. 31 e) Proportion grout to flow and to completely fill all voids between the 32 carrier pipe and the casing or liner. 33 4. End Seals 34 a. Provide end seals at each end of the casing or liner to contain the grout backfill 35 or to close the casing/liner ends to prevent the inflow of water or soil. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase 1,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised June 19,2013 ADDENDUM No.1 330524-6 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 6 of I I 1) For-mrater-piping less A-man 24 ineal hafd Fobbe &Is,Model P16 1-ink--9--al as manufite—red by the 3 4 » Rio • t.i • i i r �s- �==ono= a-J "'"��apa� e����� 5 by Pip Cline 9 , , 6 lasulatep,Ifte=. 7 3) For sewer and water piping,no end seals are required since the annular 8 space between the carrier pipe and the casing will be grouted. 9 b. Design end seals to withstand the anticipated soil or grouting pressure and be 10 watertight to prevent groundwater from entering the casing. 11 5. Casing Spacers/Insulators 12 a. Provide casing spacers/insulators to support the carrier pipe during installation 13 and grouting(where grout is used). 14 1) For concrete pressure pipe,mortar bands may be allowed in lieu of casing 15 spacers/isolators. 16 2) Mortar bands shall be in accordance with Section 33 11 13. 17 b. Casing Spacers/Isolators material and properties: 18 1) Shall be minimum 14 gage 19 ,utilize staialoss St.., 20 3) For sewer and water pipe, utilize Coated Steel. 21 4) Suitable for supporting weight of carrier pipe without deformation or 22 collapse during installation 23 c. Provide restrained-style casing spacers to hold all pipes stable during grouting 24 operations and prevent floating or movement. 25 d. Provide dielectric strength sufficient to electrically isolate each component 26 from one another and from the casing. 27 e. Design risers for appropriate loads,and,as a minimum: 28 1) Provide 10 gage steel risers 29 a) Provide stainless steel bands and risers for water installations. 30 f. Band material and criteria 31 1) Provide polyvinyl chloride inner liner with: 32 a) Minimum thickness of 0.09 inches 33 b) Durometer"A"of 85-90 hardness 34 c) Minimum dielectric strength of 58,000 volts 35 g. Runner material and criteria 36 1) Provide pressure-molded glass reinforced polymer or UHMW with: 37 a) Minimum of 2 inches in width and a minimum of 11 inches in length. 38 2) Attach to the band or riser with 3/8 inch minimum welded steel or stainless 39 steel studs. 40 3) Runner studs and nuts shall be recessed well below the wearing surface of 41 the runner 42 a) Fill recess with a corrosion inhibiting filler. 43 h. Riser height 44 1) Provide sufficient height with attached runner allow a minimum clearance 45 of 2 inches between the outside of carrier pipe bells or couplings and the 46 inside of the casing liner surface. CITY OF FORT WORTH Northside I148-Inch Water Main,Phase I,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised June 19,2013 ADDENDUM No.1 330524-7 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 7 of I 1 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3- EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMNATION[NOT USED] 6 3.3 PREPARATION[NOT USED] 7 3.4 INSTALLATION 8 A. General 9 1. Carrier pipe installation shall not begin until the following tasks have been 10 completed: 11 a. All required submittals have been provided,reviewed and accepted. 12 b. All casing/liner joints are watertight and no water is entering casing or liner 13 from any sources. 14 c. All contact grouting is complete. 15 d. Casing/liner alignment record drawings have been submitted and accepted by 16 City to document deviations due to casing/liner installation: 17 e. Site safety representative has prepared a code of safe practices and an 18 emergency plan in accordance with applicable requirements. 19 2. The carrier pipe shall be installed within the casings or liners between the limits 20 indicated on the Drawings,to the specified lines and grades and utilizing methods 21 which include due regard for safety of workers,adjacent structures and 22 improvements,utilities and the public. 23 B. Control of Line and Grade 24 1. Install Carrier pipe inside the steel casing within the following tolerances: 25 a. Horizontal 26 1) :L 2 inches from design line 27 b. Vertical 28 1) f 1 inch from design grade 29 2. Check line and grade set up prior to beginning carrier pipe installation. 30 3. Perform survey checks of line-and-grade of carrier pipe during installation 31 operations. 32 4. The Contractor is fully responsible for the accuracy of the installation and the 33 correction of it,as required. 34 a. Where the carrier pipe installation does not satisfy the specified tolerances, 35 correct the installation,including if necessary, redesign of the pipe or structures 36 at no additional cost to City. 37 C. Installation of Carrier Pipe 38 1. Pipe Installation 39 a. Remove all loose soil from casing or liner. 40 b. Grind smooth all rough welds at casing joints. 41 2. Installation of Casing Spacers CITY OF FORT WORTH Northside 1148-Inch Water Main,Phase I,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised June 19,2013 ADDENDUM No.1 330524-8 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 8 of 11 1 a. Provide casing spacers,insulators or other approved devices to prevent 2 flotation,movement or damage to the pipe during installation and grout backfill 3 placement. 4 b. Assemble and securely fasten casing spacers to the pipeline to be installed in 5 casings or tunnels. 6 c. Correctly assemble,evenly tighten and prevent damage during tightening of the 7 insulators and pipe insertion. 8 d. Install spacers in accordance with manufacturer's recommendations. 9 e. Install carrier pipe so that there is no metallic contact between the carrier pipe 10 and the casing. 11 f. Carrier pipe shall be installed without sliding or dragging it on the ground or in 12 the casing/liner in a manner that could damage the pipe or coatings. 13 1) If guide rails are allowed,place cement mortar on both sides of the rails. 14 g. Coat the casing spacer runners with a non-corrosive/environmentally safe 15 lubricant to minimize friction when installing the carrier pipe. 16 h. The carrier pipe shall be electrically isolated from the carrier pipe and from the 17 casing. 18 i. Grade the bottom of the trench adjacent to each end of the casing to provide a 19 firm,uniform and continuous support for the pipe. If the trench requires some 20 backfill to establish the final trench bottom grade,place the backfill material in 21 6-inch lifts and compact each layer. 22 j. After the casing or tunnel liner has been placed,pump dry and maintain dry 23 until the casing spacers and end seals are installed. 24 3. Insulator Spacing 25 a. Maximum distance between spacers is to be 6 feet. 26 b. For 18 and 20 foot long joints,install a minimum of 4 spacers. 27 1) Install 2 spacers within 1 foot on each side of the bell or flange. 28 2) Remaining 2 spacers shall be spaced equally. 29 c. If the casing or pipe is angled or bent,reduce the spacing. 30 d. The end spacer must be within 6 inches of the end of the casing pipe,regardless 31 of size of casing and pipe or type of spacer used. 32 e. Install spacers on PVC pipe at the insertion line to prevent over-insertion of the 33 spigot into the bell. 34 4. After installation of the carrier pipe: 35 a. Mortar inside and outside of the joints,as applicable 36 b. Verify electrical discontinuity between the water carrier pipe and tunnel liner. 37 1) If continuity exists,remedy the short,by all means necessary including 38 removing and reinstalling the carrier pipe,prior to applying cellular grout. 39 c. If hold down jacks or casing spacers are used, seal or plug the ends of the 40 casing. 41 d. If steel pipe is used,and not welded prior to installation in casing/liner,welding 42 of pipe will only be allowed after grouting of annular space is complete. 43 D. Installation of End Seals 44 gs 45 Gro ehee` eahess. 46 47 48 2. For Sewer and Water Pipes CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised June 19,2013 ADDENDUM No.i 33 05 24-9 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 9 of 11 1 a. Grout annular space between carrier pipe and casing as indicated in this 2 Specification. 3 E. Annular Space Grouting -y) 4 1. Prepare pipe as necessary to prevent the pipe from floating during grouting 5 operation as necessary. 6 2. Mixing of Grout 7 a. Mix material in equipment of sufficient size to provide the desired amount of 8 grout material for each stage in a single operation. 9 1) The equipment shall be capable of mixing the grout at the required densities 10 for the approved procedure and shall be capable of changing the densities 11 as required by field conditions. 12 3. Backfill Annular Space with Grout 13 a. Prior to filling of the annular space,test the carrier pipe in accordance with 14 Section 33 0130 for sewer or 33 04 40 for water. 15 b. Verify the maximum allowable pressure with the carrier pipe manufacturer and 16 do not exceed this pressure. 17 c. After the installation of the carrier pipe,the remaining space(all voids)between 18 the casing/liner and the carrier shall be filled with LDCC grout. 19 1) All surfaces of the exterior carrier pipe wall and casing/liner interior shall 20 be in contact with the grout. 21 2) Grout shall be pumped through apipe or hose. 22 3) Use grout pipes,or other appropriate materials,to avoid damage to carrier 23 pipe during grouting. 24 4. Injection ofLDCC Grout 25 a. Grout injection pressure shall not exceed the carrier pipe manufacturer's 26 approved recommendations or 5 psi(whichever is lower). 27 b. Pumping equipment shall be of a size sufficient to inject grout at a volume, 28 velocity and pressure compatible with the size/volume of the annular space. 29 c. Once grouting operations begin,grouting shall proceed uninterrupted,unless 30 grouting procedures require multiple stages. 31 d. Grout placements shall not be terminated until the estimated annular volume of 32 grout has been injected. 33 5. Block the carrier pipe during grouting to prevent flotation during grout installation. 34 6. Protect and preserve the interior surfaces of the casing from damage. 35 3.5 REPAIR/RESTORATION [NOT USED] 36 3.6 RE-INSTALLATION[NOT USED] 37 3.7 FIELD [OR] SITE QUALITY CONTROL 38 A. Reports and Records required for pipe installations greater than 48-inches and longer 39 than 350 feet 40 1. Maintain and submit daily logs of grouting operations. 41 a. Include: 42 1) Grouting locations 43 2) Pressures 44 3) Volumes 45 4) Grout.mix pumped CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised June 19,2013 ADDENDUM No.1 33 05 24-10 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 10 of I I 1 5) Time of pumping 2 2. Note any problems or unusual observations on logs. 3 B. Grout Strength Tests 4 1. City will perform testing for 24-hour and 28-day compressive strength tests for the 5 cylinder molds or grout cubes obtained during grouting operations. 6 2. City will perform field sampling during annular space grouting. 7 a. City will collect at least 1 set of 4 cylinder molds or grout cubes for each 100 8 cubic yards of grout injected but not less than 1 set for each grouting shift. 9 b. City will perform 24-hour and 28-day compressive strength tests per ASTM 10 C39(cylindrical specimens)or ASTM C109(cube specimens). 11 c. Remaining samples shall be tested as directed by City. 12 C. Safety 13 1. The Contractor is responsible for safety on the job site. 14 a. Perform all Work in accordance with the current applicable regulations of the 15 Federal,State and local agencies. 16 b. In the event of conflict,comply with the more restrictive applicable 17 requirement. 18 2. No gasoline powered equipment shall be permitted in jacking shafts and receiving 19 shafts/pits. 20 a. Diesel,electrical,hydraulic and air powered equipment is acceptable,subject to 21 applicable local, State and Federal regulations. 22 3. Methods of construction shall be such as to ensure the safety of the Work, 23 Contractor's and other employees on site and the public. 24 4. Furnish and operate a temporary ventilation system in accordance with applicable 25 safety requirements when personnel.are underground. 26 a. Perform all required air and gas monitoring. 27 b. Ventilation system shall provide a sufficient supply of fresh air and maintain an 28 atmosphere free of toxic or flammable gasses in all underground work areas. 29 5. Perform all Work in accordance with all current applicable regulations and safety 30 requirements of the federal,state and local agencies. 31 a. Comply with all applicable provisions of OSHA 29 CFR Part 1926, Subpart S, 32 Underground Construction and Subpart P,Excavations. 33 b. In the event of conflict,comply with the more stringent requirements. 34 6. If personnel will enter the pipe during construction,the Contractor shall develop an 35 emergency response plan for rescuing personnel trapped underground in a shaft 36 excavation or pipe. 37 a. Keep on-site all equipment required for emergency response in accordance with 38 the agency having jurisdiction CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised June 19,2013 ADDENDUM No.1 33 05 24-1 1 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 11 of I I 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 2.2.B.I—Modified minimum water line diameter from 8-inches to 6-inches Added Blue Text for clarification 1.LC—Added Concrete Pressure Pipe Specification reference. 6/19/2013 D.Johnson 2.2.B.5—Added provisions for mortar bands on concrete pressure pipe. 3.4.C.3—Revised language related to spacing of casing spacers to correspond to the City's Standard Detail. 10 CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase 1,Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised June 19,2013 ADDENDUM No.1 33 11 10-1 DUCTILE IRON PIPE Page 1 of 13 1 SECTION 33 1110 2 DUCTILE IRON PIPE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Ductile Iron Pipe 3-inch through 64-inch for potable water, wastewater and reuse 7 applications 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. MODIFIED 1.2.A.1.c.12)—removed text 10 2. MODIFIED 1.2.A.l.c—ADDED 19)Ductile Iron Fittings for 36-inch and 11 larger Water Pipe 12 3. MODIFIED 3.7.A.—ADDED 2. Closed Circuit Television (CCTV)Inspection 13 C. Related Specification Sections include,but are not necessarily limited to: 14 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 15 Contract 16 2. Division 1 —General Requirements 17 3. Section 33 0131 —Closed Circuit Television(CCTV)Inspection 18 4. Section 33 04 10—Joint Bonding and Electrical Isolation 19 5. Section 33 04 40—Cleaning and Acceptance Testing of Water Mains 20 6. -Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 21 7. Section 33 05 24—Installation of Carrier Pipe in Casing or Tunnel Liner Plate 22 8. Section 33 1105—Bolts,Nuts,and Gaskets 23 9. Section 33 11 11 —Ductile Iron Fittings 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Ductile Iron Pipe 27 a. Measurement 28 1) Measured horizontally along the surface from center line to center line of 29 the fitting,manhole, or appurtenance 30 b. Payment 31 1) The work performed and materials furnished in accordance with this Item 32 and measured as provided under"Measurement"will be paid for at the unit 33 price bid per linear foot for"DIP"installed for: 34 a) Various sizes 35 b) Various types of backfill 36 c) Various linings 37 d) Various Depths,for miscellaneous sewer projects only 38 e) Various restraints 39 f) Various uses CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 33 11 10-2 DUCTILE IRON PIPE Page 2 of 13 1 c. The price bid shall include: 2 1) Furnishing and installing Ductile Iron Pipe with joints as specified by the 3 Drawings 4 2) Mobilization 5 3) Polyethylene encasement 6 4) Lining 7 5) Pavement removal 8 6) Excavation 9 7) Hauling 10 8) Disposal of excess material 11 9) Furnishing,placement and compaction of embedment 12 10) Furnishing, placement and compaction of backfill 13 11) Trench water stops 14 12) Thrust restraint,if 15 13) Bolts and nuts 16 14) Gaskets 17 15) Clean-up 18 16) Cleaning 19 17) Disinfection 20 18) Testing 21 19) Ductile Iron Fittings for 36-inch and larger Water Pipe 22 1.3 REFERENCES 23 A. Definitions 24 1. Gland or Follower Gland 25 a. Non-restrained,mechanical joint fitting 26 2. Retainer Gland 27 a. Mechanically restrained mechanical joint fitting 28 B. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification, unless a date is specifically cited. 32 2. American Association of State Highway and Transportation Officials(AASHTO). 33 3. American Society of Mechanical Engineers(ASME): 34 a. B 16.1,Gray Iron Pipe Flanges and Flanged Fittings(Classes 25, 125 and 250). 35 4. ASTM International(ASTM): 36 a. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting for 37 High Temperature or High Pressure Service and Other Special Purpose 38 Applications 39 b. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High 40 Pressure or High Temperature Service,or Both 41 c. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. 42 d. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi 43 Tensile Strength. 44 e. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for 45 Water or Other Liquids. 46 £ B 117, Standard Practice for Operating Salt Spray(Fog)Apparatus. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 331t 10-3 DUCTILE IRON PIPE Page 3 of 13 1 g. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and 2 Steel. 3 5. American Water Works Association(AWWA): 4 a. C203,Coal-Tar Protective Coatings and Linings for Steel Water Pipelines - 5 Enamel and Tape-Hot Applied. 6 b. C600,Installation of Ductile-Iron Water Mains and their Appurtenances. 7 c. M41,Ductile-Iron Pipe and Fittings. 8 6. American Water Works Association/American National Standards Institute 9 (AWWA/ANSI): 10 a. C I04/A21.4, Cement—Mortar Lining for Ductile-Iron Pipe and Fittings. I 1 b. CI05/A21.5,Polyethylene Encasement for Ductile-Iron Pipe Systems. 12 c. Cl I I/A21.11,Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. 13 d. CI 15/A21.15,Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron 14 Threaded Flanges. 15 e. C150/A21.50,Thickness Design of Ductile-Iron Pipe. 16 £ C151/A21.51,Ductile-Iron Pipe,Centrifugally Cast, for Water. 17 g. C600,Installation of Ductile-Iron Water Mains and their Appurtenances 18 7. NSF International(NSF): 19 a. 61,Drinking Water System Components-Health Effects. 20 8. Society for.Protective.Coatings(SSPC): . 21 a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Submittals shall be in accordance with Section 0133 00. 25 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 26 specials. 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 28 A. Product Data 29 1. Interior lining 30 a. If it is other than cement mortar lining in accordance with AWWA/ANSI 31 C 104/A21.4,including: 32 1) Material 33 2) Application recommendations 34 3) Field touch-up procedures 35 2. Thrust Restraint 36 a. Retainer glands,thrust harnesses or any other means 37 3. Gaskets 38 a. If hydrocarbon or other special gaskets are required 39 B. Shop Drawings—Furnish for Ductile Iron Pipe used in the water distribution system or 40 for a wastewater force main for 24-inch and greater diameters,including: 41 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in 42 Texas including: 43 a. Working pressure CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 33 11 10-4 DUCTILE IRON PIPE Page 4 of 13 1 b. Surge pressure 2 c. Deflection 3 2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed 4 Professional Engineer in Texas, to verify the restraint lengths shown in the 5 Drawings. 6 3. Lay schedule/drawing for 24-inch and greater diameters, sealed by a Licensed 7 Professional Engineer in Texas including: 8 a. Pipe class 9 b. Joints type 10 c. Fittings 11 d. Stationing 12 e. Transitions 13 f. Joint deflection 14 C. Certificates 15 1. Furnish an affidavit certifying that all Ductile Iron Pipe meets the provisions of this 16 Section, each run of pipe furnished has met Specifications, all inspections have 17 been made,and that all tests have been performed in accordance with 18 AWWA/ANSI C15l/A21.51. 19 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE 23 A. Qualifications 24 1. Manufacturers 25 a. Finished pipe shall be the product of 1 manufacturer. 26 1) Change orders, specials, and field changes may be provided by a different 27 manufacturer upon City approval. 28 b. Pipe manufacturing operations(pipe, lining, and coatings)shall be performed 29 under the control of the manufacturer. 30 c. Ductile Iron Pipe 31 1) Manufactured in accordance with AWWA/ANSI C151/A21.51 32 a) Perform quality control tests and maintain results as outlined within 33 standard to assure compliance. 34 2) Subject each pipe to a hydrostatic test of not less than 500 psi for duration 35 of at least 10 seconds. 36 B. Preconstruction Testing 37 1. The City may,at its own cost, subject random lengths of pipe for testing by an 38 independent laboratory for compliance with this Specification. 39 a. The compliance test shall be performed in the United States. 40 b. Any visible defects or failure to meet the quality standards herein will be 41 grounds for rejecting the entire order. 42 1.10 DELIVERY,STORAGE,AND HANDLING 43 A. Storage and Handling Requirements CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 33 11 10-5 DUCTILE IRON PIPE Page 5 of 13 1 1. Ductile Iron Pipe shall be stored and handled in accordance with the guidelines as 2 stated in AWWA M41. 3 2. Secure and maintain a location to store the material in accordance with Section 01 4 6600. 5 1.11 FIELD [SITE] CONDITIONS [NOT USED] 6 1.12 WARRANTY [NOT USED] 7 PART2- PRODUCTS 8 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 9 2.2 EQUIPMENT,PRODUCT TYPES AND MATERIALS 10 A. Manufacturers 11 1. Only the manufacturers as listed in the City's Standard Products List will be 12 considered as shown in Section 0160 00. 13 a. The manufacturer must comply with this Specification and related Sections. 14 2. Any product that is not listed on the Standard Products List is considered a 15 substitution and shall be submitted in accordance with Section 0125 00. 16 B. Pipe 17 1. Pipe shall be in accordance with AWWA/ANSI CI I I/A21.11,AWWA/ANSI 18 C150/A21.15,and AWWA/ANSI C151/A21.51. 19 2. All pipe shall meet the requirements of NSF 61. 20 3. Pipe shall have a lay length of 18 feet or 20 feet except for special fittings or 21 closure pieces and necessary to comply with the Drawings. 22 4. As a minimum the following pressures classes apply. The Drawings may specify a 23 higher pressure class or the pressure and deflection design criteria may also require 24 a higher pressure class, but in no case should they be less than the following: 25 Diameter Min Pressure Class inches (psi) 3 through 12 350 14 through 20 250 24 200 30 through 64 150 26 27 5. Pipe markings shall meet the minimum requirements of AWWA/ANSI 28 C151/A21.51. Minimum pipe markings shall be as follows: 29 a. "DI"or"Ductile"shall be clearly labeled on each pipe 30 b. Weight,pressure class and nominal thickness of each pipe 31 c. Year and country pipe was cast 32 d. Manufacturer's mark 33 6. Pressure and Deflection Design 34 a. Pipe design shall be.based on trench conditions and design pressure class 35 specified in the Drawings. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 33 11 10-6 DUCTILE IRON PIPE Page 6 of 13 1 b. Pipe shall be designed according to the methods indicated in AWWA/ANSI 2 C150/A21.50,AWWA/ANSI C151/A21.51,and AWWA M41 for trench 3 construction,using the following parameters: 4 1) Unit Weight of Fill(w)= 130 pcf 5 2) Live Load=AASHTO HS 20 6 3) Trench Depth= 12 feet minimum, or as indicated in Drawings 7 4) Bedding Conditions=Type 4 _ 8 5) Working Pressure(PW)= 150 psi 9 6) Surge Allowance(PS)= 100 psi 10 7) Design Internal Pressure(Pi)=P,,,+Ps or 2:1 safety factor of the actual 11 working pressure plus the actual surge pressure,whichever is greater. 12 a) Test Pressure= 13 (1) No less than 1.25 minimum times the stated working pressure(187 14 psi minimum)of the pipeline measured at the highest elevation 15 along the test section. 16 (2) No less than 1.5 times the stated working pressure(225 psi 17 minimum)at the lowest elevation of the test section. 18 8) Maximum Calculated Deflection(DJ=3 percent 19 9) Restrained Joint Safety Factor(Sf)= 15 percent 20 c. Trench depths shall be verified after existing utilities are located. 21 1) Vertical alignment changes required because of existing utility or other - 22- conflicts shall be accommodated by an appropriate change in pipe design 23 depth. 24 2) In no case shall pipe be installed deeper than its design allows. 25 7. Provisions for Thrust 26 a. Thrust at bends,tees,plugs or other fittings shall be mechanically restrained 27 joints when required by the Drawings. 28 b. Thrust at bends adjacent to casing pipe shall be restrained by mechanical means 29 through casing and for a sufficient distance each side of casing. 30 c. No thrust restraint contribution shall be allowed for the restrained length of 31 pipe within the casing. 32 d. Restrained joints,when required, shall be used for a sufficient distance from 33 each side of the bend,tee,plug,valve or other fitting to resist thrust which will 34 be developed at the design pressure of the pipe. For the purpose of thrust,the 35 following shall apply: 36 1) Valves shall be calculated as dead ends. 37 2) Design pressure shall be greater than the working pressure of the pipe or 38 the internal pressure(Pi)whichever is greater. 39 3) Restrained joints shall consist of approved mechanical restrained or push- 40 on restrained joints as listed in the City's Standard Products List as shown 41 in Section 01 60 00. 42 e. The Pipe Manufacturer shall verify the length of pipe with restrained joints to 43 resist thrust in accordance with the Drawings,AWWA M41, and the following: 44 1) The weight of earth(We)shall be calculated as the weight of the projected 45 soil prism above the pipe, for unsaturated soil conditions. 46 2) Soil density= 130 pcf(maximum value to'be used), for unsaturated soil 47 conditions 48 3) If indicated on the Drawings and the Geotechnical Borings that ground 49 water is expected,account for reduced soil density. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 3311 10-7 DUCTILE IRON PIPE Page 7 of 13 1 8. Joints 2 a. General—Comply with AWWA/ANSI Cl I I/A21.11. 3 b. Push-On Joints 4 c. Mechanical Joints 5 d. Push-On Restrained Joints 6 1) Restraining Push-on joints by means of a special gasket 7 a) Only those products that are listed in Section 0160 00 8 b) The working pressure rating of the restrained gasket must exceed the 9 test pressure of the pipe line to be installed. 10 c) Approved for use of restraining Ductile Iron Pipe in casing with a 11 carrier pipe of 4-inches to 12-inches 12 d) Otherwise only approved if specially listed on the Drawings 13 2) Push-on Restrained Joint bell and spigot 14 a) Only those products list in the standard products list will be allowed for 15 the size listed in the standard products list per Section 01 60 00. 16 b) Pressure rating shall exceed the working and test pressure of the pipe 17 line. 18 e. Flanged Joints—AWWA/ANSI C115/A21.15,ASME B 16.1, Class 125 19 f. Flange bolt circles and bolt holes shall match those of ASME B 16.1, Class 125. 20 g. Field fabricated flanges are prohibited. 21 9. Gaskets 22 a. Provide Gaskets in accordance with Section 33 1105. 23 10. Isolation Flanges 24 a. Flanges required by the drawings to be Isolation Flanges shall conform to 25 Section 33 04 10. 26 11. Bolts and Nuts 27 a. Mechanical Joints 28 1) Provide bolts and nuts in accordance with Section 33 1105. 29 b. Flanged Ends 30 1) Meet requirements ofAWWA C115. 31 a) Provide bolts and nuts in accordance with Section 33 1105. 32 12. Flange Coatings 33 a. Connections to Steel Flanges 34 1) Buried connections with Steel Flanges shall be coated with a Petrolatum 35 Tape System in accordance with Section 33 1105. 36 13. Ductile Iron Pipe Exterior Coatings 37 a. All ductile iron shall have an asphaltic coating, minimum of 1 mil thick, on the 38 pipe exterior, unless otherwise specified in the Contract Documents. 39 14. Polyethylene Encasement 40 a. All buried Ductile Iron Pipe shall be polyethylene encased. 41 b. Only manufacturers listed in the City's Standard Products List as shown in 42 Section 0160 00 will be considered acceptable. 43 c. Use only virgin polyethylene material. 44 d. Encasement for buried pipe shall be 8 mil linear low density(LLD) 45 polyethylene conforming to AWWA/ANSI C105/A21.5 or 4 mil high density 46 cross-laminated(HDCL)polyethylene encasement conforming to 47 AWWA/ANSI CI05/A21.5 and ASTM A674. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 33 11 10-8 DUCTILE IRON PIPE Page 8 of 13 1 e. Marking: At a minimum of every 2 feet along its length,the mark the 2 polyethylene film with the following information: 3 1) Manufacturer's name or trademark 4 2) Year of manufacturer 5 3) AWWA/ANSI C105/A21.5 6 4) Minimum film thickness and material type 7 5) Applicable range of nominal diameter sizes 8 6) Warning—Corrosion Protection—Repair Any Damage 9 f. Special Markings/Colors 10 1) Reclaimed Water,perform one of the following: I 1 a) Label polyethylene encasement with"RECLAIMED WATER", 12 b) Provide purple polyethylene in accordance with the American Public 13 Works Association Uniform Color Code; or 14 c) Attach purple reclaimed water marker tape to the polyethylene wrap. 15 2) Wastewater,perform one of the following: 16 a) Label polyethylene encasement with"WASTEWATER"; 17 b) Provide green polyethylene in accordance with the American Public 18 Works Association Uniform Color Code; or 19 c) Attach green sanitary sewer marker tape to the polyethylene wrap. 20 g. Minimum widths 21 Polyethylene Tube and Sheet Sizes for Push-On Joint Pipe Nominal Pipe Diameter Min.Width—Flat Tube Min.Width—Sheet (inches) (inches) (inches) 3 14 28 4 14 28 6 16 32 8 20 40 10 24 48 12 27 54 14 30 60 16 34 68 18 37 74 20 41 82 24 54 108 30 67 134 36 81 162 42 81 162 48 95 190 54 108 216 60 108 216 64 121 242 22 15. Ductile Iron Pipe Interior Lining 23 a. Cement Mortar Lining CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 33 11 10-9 DUCTILE IRON PIPE Page 9 of 13 1 1) Ductile Iron Pipe for potable water shall have a cement mortar lining in 2 accordance with AWWA/ANSI C104/A21.04 and be acceptable according 3 to NSF 61. 4 b. Ceramic Epoxy or Epoxy Linings 5 1) Ductile Iron Pipe for use in wastewater applications shall be lined with a 6 Ceramic Epoxy or Epoxy lining as designated in the City's Standard 7 Products List as shown in Section 0160 00. 8 2) Apply lining at a minimum of 40 mils DFT. 9 3) Due to the tolerances involved,the gasket area and spigot end up to 6 10 inches back from the end of the spigot end must be coated with 6 mils 11 nominal, 10 mils maximum using a Joint Compound as supplied by the 12 manufacturer. 13 a) Apply the joint compound by brush to ensure coverage. 14 b) Care should be taken that the joint compound is smooth without excess 15 buildup in the gasket seat or on the spigot ends. 16 c) Coat the gasket seat and spigot ends after the application of the lining. 17 4) Surface preparation shall be in accordance with the manufacturer's 18 recommendations. 19 5) Check thickness using a magnetic film thickness gauge in accordance with 20 the method outlined in SSPC PA 2. 21 6)- -Test the interior lining of all pipe barrels for pinholes with a non- 22 destructive 2,500 volt test. 23 a) Repair any defects prior to shipment. 24 7) Mark each fitting with the date of application of the lining system along 25 with its numerical sequence of application on that date and records 26 maintained by the applicator of his work. 27 8) For all Ductile Iron Pipe in wastewater service where the pipe has been 28 cut, coat the exposed surface with the touch-up material as recommended 29 by the manufacturer. 30 a) The touch-up material and the lining shall be of the same manufacturer. 31 2.3 ACCESSORIES [NOT USED] 32 2.4 SOURCE QUALITY CONTROL [NOT USED] 33 PART 3- EXECUTION 34 3.1 INSTALLERS [NOT USED] 35 3.2 EXAMINATION [NOT USED] 36 3.3 PREPARATION [NOT USED] 37 3.4 INSTALLATION 38 A. General 39 1. Install pipe, fittings, specials and appurtenances as specified herein, as specified in 40 AWWA C600,AWWA M41 and in accordance with the pipe manufacturer's 41 recommendations. 42 2. See Section 33 11 11 for installation requirements for Ductile Iron Fittings. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 33 11 10-10 DUCTILE IRON PIPE Page 10 of 13 1 3. Lay pipe to the lines and grades as indicated in the Drawings. 2 4. Excavate and backfill trenches in accordance with Section 33 05 10. 3 5. Embed Ductile Iron Pipe in accordance with Section 33 05 10. 4 6. For installation of carrier pipe within casing, see Section 33 05 24. 5 B. Pipe Handling 6 1. Haul and distribute pipe and fittings at the project site. 7 2. Handle piping with care to avoid damage. 8 a. Inspect each joint of pipe and rejector repair any damaged pipe prior to 9 lowering into the trench. 10 b. Do not handle the pipe in such a way that will damage the interior lining. 11 c. Use only nylon ropes, slings or other lifting devices that will not damage the 12 surface of the pipe for handling the pipe. 13 3. At the close of each operating day: 14 a. Keep the pipe clean and free of debris, dirt,animals and trash—during and after 15 the laying operation. 16 b. Effectively seal the open end of the pipe using a gasketed night cap. 17 C. Joint Making 18 1. Mechanical Joints 19 a. Bolt the follower ring into compression against the gasket with the bolts 20 tightened down evenly then cross torqued in accordance with AWWA C600. 21 b. Overstressing of bolts to compensate for poor installation practice will not be 22 permitted. 23 2. Push-on Joints 24 a. Install Push-on joints as defined in AWWA/ANSI Cl 11/A21.11. 25 b. Wipe clean the gasket seat inside the bell of all extraneous matter. 26 c. Place the gasket in the bell in the position prescribed by the manufacturer. 27 d. Apply a thin film of non-toxic vegetable soap lubricant to the inside of the 28 gasket and the outside of the spigot prior to entering the spigot into the bell. 29 e. When using a field cut plain end piece of pipe,refinish the field cut and scarf to 30 conform to AWWA C600. 31 3. Flanged Joints 32 a. Use erection bolts and drift pins to make flanged connections. 33 1) Do not use undue force or restraint on the ends of the fittings. 34 2) Apply even and uniform pressure to the gasket. 35 b. The fitting must be free to move in any direction while bolting. 36 1) Install flange bolts with all bolt heads faced in one direction. 37 4. Joint Deflection 38 a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines 39 and grades and shown in the Drawings. 40 b. The deflection of each joint must be in accordance with AWWA C600 Table 3. 41 c. The maximum deflection allowed is 50 percent of that indicated in AWWA 42 C600. 43 d. The manufacturer's recommendation may be used with the approval of the 44 Engineer. 45 D. Polyethylene Encasement Installation CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 33 11 10-11 DUCTILE IRON PIPE Page I of 13 1 1. Preparation 2 a. Remove all lumps of clay,mud, cinders, etc.,on pipe surface prior to 3 installation of polyethylene encasement. 4 1) Prevent soil or embedment material from becoming trapped between pipe 5 and polyethylene. 6 b. Fit polyethylene film to contour of pipe to affect a snug,but not tight encase 7 with minimum space between polyethylene and pipe. 8 1) Provide sufficient slack in contouring to prevent stretching polyethylene 9 where it bridges irregular surfaces such as bell-spigot interfaces,bolted 10 joints or fittings and to prevent damage to polyethylene due to backfilling 11 operations. 12 2) Secure overlaps and ends with adhesive tape and hold. 13 c. For installations below water table and/or in areas subject to tidal actions, seal 14 both ends of polyethylene tube with adhesive tape at joint overlap. 15 2. Tubular Type(Method A) 16 a. Cut polyethylene tube to length approximately 2 feet longer than pipe section. 17 b. Slip tube around pipe,centering it to provide 1-foot overlap on each adjacent 18 pipe section and bunching it accordion-fashion lengthwise until it clears pipe 19 ends. 20 c. Lower pipe into trench and make up pipe joint with preceding section of pipe. 21 d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. 22 e. After assembling pipe joint,make overlap of polyethylene tube,pull bunched 23 polyethylene from preceding length of pipe, slip it over end of the new length 24 of pipe and wrap until it overlaps joint at end of preceding length of pipe. 25 £ Secure overlap in place. 26 g. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel 27 of pipe, securing fold at quarter points. 28 h. Repair cuts,tears;punctures or other damage to polyethylene. 29 i. Proceed with installation of next pipe in same manner. 30 3. Tubular Type(Method B) 31 a. Cut polyethylene tube to length approximately 1 foot shorter than pipe section. 32 b. Slip tube around pipe,centering it to provide 6 inches of bare pipe at each end. 33 c. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel 34 of pipe, securing fold at quarter points; secure ends. 35 d. Before making up joint, slip 3-foot length of polyethylene tube over end of 36 proceeding pipe section,bunching it accordion-fashion lengthwise. 37 e. After completing joint,pull 3-foot length of polyethylene over joint, 38 overlapping polyethylene previously installed on each adjacent section of pipe 39 by at least 1 foot; make each end snug and secure. 40 4. Sheet Type 41 a. Cut polyethylene sheet to a length approximately 2 feet longer than piece 42 section. 43 b. Center length to provide 1-foot overlap on each adjacent pipe section, bunching 44 it until it clears the pipe ends. 45 c. Wrap polyethylene around pipe so that it circumferentially overlaps top 46 quadrant of pipe. 47 d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. CITY OF FORT WORTH Northside I148-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 3311 10-12 DUCTILE IRON PIPE Page 12 of 13 1 e. Lower wrapped pipe into trench and make up pipe joint with preceding section 2 of pipe. 3 f. Make shallow bell hole at joints to facilitate installation of polyethylene. 4 g. After completing joint,make overlap and secure ends. 5 h. Repair cuts,tears, punctures or other damage to polyethylene. 6 i. Proceed with installation of next section of pipe in same manner. 7 5. Pipe-Shaped Appurtenances 8 a. Cover bends,reducers, offsets and other pipe-shaped appurtenances with 9 polyethylene in same manner as pipe and fittings. 10 6. Odd-Shaped Appurtenances 11 a. When it is not practical to wrap valves,tees,crosses,and other odd-shaped 12 pieces in tube,wrap with flat sheet or split length polyethylene tube by passing 13 sheet under appurtenances and bringing it up around body. 14 b. Make seams by bringing edges together,folding over twice and taping down. 15 c. Tape polyethylene securely in place at the valve stem and at any other 16 penetrations. 17 7. Repairs 18 a. Repair any cuts,tears,punctures or damage to polyethylene with adhesive tape 19 or with short length of polyethylene sheet or cut open tube,wrapped around 20 fitting to cover damaged area and secured in place. 21 8. Openings in Encasement 22 a. Provide openings for branches, service taps,blow-offs,air valves and similar 23 appurtenances by making an X-shaped cut in polyethylene and temporarily 24 folding back film. 25 b. After appurtenance is installed,tape slack securely to appurtenance and repair 26 cut, as well as other damaged area in polyethylene with tape. 27 c. Service taps may also be made directly through polyethylene,with any 28 resulting damaged areas being repaired as described above. 29 9. Junctions between Wrapped and Unwrapped Pipe: 30 a. Where polyethylene-wrapped pipe joins an adjacent pipe that is not wrapped, 31 extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. 32 b. Secure end with circumferential turns of tape. 33 c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric 34 tape for minimum clear distance of 3 feet away from Cast or Ductile Iron Pipe. 35 3.5 REPAIR/RESTORATION 36 A. Patching 37 1. Excessive field-patching is not permitted of lining or coating. 38 2. Patching of lining or coating will be allowed where area to be repaired does not 39 exceed 100 square inches and has no dimensions greater than 12 inches. 40 3. In general,there shall not be more than 1 patch on either the lining or the coating of 41 any 1 joint of pipe. 42 4. Wherever necessary to patch the pipe: 43 a. Make patch with cement mortar as previously specified for interior joints. 44 b. Do not install patched pipe until the patch has been properly and adequately 45 cured and approved for laying by the City. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 3311 10-13 DUCTILE IRON PIPE Page 13 of 13 1 5. Promptly remove rejected pipe from the site. 2 3.6 RE-INSTALLATION [NOT USED] 3 3.7 FIELD [oR] SITE QUALITY CONTROL 4 A. Potable Water Mains 5 1. Cleaning, disinfection,hydrostatic testing and bacteriological testing of water mains 6 a. Clean,flush,pig, disinfect,hydrostatic test and bacteriological test the water 7 main as specified in Section 33 04 40. 8 2. Closed Circuit Television(CCTV)Inspection 9 a. Provide a Post-CCTV Inspection for water lines 24-inch and larger in 10 accordance with Section 33 0131. 11 12 B. Wastewater Lines 13 1. Closed Circuit Television(CCTV)Inspection 14 a. Provide a Post-CCTV Inspection in accordance with Section 33 01 31. 15 3.8 SYSTEM STARTUP [NOT USED] 16 3.9 ADJUSTING [NOT USED] 17 3.10 CLEANING [NOT USED] 18 3.11 CLOSEOUT ACTIVITIES [NOT USED] 19 3.12 PROTECTION [NOT USED] 20 3.13 MAINTENANCE [NOT USED] 21 3.14 ATTACHMENTS [NOT USED] 22 END OF SECTION 23 Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A.Lb.—Updated Payment types 12/20/2012 D.Johnson 1.3—Added definitions of gland types for clarity 2.2.13.9, 10, 11 and 12—Added reference to Section 33 1105 and removed material specification for bolts,nuts and gaskets 24 CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 33 11 11-1 DUCTILE IRON FITTINGS Page 1 of 13 1 SECTION 33 1111 2 DUCTILE IRON FITTINGS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Ductile Iron Fittings 3-inch through 64-inch for potable water,wastewater, and 7 other liquids for use with Ductile Iron Pipe and Polyvinyl Chloride(PVC)Pipe 8 2. All mechanical joint fittings shall be mechanically restrained using restrained 9 wedge type retainer glands. 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. MODIFIED 1.2.A.1.)—ADDED verbiage to Measurement and Payment 12 making ductile iron fittings for 36—inch and larger Water Main subsidiary to 13 the water pipe construction. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0—Bidding Requirements,Contract Forms, and Conditions of the 16 Contract 17 2. Division 1 —General Requirements 18 3. Section 03 30 00—Cast-in-Place Concrete 19 4. Section 33 04 10—Joint Bonding and Electrical Isolation 20 5. Section 33 04 40—Cleaning and Acceptance Testing of Water Mains 21 6. Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 22 7. Section 33 1105—Bolts,Nuts, and Gaskets 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Ductile Iron Water Fittings with Restraint 26 a. Measurement 27 1) Shall be subsidiary for 36-Inch Water Main 28 and larger. 29 2) Fittings weights are the sum of the various types of fittings multiplied by 30 the weight per fitting as listed in AWWA/ANSI CI53/A21.53. 31 3) The fitting weights listed in AWWA/ANSI C110/A21.10 are only allowed 32 for specials where an AWWA/ANSI C153/A21.53 is not available, or if the 33 Drawings specifically call for an AWWA/ANSI C110/A21.10 fittings. 34 4) If the Contractor chooses to supply AWWA/ANSI C110/A21.10(full 35 body)Ductile Iron Fittings in lieu of AWWA/ANSI CI53/A21.53 36 (compact)Ductile Iron Fittings at his convenience,then the weight shall be 37 measured in accordance with AWWA/ANSI C153/A21.53. 38 b. Payment CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 33 11 11-2 DUCTILE IRON FITTINGS Page 2 of 13 1 1) The work performed and materials furnished in accordance with this Item 2 and measured as provided under"Measurement"will be 3 "subsidiary 4 to the 36-Inch and larger Water Main per Linear Foot. 5 c. The price bid shall include: 6 1) Furnishing and installing Ductile Iron Water Fittings as specified by the 7 Drawings 8 2) Polyethylene encasement 9 3) Lining 10 4) Pavement removal 11 5) Excavation 12 6) Hauling 13 7) Disposal of excess material 14 8) Furnishing and installing bolts,nuts, and restraints 15 9) Furnishing,placement and compaction of embedment 16 10)Furnishing, placement and compaction of backfill 17 11) Trench water stops 18 12) Clean-up 19 13) Cleaning 20 14)Disinfection 21 15) Testing 22 2. Ductile Iron Sewer Fittings 23 a. Measurement 24 1) Shall be per ton of fittings supplied 25 2) Fittings weights are the sum of the various types of fittings multiplied by 26 the weight per fitting as listed in AWWA/ANSI C153/A21.53. 27 3) The fitting weights listed in AWWA/ANSI C110/A21.10 are only allowed 28 for specials where an AWWA/ANSI CI53/A21.53 is not available, or if the 29 Drawings specifically call for an AWWA/ANSI C110/A21.10 fittings. 30 4) If the Contractor chooses to supply AWWA/ANSI Cl 10/A21.10(full 31 body)Ductile Iron Fittings in lieu of AWWA/ANSI C153/A21.53 32 (compact)Ductile Iron Fittings at his convenience,then the weight shall be 33 measured in accordance with AWWA/ANSI C153/A21.53. 34 b. Payment 35 1) The work performed and materials furnished in accordance with this Item 36 and measured as provided under"Measurement"will be paid for at the unit 37 price bid per ton of"Ductile Iron Sewer Fittings". 38 c. The price bid shall include: 39 1) Furnishing and installing Ductile Iron Water Fittings as specified by the 40 Drawings 41 2) Epoxy Coating 42 3) Polyethylene encasement 43 4) Lining 44 5) Pavement removal 45 6) Excavation 46 7) Hauling 47 8) Disposal of excess material 48 9) Furnishing and installing bolts,nuts, and restraints 49 10) Furnishing,placement and compaction of embedment CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 33 11 11-3 DUCTILE IRON FITTINGS Page 3 of 13 1 11) Furnishing,placement and compaction of backfill 2 12) Clean-up 3 13) Cleaning 4 14) Disinfection 5 15) Testing 6 1.3 REFERENCES 7 A. Definitions 8 1. Gland or Follower Gland 9 a. Non-restrained,mechanical joint fitting 10 2. Retainer Gland 11 a. Mechanically restrained mechanical joint fitting, consisting of multiple 12 gripping wedges incorporated into a follower gland meeting the applicable 13 requirements of ANSI/AW WA C I I O/A21.10. 14 B. Reference Standards 15 1. Reference standards cited in this Specification refer to the current reference 16 standard published at the time of the latest revision date logged at the end of this 17 Specification,unless a date is specifically cited. 18 2. American Society of Mechanical Engineers(ASME): 19 a. B 16.1, Gray Iron Pipe Flanges and Flanged Fittings(Classes 25, 125 and 250). 20 3. ASTM International(ASTM): 21 a. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting for 22 High Temperature or High Pressure Service and Other Special Purpose 23 Applications 24 b. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High 25 Pressure or High Temperature Service, or Both 26 c. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. 27 d. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for 28 Water or Other Liquids. 29 e. B 117, Standard Practice for Operating Salt Spray(Fog)Apparatus. 30 4. American Water Works Association(AWWA): 31 a. C203,Coal-Tar Protective Coatings and Linings for Steel Water Pipelines- 32 Enamel and Tape-Hot Applied. 33 b. C600, Installation of Ductile-Iron Water Mains and their Appurtenances. 34 c. M41,Ductile-Iron Pipe and Fittings. 35 5. American Water Works Association/American National Standards Institute 36 (AWWA/ANSI): 37 a. C 104/A21.4, Cement—Mortar Lining for Ductile-Iron Pipe and Fittings. 38 b. CI05/A21.5,Polyethylene Encasement for Ductile-Iron Pipe Systems. 39 c. C I I O/A2I.10,Ductile-Iron and Gray-Iron Fittings. 40 d. C1 11/A21.11,Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. 41 e. C 115/A21.15,Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron 42 Threaded Flanges. 43 f. C151/A21.51,Ductile-Iron Pipe, Centrifugally Cast, for Water. 44 g. C 153/A21.53,Ductile-Iron Compact Fittings for Water Service. 45 6. NSF International(NSF): 46 a. 61,Drinking Water System Components-Health Effects. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 33 11 11-4 DUCTILE IRON FITTINGS Page 4 of 13 1 7. Society for Protective Coatings(SSPC): 2 a. PA 2,Measurement of Dry Coating Thickness with Magnetic Gages. 3 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 4 1.5 SUBMITTALS 5 A. Submittals shall be in accordance with Section 0133 00. 6 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 7 specials. 8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 9 A. Product Data 10 1. Ductile Iron Fittings 11 a. Pressure class 12 b. Interior lining 13 c. Joint types 14 2. Polyethylene encasement and tape 15 a. Planned method of installation 16 b. Whether the film is linear low density or high density cross linked polyethylene 17 c. The thickness of the film provided 18 3. The interior lining, if it is other than cement mortar lining in accordance with 19 AWWA/ANSI C104/A21.4 20 a. Material 21 b. Application recommendations 22 c. Field touch-up procedures 23 4. Thrust Restraint 24 a. Retainer glands 25 b. Thrust harnesses 26 c. Any other means 27 5. Gaskets 28 a. Provide Gaskets in accordance with Section 33 1105. 29 6. Isolation Flanges 30 a. Flanges required by the drawings,to be Isolation Flanges shall conform to 31 Section 33 04 10. 32 7. Bolts and Nuts 33 a. Mechanical Joints 34 1) Provide bolts and nuts in accordance with Section 33 1105. 35 b. Flanged Ends 36 1) Meet requirements ofAWWA C115. 37 a) Provide bolts and nuts in accordance with Section 33 1105. 38 8. Flange Coatings 39 a. Connections to Steel Flanges 40 1) Buried connections with Steel Flanges shall be coated with a Petrolatum 41 Tape System in accordance with Section 33 1105. 42 B. Certificates CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 33 11 11-5 DUCTILE IRON FITTINGS Page 5 of 13 1 1. The manufacturer shall furnish an affidavit certifying that all Ductile Iron Fittings 2 meet the provisions of this Section and meet the requirements of AWWA/ANSI 3 C110/A21.10 or AWWA/ANSI C153/A21.53. 4 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE 8 A. Qualifications 9 1. Manufacturers 10 a. Fittings manufacturing operations(fittings, lining, and coatings)shall be 11 performed under the control of the manufacturer. 12 b. Ductile Iron Fittings shall be manufactured in accordance with AWWA/ANSI 13 C110/A21.10 or AWWA/ANSI C153/A21.53. 14 1) Perform quality control tests and maintain the results as outlined in these 15 standards to assure compliance. 16 B. Preconstruction Testing 17 1. The City may,at its own cost, subject random fittings for destructive testing by an 18 independent laboratory for compliance with this Specification. 19 a. The compliance test shall be performed in the United States. 20 b. Any visible defects or failure to meet the quality standards herein will be 21 grounds for rejecting the entire order. 22 1.10 DELIVERY,STORAGE,AND HANDLING, 23 A. Storage and Handling Requirements 24 1. Store and handle in accordance with the guidelines as stated in AWWA M41. 25 2. Secure and maintain a location to store the material in accordance with Section 01 26 6600. 27 1.11 FIELD [SITE] CONDITIONS [NOT USED] 28 1.12 WARRANTY [NOT USED] 29 PART 2- PRODUCTS 30 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 31 2.2 EQUIPMENT,PRODUCT TYPES AND MATERIALS 32 A. Manufacturers 33 1. Only the manufacturers as listed on the City's Standard Products List will be 34 considered as shown in Section 0160 00. 35 a. The manufacturer must comply with this Specification and related Sections. 36 2. Any product that is not listed on the Standard Products List is considered a 37 substitution and shall be submitted in accordance with Section 0125 00. 38 B. Ductile Iron Fittings 39 1. Ductile Iron Fittings shall be in accordance with AWWA/ANSI C110/A21.10, 40 AWWA/ANSI CI53/A21.53. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 33 11 11-6 DUCTILE IRON FITTINGS Page 6 of 13 1 2. All fittings for potable water service shall meet the requirements of NSF 61. 2 3. Ductile Iron Fittings, at a minimum, shall meet or exceed the pressures classes of 3 the pipe which the fitting is connected, unless specifically indicated in the 4 Drawings. 5 4. Fittings Markings 6 a. Meet the minimum requirements of AWWA/ANSI C151/A21.51. 7 b. Minimum markings shall include: 8 1) "DI"or"Ductile"cast or metal stamped on each fitting 9 2) Applicable AWWA/ANSI standard for that the fitting 10 3) Pressure rating 11 4) Number of degrees for all bends 12 5) Nominal diameter of the openings 13 6) Year and country fitting was cast 14 7) Manufacturer's mark 15 5. Joints 16 a. Mechanical Joints with mechanical restraint 17 1) Comply with AWWA/ANSI C111/A21.11 and applicable parts of 18 ANSI/AWWA CI IO/A21.10. 19 2) The retainer gland shall have the following working pressure ratings based 20 on size and type of pipe: 21 a) Ductile Iron Pipe 22 (1) 3-inch— 16-inch,350 psi 23 (2) 18-inch—48-inch,250 psi 24 b) PVC C900 and C905 25 (1) 3-inch— 12-inch,305psi 26 (2) 14-inch— 16-inch,235psi 27 (3) 18-inch—20-inch,200psi 28 (4) 24-inch—30—inch 165psi 29 c) Ratings are for water pressure and must include a minimum safety 30 factor of 2 to 1 in all sizes 31 3) Retainer glands shall have specific designs for Ductile Iron and PVC and 32 should be easily differentiate between the 2. 33 4) Gland body,wedges and wedge actuating components shall be cast from 34 grade 65-45-12 ductile iron material in accordance with ASTM A536. 35 5) Mechanical joint restraint shall require conventional tools and installation 36 procedures per AWWA C600,while retaining full mechanical joint 37 deflection during assembly as well as allowing joint deflection after 38 assembly. 39 6) Proper actuation of the gripping wedges shall be ensured with torque 40 limiting twist off nuts. 41 b. Push-On,Restrained Joints 42 1) Restraining Push-on joints by means of a special gasket 43 a) Only those products that are listed in 0160 00 44 b) The working pressure rating of the restrained gasket must exceed the 45 test pressure of the pipe line to be installed. 46 c) Approved for use of restraining Ductile Iron Pipe in casing with a 47 carrier pipe of 4-inches to 12-inches 48 d) Otherwise only approved if specially listed on the drawings CITY OF FORT WORTH Northside I148-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 33 11 11-7 DUCTILE IRON FITTINGS Page 7 of 13 1 2) Push-on Restrained Joint bell and spigot 2 a) Only those products list in the standard products list will be allowed for 3 the size listed in the standard products list per Section 0160 00 4 b) Pressure rating shall exceed the working and test pressure of the pipe 5 line 6 c. Flanged Joints 7 1) AWWA/ANSI C115/A21.15,ASME B16.1, Class 125 8 2) Flange bolt circles and bolt holes shall match those of ASME B 16.1, Class 9 125. 10 3) Field fabricated flanges are prohibited. 11 6. Gaskets 12 a. . Provide Gaskets in accordance with Section 33 1105. 13 7. Isolation Flanges 14 a. Flanges required by the drawings to be Isolation Flanges shall conform to 15 Section 33 04 10. 16 8. Bolts and Nuts 17 a. Mechanical Joints 18 1) Provide bolts and nuts in accordance with Section 33 1105. 19 b. Flanged Ends 20 1) Meet requirements ofAWWA C115. 21 a) Provide bolts and nuts in accordance with Section 33 1105. 22 9. Flange Coatings 23 a. Connections to Steel Flanges 24 1) Buried connections with Steel Flanges shall be coated with a Petrolatum 25 Tape System in accordance with Section 33 1105. 26 10. Ductile Iron Fitting Exterior Coatings 27 a. All Ductile Iron Fittings shall have an asphaltic coating,minimum of 1 mil 28 thick, on the exterior,unless otherwise specified in the Contract Documents. 29 11. Polyethylene Encasement 30 a. All buried Ductile Iron Fittings shall be polyethylene encased. 31 b. Only manufacturers listed in the City's Standard Products List as shown in 32 Section 01 60 00 will be considered acceptable. 33 c. Use only virgin polyethylene material. 34 d. Encasement for buried fittings shall be 8 mil linear low density(LLD) 35 polyethylene conforming to AWWA/ANSI C105/A21.5 or 4 mil high density 36 cross-laminated(HDCL)polyethylene encasement conforming to conforming 37 to AWWA/ANSI CI05/A21.5 and ASTM A674. 38 e. Marking: At a minimum of every 2 feet along its length,the mark the 39 polyethylene film with the following information: 40 1) Manufacturer's name or trademark 41 2) Year of manufacturer 42 3) AWWA/ANSI C105/A21.5 43 4) Minimum film thickness and material type 44 5) Applicable range of nominal diameter sizes 45 6) Warning—Corrosion Protection—Repair Any Damage 46 f. Special Markings/Colors 47 1) Reclaimed Water,perform one of the following: 48 a) Label polyethylene encasement with"RECLAIMED WATER", CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 33 11 11-8 DUCTILE IRON FITTINGS Page 8 of 13 1 b) Provide purple polyethylene in accordance with the American Public 2 Works Association Uniform Color Code; or 3 c) Attach purple reclaimed water marker tape to the polyethylene wrap. 4 2) Wastewater,perform one of the following: 5 a) Label polyethylene encasement with"WASTEWATER"; 6 b) Provide green polyethylene in accordance with the American Public 7 Works Association Uniform Color Code; or 8 c) Attach green sanitary sewer marker_tape to the polyethylene wrap. 9 g. Minimum widths 10 Polyethylene Tube and Sheet Sizes for Push-On Joint Fittings Nominal Fittings Diameter Min.Width—Flat Tube Min.Width—Sheet (inches) (inches) (inches) 3 14 28 4 14 28 6 16 32 8 20 40 10 24 48 12 27 54 14 30 _ __ . 60_. _... 16 34 68 18 37 74 20 41 82 24 54 108 30 67 134 36 81 162 42 81 162 48 95 190 54 108 216 60 108 216 64 121 242 11 12. Ductile Iron Fittings Interior Lining 12 a. Cement Mortar Lining 13 1) Ductile Iron Fittings for potable water shall have a cement mortar lining in 14 accordance with AWWA/ANSI C104/A21.4 and be acceptable according to 15 NSF 61. 16 b. Ceramic Epoxy or Epoxy Linings 17 1) Ductile Iron Fittings for use in wastewater applications shall be lined with 18 a Ceramic Epoxy or Epoxy lining as designated in the Standard Products 19 List as shown in Section 0160 00. 20 2) Apply lining at a minimum of 40 mils DFT 21 3) Due to the tolerances involved,the gasket area and spigot end up to 6 22 inches back from the end of the spigot end must be coated with 6 mils 23 nominal, 10 mils maximum using a Joint Compound as supplied by the 24 manufacturer. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 33 11 11-9 DUCTILE IRON FITTINGS Page 9 of 13 1 a) Apply the joint compound by brush to ensure coverage. 2 b) Care should betaken that the joint compound is smooth without excess 3 buildup in the gasket seat or on the spigot ends. 4 c) Coat the gasket seat and spigot ends after the application of the lining. 5 4) Surface preparation shall be in accordance with the manufacturer's 6 recommendations. 7 5) Check thickness using a magnetic film thickness gauge in accordance with 8 the method outlined in SSPC PA 2. 9 6) Test the interior lining of all fittings for pinholes with a non-destructive 10 2,500 volt test. 11 a) Repair any defects prior to shipment. 12 7) Mark each fitting with the date of application of the lining system along 13 with its numerical sequence of application on that date and records 14 maintained by the applicator of his work. 15 8) For all Ductile Iron Fittings in wastewater service where the fitting has 16 been cut,coat the exposed surface with the touch-up material as 17 recommended by the manufacturer. 18 a) The touch-up material and the lining shall be of the same manufacturer. 19 2.3 ACCESSORIES [NOT USED] 20 2.4 SOURCE QUALITY CONTROL [NOT USED] 21 PART 3 - EXECUTION 22 3.1 INSTALLERS [NOT USED] 23 3.2 EXAMINATION [NOT USED] 24 3.3 PREPARATION [NOT USED] 25 3.4 INSTALLATION 26 A. General 27 1. Install fittings, specials and appurtenances as specified herein, as specified in 28 AWWA C600,AWWA M41, and in accordance with the fittings manufacturer's 29 recommendations. 30 2. Lay fittings to the lines and grades as indicated in the Drawings. 31 3. Excavate and backfill trenches in accordance with 33 05 10. 32 4. Embed Ductile Iron Fittings in accordance with 33 05 10. 33 B. Joint Making 34 1. Mechanical Joints with required mechanical restraint 35 a. All mechanical joints require mechanical restraint. 36 b. Bolt the retainer gland into compression against the gasket,with the bolts 37 tightened down evenly then cross torqued in accordance with AWWA C600. 38 c. Overstressing of bolts to compensate for poor installation practice will not be 39 permitted. 40 2. Push-on Joints(restrained) 41 a. All push-on joints shall be restrained push-on type. 42 b. Install Push-on joints as defined in AWWA/ANSI C111/A21.11. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 3311 11-10 DUCTILE IRON FITTINGS Page 10 of 13 1 c. Wipe clean the gasket seat inside the bell of all extraneous matter. 2 d. Place the gasket in the bell in the position prescribed by the manufacturer. 3 e. Apply a thin film of non-toxic vegetable soap lubricant to the inside of the 4 gasket and the outside of the spigot prior to entering the spigot into the bell. 5 f. When using a field cut plain end piece of pipe,refinished the field cut and scarf 6 to conform to AWWA M-41. 7 3. Flanged Joints 8 a. Use erection bolts and drift pins to make flanged connections. 9 1) Do not use undue force or restraint on the ends of the fittings. 10 2) Apply even and uniform pressure to the gasket. 11 b. The fitting must be free to move in any direction while bolting. 12 1) Install flange bolts with all bolt heads faced in 1 direction. 13 4. Joint Deflection 14 a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines 15 and grades and shown in the Drawings. 16 b. The deflection of each joint must be in accordance with AWWA C600 Table 3. 17 c. The maximum deflection allowed is 50 percent of that indicated in AWWA 18 C600. 19 d. The manufacturer's recommendation may be used with the approval of the 20 Engineer. 21 C. Polyethylene Encasement Installation 22 1. Preparation 23 a. Remove all lumps of clay,mud, cinders, etc., on fittings surface prior to 24 installation of polyethylene encasement. 25 1) Prevent soil or embedment material from becoming trapped between 26 fittings and polyethylene. 27 b. Fit polyethylene film to contour of fittings to affect a snug,but not tight encase 28 with minimum space between polyethylene and fittings. 29 1) Provide sufficient slack in contouring to prevent stretching polyethylene 30 where it bridges irregular surfaces such as bell-spigot interfaces,bolted 31 joints or fittings, and to prevent damage to polyethylene due to backfilling 32 operations. 33 2) Secure overlaps and ends with adhesive tape and hold. 34 c. For installations below water table and/or in areas subject to tidal actions, seal 35 both ends of polyethylene tube with adhesive tape at joint overlap. 36 2. Tubular Type(Method A) 37 a. Cut polyethylene tube to length approximately 2 feet longer than fittings 38 section. 39 b. Slip tube around fittings,centering it to provide 1 foot overlap on each adjacent 40 pipe section and bunching it accordion-fashion lengthwise until it clears fittings 41 ends. 42 c. Lower fittings into trench with preceding section of pipe. 43 d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. 44 e. After assembling fittings make overlap of polyethylene tube,pull bunched 45 polyethylene from preceding length of pipe, slip it over end of the fitting and 46 wrap until it overlaps joint at end of preceding length of pipe. 47 f. Secure overlap in place. CITY OF FORT WORTH Northside I148-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 33It 11-11 DUCTILE IRON FITTINGS Page 11 of 13 1 g. Take up slack width at top of fitting to make a snug, but not tight,fit along 2 barrel of fitting, securing fold at quarter points. 3 h. Repair cuts,tears,punctures or other damage to polyethylene. 4 i. Proceed with installation of next fitting in same manner. 5 3. Tubular Type(Method B) 6 a. Cut polyethylene tube to length approximately 1 foot shorter than fitting 7 section. 8 b. Slip tube around fitting, centering it to provide 6 inches of bare fitting at each 9 end. 10 c. Take up slack width at top of fitting to make a snug, but not tight,fit along 11 barrel of fitting, securing fold at quarter points; secure ends. 12 d. Before making up joint, slip 3-foot length of polyethylene tube over end of 13 proceeding pipe section,bunching it accordion-fashion lengthwise. 14 e. After completing joint,pull 3-foot length of polyethylene over joint, 15 overlapping polyethylene previously installed on each adjacent section of pipe 16 by at least 1 foot; make each end snug and secure. 17 4. Sheet Type 18 a. Cut polyethylene sheet to a length approximately 2 feet longer than piece 19 section. 20 b. Center length to provide 1-foot overlap on each fitting,bunching it until it 21 clears the fitting ends. 22 c. Wrap polyethylene around fitting so that it circumferentially overlaps top 23 quadrant of fitting. 24 d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. 25 e. Lower wrapped fitting into trench with preceding section of pipe. 26 f. Make shallow bell hole at joints to facilitate installation of polyethylene. 27 g. After completing joint,make overlap and secure ends. 28 It. Repair cuts,tears,punctures or other damage to polyethylene. 29 i. Proceed with installation of fittings in same manner. 30 5. Pipe-Shaped Appurtenances 31 a. Cover bends,reducers, offsets,and other pipe-shaped appurtenances with 32 polyethylene in same manner as pipe and fittings. 33 6. Odd-Shaped Appurtenances 34 a. When it is not practical to wrap valves,tees,crosses and other odd-shaped 35 pieces in tube,wrap with flat sheet or split length polyethylene tube by passing 36 sheet under appurtenances and bringing it up around body. 37 b. Make seams by bringing edges together, folding over twice and taping down. 38 c. Tape polyethylene securely in place at the valve stem and at any other 39 penetrations. 40 7. Repairs 41 a. Repair any cuts,tears,punctures or damage to polyethylene with adhesive tape 42 or with short length of polyethylene sheet or cut open tube, wrapped around 43 fitting to cover damaged area, and secure in place. 44 8. Openings in Encasement 45 a. Provide openings for branches, service taps,blow-offs, air valves and similar 46 appurtenances by making an X-shaped cut in polyethylene and temporarily 47 folding back film. CITY OF FORT WORTH Northside I148-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 33 11 11-12 DUCTILE IRON FITTINGS Page 12 of 13 1 b. After appurtenance is installed,tape slack securely to appurtenance and repair 2 cut, as well as other damaged area in polyethylene with tape. 3 c. Service taps may also be made directly through polyethylene,with any 4 resulting damaged areas being repaired as described above. 5 9. Junctions between Wrapped and Unwrapped Fittings 6 a. Where polyethylene-wrapped fitting joins an adjacent pipe that is not wrapped, 7 extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. 8 b. Secure end with circumferential turns of tape. 9 c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric 10 tape for minimum clear distance of 3 feet away from cast or Ductile Iron 11 Fittings. 12 D. Blocking 13 1. Install concrete blocking in accordance with Section 03 30 00 for all bends,tees, 14 crosses and plugs in the pipe lines as indicated in the Drawings. 15 2. Place the concrete blocking so as to rest against firm undisturbed trench walls, 16 normal to the thrust. 17 3. The supporting area for each block shall be at least as great as that indicated on the 18 Drawings and shall be sufficient to withstand the thrust, including water hammer, 19 which may develop. 20 4. Each block shall rest on a firm,undisturbed foundation or trench bottom. 21 5. If the Contractor encounters soil that appears to be different than that which was 22 used to calculate the blocking according to the Drawings,the Contractor shall 23 notify the Engineer prior to the installation of the blocking. 24 3.5 REPAMMSTORATION 25 A. Patching 26 1. Excessive field-patching is not permitted of lining or coating. 27 2. Patching of lining or coating will be allowed where area to be repaired does not 28 exceed 100 square inches and has no dimensions greater than 12 inches. 29 3. In general,there shall not be more than 1 patch on either the lining or the coating of 30 any fitting. 31 4. Wherever necessary to patch the fitting: 32 a. Make patch with cement mortar as previously specified for interior joints. 33 b. Do not install patched fitting until the patch has been properly and adequately 34 cured and approved for laying by the City. 35 c. Promptly remove rejected fittings from the site. 36 3.6 RE-INSTALLATION [NOT USED] 37 3.7 FIELD [OR] SITE QUALITY CONTROL 38 A. Potable Water Mains 39 1. Cleaning, disinfection,hydrostatic testing and bacteriological testing of water mains 40 a. Clean,flush,pig, disinfect, hydrostatic test and bacteriological test the water 41 main as specified in Section 33 04 40. CITY OF FORT WORTH Northside 1I 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 33 11 11-13 DUCTILE IRON FITTINGS Page 13 of 13 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A.l.c—Restraints included in price bid 1.2.A.2.c—Restraints included in price bid 1.3—Added definitions of gland types for clarity 12/20/2012 D.Johnson 2.2•13.5—Removed unrestrained push-on and mechanical joints 2.2.13.6,7,8,and 9—Added reference to Section 33 05 10 and 33 04 10;removed material specifications for bolts,nuts and gaskets. 3.4—Requirement for all mechanical and push-on joints to be restrained 3.4.13—Corrected reference 10 CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 331113-1 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 1 of 16 1 SECTION 33 1113 2 CONCRETE PRESSURE PIPE,BAR-WRAPPED, STEEL CYLINDER TYPE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Concrete Pressure Pipe,Bar-Wrapped, Steel Cylinder Type(Concrete Pressure 7 Pipe)24-inch through 72-inch for potable water applications in conformance with 8 AWWA C303 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. MODIFIED 1.2.A.l.c.—ADDED 20)Concrete Pressure Pipe Fittings 11 2. MODIFIED 1.2.A.—REMOVED 2.Concrete Pressure Pipe Fittings— 12 CONCRETE PRESSURE PIPE FITTINGS ARE SUBSIDIARY TO 13 CONCRETE PRESSURE PIPE. 14 3. MODIFIED 1.3.A.5.—ADDED C208,DIMENSIONS FOR FABRICATED 15 STEEL WATER PIPE FITTINGS 16 4. MODIFIED 2.2.C.1.e.1)—REMOVED Unit Weight of Fill(w)= 130 AND 17 REPLACED WITH 110 pounds per cubic foot. 18 5. MODIFIED 2.2.C.2.c.1).a).(1)—REMOVED Soil Density=130 AND 19 REPLACED WITH 110 pounds per cubic foot. 20 6. MODIFIED 2.2.C.5.a—REMOVED in its entirety and REPLACED with a 21 reference to AWWA C208. 22 7. MODIFIED 3.7.A.—ADDED 2. Closed Circuit Television(CCTV)Inspection 23 C. Related Specification Sections include,but are not necessarily limited to: 24 1. Division 0—Bidding Requirements,Contract Forms,and Conditions of the 25 Contract 26 2. Division 1 —General Requirements 27 3. Section 33 0131 —Closed Circuit Television(CCTV)Inspection 28 4. Section 33 04 10—Joint Bonding and Electrical Isolation 29 5. Section 33 04 40—Cleaning and Acceptance Testing of Water Mains 30 6. Section 33 05 10—Utility Trench Excavation, Embedment and Backfill 31 7. Section 33 1105—Bolts,Nuts,and Gaskets 32 1.2 PRICE AND PAYMENT PROCEDURES 33 A. Measurement and Payment 34 1. Concrete Pressure Pipe 35 a. Measurement 36 1) Measured horizontally along the surface from center line to centerline of 37 the fitting or appurtenance 38 b. Payment CITY OF FORT WORTH Northside 1I 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 ADDENDUM No.1 331113-2 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 2 of 16 1 1) The work performed and materials furnished in accordance with this Item 2 and measured as provided under"Measurement"shall be paid for at the unit 3 price bid per linear foot for"Concrete AWWA C303 Pipe"installed for: 4 a) Various sizes 5 b) Various types of backfill 6 c. The price bid shall include: 7 1) Furnishing and installing Concrete Pressure Pipe with joints as specified by 8 the Drawings 9 2) Mobilization 10 3) Coating 11 4) Lining 12 15) Pavement removal 13 6) Excavation 14 7) Hauling 15 8) Disposal of excess material 16 9) Furnishing,placement,and compaction of embedment 17 10) Trench water stops 18 11)Joint restraint 19 12)Bolts and nuts 20 13) Welding 21 14)Gaskets,if allowed 22 15) Furnishing,placement,and compaction of backfill 23 16)Clean-up 24 17) Cleaning .... . . .... .. .. ...... . .... .. 25 18)Disinfection 26 19)Testing 27 20) Concrete Pressure Pipe Fittings 28 2. GCnerete Amss r-e n: Fittings .Y��-i«ings 29 a. Me o en 30 1) Measur-emefft fer-this Rem shall be by lump sufa, 31 b. Paymefit 32 1) 4be work peffef9ffied and fnater-ials fufaished in aceerdanee with this Item 33 shall be paid-for- t-the Ittntp -price bid-fef "G303 Fittings"—installed€er- 34 a) Vaf!ieu 36 e. The priEe'�ull inelude. 37 ) Famishing and installing Cenerete PFessufeY Fittings speeified J 38 the 39 2) Mobilization 40 3) Coating 41 4} Lkiin g 43 6) 1v.,,.,,.,,,tie 44 7} Hauling 45 8) Disposal of erwes mat l 46 , 47 10) Tfenrah water-stops 48 1 1) r,int rost4int 49 12) Belts and fiws 50 13) Welding CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 ADDENDUM No.1 331113-3 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 3 of 16 i 2 15) Furnishing-, plaeement and eempaetienfti 1 fn 3 6) !moo eanup 4 17) Gleaning 5 1 ) ..nisi -,.+;en, 6 19) Testg 7 1.3 REFERENCES 8 A. Reference Standards 9 1. Reference standards cited in this Specification refer to the current reference 10 standard published at the time of the latest revision date logged at the end of this 11 Specification,unless a date is specifically cited. 12 2. American Society of Mechanical Engineers(ASME): 13 a. B16.1,Gray Iron Pipe Flanges and Flanged Fittings(Classes 25, 125 and 250). 14 3. American Society of Testing and Materials(ASTM): 15 a. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. 16 b. A307, Standard Specification for Carbon Steel Bolts and Studs,60,000 PSI 17 Tensile Strength. 18 c. B 117, Standard Practice for Operating Salt Spray(Fog)Apparatus. 19 d. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and 20 Steel. 21 e. C33, Standard Specification for Concrete Aggregates. 22 f. C 144,Standard Specification for Aggregate for Masonry Mortar. 23 g. C150, Specification for Portland Cement. 24 h. C293,Standard Test Method for Flexural Strength of Concrete(Using Simple 25 Beam with Center-Point Loading). 26 i. C497,Methods of Testing Concrete Pipe. 27 j. C882, Standard Test Method for Bond Strength of Epoxy-Resin Systems Used 28 With Concrete By Slant Shear. 29 k. C 1090, Standard Test Method for Measuring Changes in Height of Cylindrical 30 Specimens of Hydraulic-Cement Grout. 31 1. E165, Standard Practice for Liquid Penetrant Examination for General Industry. 32 4. American Welding Society(AWS): 33 a. D1.1, Structural Welding Code- Steel. 34 5. American Water Works Association(AWWA): 35 a. C206, Field Welding of Steel Water Pipe. 36 b. C207, Steel Pipe Flanges for Waterworks Service-Sizes 4 IN through 144 IN. 37 c. C208,Dimensions for Fabricated Steel Water Pipe Fittings. 38 d. C303,Concrete Pressure Pipe, Bar-Wrapped, Steel-Cylinder Type. 39 e. M9,Concrete Pressure Pipe. 40 6. American Water Works Association/American National Standards Institute 41 (AW WA/ANSI): 42 a. C1 I I/A21.11,Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and 43 Fittings. 44 7. International Organization for Standardization(ISO). 45 8. National Sanitation Foundation(NSF): 46 a. NSF 61, Drinking Water System Components-Health Effects CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 ADDENDUM No.1 33It 13-4 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 4 of 16 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS 3 A. Submittals shall be in accordance with Section 0133 00. 4 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 5 specials. 6 1.6 ACTION SUBMITTALSA NFORMATIONAL SUBMITTALS 7 A. Product Data 8 1. Exterior Coating 9 a. Material data 10 b. Application recommendations 11 c. Field touch-up procedures 12 2. Joint Wrappers 13 a. Material data 14 b. Installation recommendations 15 3. Flexible Joint Couplings 16 a. Manufacturer 17 b. Model 18 4. Mixes 19 a. Mortar for interior joints and patches 20 b. Bonding agents for patches 21 5. Gaskets(if applicable) 22 B. Shop Drawings—Furnish for Concrete Pressure Pipe used in the potable water systems 23 including: 24 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in 25 Texas including: 26 a. Internal pressure 27 1) Working Pressure 28 2) Test Pressure 29 3) Surge pressure 30 b. External pressure 31 1) Deflection 32 2) Buckling 33 c. Special physical loading such as supports or joint design 34 d. Thermal expansion and/or contraction, if applicable for the proposed 35 installation 36 2. Thrust restraint calculations for all fittings and valves including the restraint length 37 sealed by a Licensed Professional Engineer in Texas. 38 3. Fabrication and lay drawings showing a schematic location with profile and a 39 tabulated layout schedule that is sealed by a Licensed Professional Engineer in 40 Texas and includes: 41 a. Pipe class 42 b. Joint types 43 c. Fittings 44 d. Thrust Restraint 45 e. Stationing(in accordance with the Drawings) CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 ADDENDUM No.i 331113-5 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 5 of 16 1 f. Transitions 2 g. Joint deflection J 3 h. Outlet locations for welding,ventilation,and access 4 i. Welding requirements 5 4. Pipe within Casing 6 a. Provide drawings detailing how pipe is restrained to prevent floating within the 7 casing. 8 C. Certificates and Test Reports 9 a. Submittals for certificates and testing reports shall be as outlined in Article 1.9 10 of this Section. 11 1.7 CLOSEOUT SUBMITTALS [NOT USED] 12 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 13 1.9 QUALITY ASSURANCE 14 A. Qualifications 15 1. Manufacturers 16 a. Shall be American Concrete Pressure Pipe Association(ACPPA)Quality 17 Program certified,I.S.O. Quality Certification Program certified,or equal,for 18 Concrete Pressure Pipe and accessory manufacturing. 19 b. Pipe manufacturing operations(pipe, lining,and coatings)shall be performed 20 under the control of the manufacturer. -- -- 21 c. Pipe shall be the product of 1 manufacturer which has had not less than 5 years 22 successful experience manufacturing AWWA C303 pipe of the particular type 23 and size indicated. 24 1) This experience record will be thoroughly investigated by the Engineer,and 25 acceptance will be at the sole discretion of the Engineer and City. 26 2) Pipe manufacturing operations(pipe,fittings, lining,and coating)shall be 27 performed at 1 location,unless otherwise approved by the Engineer. 28 d. Pipe shall be manufactured in accordance with the latest revisions of 29 AWWA C303. 30 B. Certifications 31 1. Prior to shipment of the pipe,the Pipe Manufacturer shall submit the following: 32 a. A Certificate of Adequacy of Design stating that the pipe to be furnished 33 complies with AWWA C303 and these Specifications 34 b. Copies of results of factory hydrostatic tests shall be provided to the Engineer 35 c. Mill certificates,including chemical and physical test results for each heat of 36 steel 37 1) The manufacturer shall perform the tests described in AWWA C303,for all 38 pipe,fittings,and specials,except that the absorption test detailed in this 39 Specification shall supersede the requirements of the applicable portion of 40 AWWA C303. 41 d. Certified test reports for welder certification for factory and field welds in 42 accordance with AWWA C303, Section 5 43 e. Certified test reports for cement mortar tests 44 f. Certified test reports for steel cylinder tests 45 C. Hydrostatic Pressure Testing CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 ADDENDUM No.1 33 11 13-6 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 6 of 16 1 1. Hydrostatic pressure testing shall meet or exceed the requirements of AWWA C303 2 Section 4.6—Fabrication. 3 a. Each pipe cylinder,with rings welded to its ends, shall be hydrostatically tested 4 prior to application of lining or coating. 5 b. The internal test pressure shall be that which results in a fiber stress equal to 75 6 percent of the minimum yield strength of the steel used. 7 c. Each pipe cylinder tested shall be completely watertight under maximum test 8 pressure. 9 d. Test pressure shall be held for sufficient time to observe the weld seams. 10 e. Pipe manufacturer shall maintain a recording of the pressure gauge report and 11 provide to the Engineer. 12 2. Fittings shall be fabricated from hydrostatically tested pipe or fabricated of welded 13 steel sheets or plates. 14 a. Fittings shall be tested in accordance with AWWA C3O3. 15 3. Factory Testing 16 a. Cement Mortar Coating-Absorption Test 17 1) A water absorption test shall be performed on samples of cured mortar 18 coating taken from each working shift. 19 a) The mortar coating samples shall have been cured in the same manner 20 as the pipe. 21 b) A test value shall consist of the average of a minimum of 3 samples' 22 taken from the same working shift. 23 c) The test method shall be in accordance with ASTM C497,Method A. -- - 24 d) The average absorption value for any test shall not exceed 9 percent 25 and no individual sample shall have an absorption exceeding 11 percent. 26 e) Tests for each working shift shall be performed on a daily basis until 27 conformance to the absorption requirements has been established by 10 28 consecutive passing test results,at which time testing may be performed 29 on a weekly basis for each working shift. 30 (1) Daily testing shall be resumed for each working shift with failing 31 absorption test results and shall be maintained until conformance to 32 the absorption requirements is re-established by 10 consecutive 33 passing test results. 34 D. Cement Mortar Lining 35 1. Shop-applied cement mortar linings shall be tested in accordance with AWWA 36 C303. 37 E. City Testing and Inspection 38 1. The City reserves the option to have an independent testing laboratory,at the City's 39 expense, inspect pipe and fittings at the pipe manufacturer's plant. 40 a. The City's testing laboratory and Engineer shall have free access to the 41 manufacturer's plant. 42 b. The pipe manufacturer shall notify the City,in writing,at least 2 weeks prior to 43 pipe fabrication as to start of fabrication and fabricating schedule. The City will 44 then advise the manufacturer as to City's decision regarding tests to be 45 performed by an independent testing laboratory. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 ADDENDUM No.1 3311 13-7 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 7 of 16 1 c. In the event the City elects to retain an independent testing laboratory to make 2 material tests and weld tests,it is the intent that the tests be limited to 1 spot 3 testing of each category unless the tests do not show compliance with the 4 standard. 5 1) If these tests do not show compliance,the City reserves the right to have 6 the laboratory make additional tests and observations. 7 2. The inspection and testing by the independent testing laboratory anticipates that 8 production of pipe shall be done over a normal period of time and without"slow 9 downs"or other abnormal delays. 10 a. In the event that an abnormal production time is required, and the City is 11 required to pay excessive costs for inspection,then the Contractor shall be 12 required to reimburse the City for such costs over and above those which would 13 have been incurred under a normal schedule of production as determined by the 14 Engineer. 15 F. Manufacturer's Technician for Pipe Installation 16 1. Pipe Manufacturer's Representative 17 a. During the construction period,the pipe manufacturer shall furnish the services 18 of a factory trained,qualified,job experienced technician to advise and instruct, 19 as necessary, in pipe laying and pipe jointing. 20 1) The technician shall assist and advise the Contractor in his pipe laying 21 operations and shall instruct construction personnel in proper joint assembly 22 and joint inspection procedures. 23 2) The technician is not required to be on-site full time;however,the 24 technician shall be regularly on-site during the first 2 weeks of pipe laying 25 and thereafter as requested by the Engineer,City or Contractor. 26 1.10 DELIVERY,STORAGE,AND HANDLING 27 A. Packing 28 1. Prepare pipe for shipment to: 29 a. Afford maximum protection from normal hazards of transportation 30 b. Allow pipe to reach project site in an undamaged condition 31 2. Pipe damaged in shipment shall not be delivered to the project site unless such 32 damaged pipe is properly repaired. 33 3. After the completed pipe and fittings have been removed from the final cure at 34 the manufacturing plant: 35 a. Protect pipe lining from drying by means of plastic end covers banded to the 36 pipe ends. 37 b. Maintain covers over the pipe ends at all times until ready to be installed. 38 c. Moisture shall be maintained inside the pipe by periodic addition of water as 39 necessary. 40 4. Pipes shall be carefully supported during shipment and storage. 41 a. Pipe,fittings and specials shall be separated so that they do not bear against 42 each other and the whole load shall be securely fastened to prevent 43 movement in transit. 44 b. Ship pipe on padded bunks with tie-down straps approximately over sculling. 45 c. Store pipe on padded skids,sand or dirt berms,tires or other suitable means 46 to protect the pipe from damage. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 ADDENDUM No.1 331113-8 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 8 of 16 1 d. Each end and each length of pipe,fitting or special(42-inches and larger) 2 and the middle of each pipe joint shall be internally supported and braced 3 with stulls to maintain a true circular shape. 4 i. Internal stulls shall consist of timber or steel firmly wedged and secured 5 so that stulls remain in place during storage, shipment and installation. 6 ii. Pipe shall be rotated so that one Stull remains vertical during storage, 7 shipment and installation. 8 iii. At a minimum,stulls shall be placed at each end,each quarter point and 9 center. 10 B. Delivery, Handling, and Storage 11 1. Once the first shipment of pipe has been delivered tc the site,the Engineer and 12 the Contractor shall inspect the pipe's interior coating for excessive cracking. 13 a. If excessive cracking is found,exceeding the allowance in AWWA C303, 14 modify shipping procedures to reduce or eliminate cracking. 15 2. Deliver,handle and store pipe in accordance with the manufacturer's 16 recommendations to protect coating systems. 17 C. Marking for Identification 18 1. For each joint of pipe and each fitting,plainly mark on 1 end: 19 a. Class for which it is designated 20 b. Date of manufacturer 21 c. Identification number 22 d. Top centerlines shall be marked on all specials. 23 D. Point of Delivery 24 1. The Contractor is responsible for securing and maintaining a location to store the 25 material in accordance with Section 0166 00. 26 27 1.11 WARRANTY [NOT USED] 28 PART 2- PRODUCTS 29 2.1 OWNER-FURNISHED [NOT USED] 30 2.2 EQUIPMENT,PRODUCT TYPES,AND MATERIALS 31 A. Manufacturers 32 1. Only the manufacturers as listed in the City's Standard Products List will be 33 considered as shown in Section 0160 00. 34 a. The manufacturer must comply with this Specification and related Sections. 35 2. Any product that is not listed on the Standard Products List is considered a 36 substitution and shall be submitted in accordance with Section 0125 00. 37 B. Materials 38 1. General 39 a. Pipe shall be manufactured in accordance with the latest revisions of 40 AWWA C303,AWWA M9,as well as the special requirements of this 41 Specification. 42 b. All pipe shall meet the requirements of NSF 61. 43 2. Cement 44 a. Cement for use in concrete and mortar shall be Type I or 11 Portland Cement. CITY OF FORT WORTH Northside H 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 ADDENDUM No.1 3311 13-9 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 9 of 16 1 3. Aggregates 2 a. Aggregates for concrete lining and coating shall conform to ASTM C33. 3 4. Sand 4 a. Sand used for inside and outside joints shall be of silica base,conforming to 5 ASTM C144. 6 5. Special Coating(Mortar Rings) 7 a. Pipe to be installed in casing shall have 2 built-up mortar rings,each 8 approximately 2 feet long and slightly higher than the pipe bell,to prevent the 9 pipe from being supported by the pipe bell. 10 b. Built-up mortar rings are to be applied at the quarter points of the pipe section. 11 6. Bushings,Couplings and Plugs 12 a. Where outlets or taps are threaded,furnish and install brass reducing bushings 13 in larger steel half couplings for the outlet size indicated. 14 b. Threaded plugs shall be brass. 15 7. Mixes 16 a. Cement Mortar 17 1) Cement mortar used for pouring joints shall consist of 18 a) 1 part Portland Cement 19 b) 2 parts clean,fine,sharp silica sand 20 c) Mixed with water 21 d) No manufactured sand shall be permitted. 22 e) Exterior joint mortar shall be mixed to the consistency of thick cream. 23 f) Interior joint mortar shall be mixed with as little water as possible so 24 that the mortar is very stiff,but workable. 25 g) Cement shall be ASTM C 150,Type I or Type H. 26 h) Sand shall conform to ASTM C144. 27 2) Cement mortar used for patching shall be mixed as per cement mortar for 28 inside joints. 29 8. Joint Wrappers 30 a. Joint wrappers shall be manufactured by Mar-Mac Manufacturing Company,or 31 approved equal. 32 b. For pipe within casing,Flex Protex joint filler,or approved equal,may be used 33 for pipes that can be welded from the interior. 34 9. Flexible Joint Couplings 35 a. Flexible Joint Couplings shall be Dresser Style 38, Smith-Blair Style 411 or 36 approved equal. 37 10. Pipe Ends 38 a. The standard pipe end shall include steel joint ring and a continuous solid 39 rubber ring gasket as per AWWA M9. 40 11. Gaskets 41 1) Flange in accordance with AWWA C207. 42 2) Provide Gaskets in accordance with Section 33 1105. 43 12. Bolts and Nuts 44 a. Flanged Ends 45 1) Flange in accordance with AWWA C207. 46 2) Provide bolts and nuts in accordance with Section 33 1105. 47 13. Isolation Flanges CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 ADDENDUM No.I 3311 13-10 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 10 of 16 1 a. Flanges required by the drawings to be Isolation Flanges shall conform to 2 Section 33 04 10. 3 14. Flange Coatings 4 a. Flange Coatings in accordance with Section 33 1105. 5 15. Threaded Outlets 6 a. Where outlets or taps are threaded,Threaded with CC Threads and furnish and 7 install brass bushings for the outlet size indicated. 8 16. Weld Lead Outlets(if applicable) 9 a. Use of threaded outlets for access for weld leads is permitted. 10 b. Additional outlet configurations shall be approved by the Engineer. 11 c. Outlets shall be welded after use. 12 17. Snap Rings 13 a. Snap rings shall be manufactured by Hanson,or approved equal. 14 C. Performance/Design Criteria 15 1. Pipe Design 16 a. Pipe shall be designed,manufactured and tested in accordance with the latest 17 revisions of AWWA C303,AWWA M9,as well as the special requirements of 18 this Specification. 19 b. Sizes and pressure classes(working pressure)shall be as specified in the 20 Drawings. 21 c. For the purposes of pipe design,working pressure plus transient pressure shall 22 be as indicated below. 23 d. Pipe design shall be based on trench conditions and design pressure class 24 specified in the Drawings. 25 e. Pipe shall be designed according to the methods indicated in AWWA C303 and 26 AWWA M9 for trench construction,using the following parameters: 27 1) Unit Weight of Fill(w)= 130 pounds per cubic foot 28 2) Live Load=AASHTO H-20 truck for unpaved conditions 29 3) Live Load=Cooper E-80 loading for railroad crossings 30 4) Trench Depth=As indicated on Drawings 31 5) Coefficient Ku=0.150 32 6) Trench Width(Bd)as indicated on Drawings 33 7) Bedding Conditions=as indicated on Drawings 34 8) Pressure Class= 150 psi min.working pressure 35 9) Surge Allowance= 100 psi minimum 36 a) where:Total Pressure(including surge)= 150 psi+ 100 psi=250 psi. 37 10) Deflection Lag Factor= 1.0 38 11) Soil Reaction Modulus(E')< 1,000 39 f. Trench depths indicated on Drawings shall be verified after existing utilities are 40 located. 41 1) Vertical alignment changes required because of existing utility or other 42 conflicts shall be accommodated by an appropriate change in pipe design 43 depth. 44 2) In no case shall pipe be installed deeper than its design allows. 45 2. Provisions for Thrust 46 a. Thrust at bends,tees or other fittings shall be resisted by restrained joints or 47 snap rings. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 ADDENDUM No.1 3311 13-11 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 11 of 16 1 1) Thrust at bends adjacent to casing shall be restrained by welding joints 2 through the casing and a sufficient distance each side of the casing. 3 2) No thrust restraint contribution shall be allowed for pipe in casing unless 4 the annular space in the casing is filled with grout. 5 3) The distance for thrust restraint shown on the Drawings is the minimum 6 restraint and does not relieve the manufacturer from calculating the restraint 7 needs as specified herein. 8 a) In no case shall the restrained distance be less than indicated on the 9 Drawings. 10 b. Restrained joints shall be used a sufficient distance from each side of the bend, 11 tee, plug or other fitting to resist thrust which develops at the design pressure of 12 the pipe. 13 1) The distance for thrust restraint shown on the Drawings is the minimum 14 restraint and does not relieve the manufacturer from calculating the restraint 15 needs as specified herein. 16 a) In no case shall the restrained distance be less than indicated on the 17 Drawings. 18 2) Restrained joints shall consist of welded joints or snap rings. 19 3) In areas where restrained joints are used for thrust restraint,the pipe shall 20 have adequate cylinder thickness to transmit the thrust forces. 21 c. Thrust restraint design 22 1) The length of pipe with restrained joints to resist thrust forces shall be 23 verified by the pipe manufacturer in accordance with.AWWA M9 and the 24 following: 25 a) The Weight of Earth(We)shall be calculated as the weight of the 26 projected soil prism above the pipe. 27 (1) Soil Density=4=30 110 pounds per cubic foot(maximum value to 28 be used for unsaturated soil). 29 d. Thrust collars will only be permitted for temporary plugs. 30 1) Thrust collars may not be used for any other application,unless approved in 31 writing by the Engineer. 32 3. Inside Diameter 33 a. The inside diameter, of the cement mortar lining shall be the nominal diameter 34 specified,unless otherwise indicated on the Drawings. 35 4. Joint Bonds,Insulated Connections and Flange Gaskets 36 a. Joint Bonds,Insulated Connection and Flange Gaskets shall be in accordance 37 with Section 33 04 10. 38 5. Bend Fittings 39 a. All 40 bend fittings shall be in accordance with AWWA C208 and have a 41 minimum radius of 2.5 times the pipe diameter(2.51)). 42 6. Fittings with Flanges 43 1) Flanged joints shall be provided at connections to valves and where 44 indicated on the Drawings. 45 2) Ends to be fitted with slip-on flanges shall have the longitudinal or spiral 46 welds ground flush to accommodate the type of flanges provided. 47 3) Pipe flanges and welding of flanges to Concrete Pressure Pipe shall 48 conform to the requirements of AWWA C207 and AWWA C206. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082. Revised December 20,2012 ADDENDUM No.1 3311 13-12 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 12 of 16 1 4) Pipe flanges shall be of rated pressure equal to or greater than the adjacent 2 pipe class. 3 5) Flanges shall match the fittings or appurtenances which are to be attached. 4 6) Flanges shall be Class E with 275 psi working pressure in accordance with 5 AWWA C207 and in accordance with ASME B16.1 Class 125 for areas 6 designated with a 225 psi test pressure. 7 2.3 ACCESSORIES [NOT USED] 8 2.4 SOURCE QUALITY CONTROL [NOT USED] 9 PART 3- EXECUTION 10 3.1 INSTALLERS [NOT USED] 11 3.2 EXAMINATION[NOT USED] 12 3.3 PREPARATION[NOT USED] 13 3.4 INSTALLATION 14 A. General 15 1. Install Concrete Pressure Pipe,fittings, specials and appurtenances as required for 16 the proper functioning of the completed pipe line. 17 2. Install pipe,fittings, specials and appurtenances as specified herein,as specified in 18 AWWA M9,and in accordance with the pipe manufacturer's recommendations. 19 3. Lay pipe to the lines and grades show on the Drawings. 20 4. Excavate,embed and backfill trenches in accordance with Section 33 05 10. 21 5. At the close of each operating day: 22 a. Keep the pipe clean and free of debris, dirt,animals and trash—during and after 23 the laying operation. 24 b. Effectively seal the open end of the pipe using a gasketed night cap. 25 6. If pipe is placed in casing,restrain pipe from floating as required in Article 1.6.13.4. 26 B. Pipe Handling 27 1. Haul and distribute pipe fittings at the project site and handle piping with care to 28 avoid damage. 29 2. Before lowering into the trench and inspect each joint of pipe and reject or repair 30 any damaged pipe. 31 3. Pipe shall be handled at all times with a minimum of 1 wide non-abrasive sling, 32 belts or other equipment designed to prevent damage to the coating or lining. 33 4. The equipment shall be kept in such repair that its continued use is not injurious to 34 the coating. 35 5. The spacing of pipe supports required to handle the pipe shall be adequate to 36 prevent cracking or damage to the lining or coating. 37 C. Pipe Jointing 38 1. General 39 a. Thoroughly clean the bell and spigot rings before laying each joint of pipe by 40 brushing and wiping. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 ADDENDUM No.i 3311 13-13 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 13 of 16 1 b. If any damage to the protective coating on the metal has occurred,repair the 2 damage before laying the pipe. 3 c. Lubricate the gasket and the inside surface of the bell with an approved 4 lubricant(flax soap)which will facilitate the telescoping of the joint. 5 d. Tightly fit together sections of pipe and exercise care to secure true alignment 6 and grade. 7 e. When a joint of pipe is being laid,place the gasket on the spigot ring and enter 8 the spigot end of the pipe into the bell of the adjoining pipe and force into 9 position. 10 1) The inside joint space between ends of the pipe sections shall have an 11 opening within the tolerances as recommended by the pipe manufacturer. 12 f. No"blocking up"of pipe or joints will be permitted,and if the pipe is not 13 uniformly supported or the joint not made up properly,remove the joint and 14 properly prepare the trench. 15 g. After joining, check the position of the gasket with a feeler gauge. 16 1) If the gasket is out of position,disassemble the joint and repeat the joint 17 laying procedure. 18 h. For interior welded joints,complete backfilling before welding. 19 i- For exterior field-welded joints,provide adequate working room under and 20 beside the pipe. 21 2. Exterior Joints 22 a. Make the exterior joint by placing a joint wrapper around the pipe and secure in 23 __ _ place with 2 metal straps. 24 1) The wrapper shall be 9 inches wide for pipe 36-inches and larger,and 7 25 inches wide for smaller pipe,hemmed on each side. 26 2) The wrapper shall be fiberglass reinforced or burlap cloth,with lengths 27 encircling the pipe,leaving enough opening between ends to allow the mortar 28 to be poured inside the wrapper into the joint. 29 3) Fill the joint with mortar from 1 side in 1 continuous operation until it has 30 flowed entirely around the pipe. 31 4) During the filling of the joint,pat or manipulate the sides of the wrapper to 32 settle the mortar and expel any entrapped air. 33 5) Leave wrappers in place undisturbed until the mortar has set-up. 34 3. Interior Joints 35 a. Upon completion of backfilling of the pipe trench, fill the inside joint recess 36 with a stiff cement mortar/high-strength grout. 37 b. Prior to placing of mortar/grout,clean out dirt or trash which has collected in 38 the joint and moisten the concrete surfaces of the joint space by spraying or 39 brushing with a wet brush. 40 c. Ram or pack the stiff mortar/grout into the joint space and take extreme care to 41 insure that no voids remain in the joint space. 42 d. After the joint has been filled, level the surfaces of the joint mortar/grout with 43 the interior surfaces of the pipe with a steel trowel so that the surface is smooth. 44 e. Interior joints of pipe smaller than 21-inches shall have the bottom of the bell 45 buttered with grout,prior to inserting the spigot,such that when the spigot is 46 pushed into position it will extrude surplus grout from the joint. 47 1) The surplus grout shall be struck off flush with the inside of the pipe by 48 pulling a filled burlap bag or an inflated ball through the pipe with a rope. 49 4. Welded Joints CITY OF FORT WORTH Northside fI 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 ADDENDUM No.1 3311 13-14 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 14 of 16 1 a. Weld joints in accordance with the AWWA M9. 2 1) Contractor shall provide adequate ventilation for welders and for the City to 3 observe welds. 4 2) Unless otherwise specified on the Drawings,welds shall be full circle fillet 5 welds. 6 b. Adequate provisions for reducing temperature stresses shall be the 7 responsibility of the Contractor. 8 c. Before welding: 9 1) Thoroughly clean pipe ends. 10 2) Weld pipe by machine or by the manual shielded electric arc process. 11 d. Welding shall be performed so as not to damage lining or coating. 12 e. Furnish labor,equipment,tools and supplies, including shielded type welding 13 rod. 14 1) Protect welding rod from any deterioration prior to its use. 15 2) If any portion of a box or carton is damaged,reject the entire box or carton. 16 f. In all hand welding: 17 1) The metal shall be deposited in successive layers. 18 2) Not more than 1/8 inch of metal shall be deposited in each pass. 19 3) Each pass except the final 1,whether in butt or fillet welds,shall be 20 thoroughly bobbed or peened to relieve shrinkage stresses and to remove dirt, 21 slag or flux before the succeeding bead is applied. 22 4) Each pass shall be thoroughly fused into the plates at each side of the 23 welding groove or fillet and shall not be permitted to pile up in the center of 24 the weld. 25 5) Undercutting along the side shall not be permitted. 26 g. Welds shall be free from pin holes,non-metallic inclusions,air pockets, 27 undercutting and/or any other defects. 28 h. If the ends of the pipe are laminated,split or damaged to the extent that 29 satisfactory welding contact cannot be obtained,remove the pipe from the line. 30 i. Furnish each welder employed with a steel stencil for marking the welds so that 31 the work of each welder may be identified. 32 1) Have each welder stencil the pipe adjacent to the weld with the stencil 33 assigned to him. 34 a) In the event any welder leaves the job, his stencil shall be voided and 35 ,not duplicated if another welder is employed. 36 j. Welders 37 1) Each welder employed by the Contractor shall be required to satisfactorily 38 pass a welding test in accordance with AWWA C206 before being allowed to 39 weld on the line. 40 2) After each welder has qualified in the preliminary tests referred to above, 41 inspections shall be made of joints in the line. 42 a) The inspection will be done by a Certified Welding Inspector retained 43 by the City. 44 3) Any welder making defective welds shall not be allowed to continue to 45 weld. 46 k. Weld Testing CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 ADDENDUM No.1 3311 13-15 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 15 of 16 1 1) Dye penetrant tests in accordance with ASTM E165,or magnetic particle 2 test in accordance with AWWA C206 and set forth in AWS D.1.1. shall be 3 performed by the Contractor under the supervision and inspection of the 4 City's Representative or an independent testing laboratory,on all full welded 5 joints. 6 a) Welds that are defective will be replaced or repaired,whichever is 7 deemed necessary by the Engineer,at the Contractor's expense. 8 b) If the Contractor disagrees with the Engineer's interpretation of welding 9 tests,test sections may be cut from the joint for physical testing. The 10 Contractor shall bear the expense of repairing the joint,regardless of the 11 results of physical testing. 12 (1) The procedure for repairing the joint shall be approved by the 13 Engineer before proceeding. 14 5. Protection of Exposed Metal 15 a. Protect exposed ferrous metal by a minimum of 1 inch coating of cement 16 mortar as previously specified for inside joints,unless otherwise specified in the 17 Drawings. 18 b. Exposed large flat surfaces such as flanges,bolts, caulked joints,threaded 19 outlets,closures,etc.,shall have coating reinforced with galvanized wire mesh. 20 c. Thoroughly clean and wet the surface receiving a cement mortar coating with 21 water just prior to placing the cement mortar coating. 22 d. After placing,take care to prevent cement mortar from drying out too rapidly 23 by covering with damp earth or burlap. 24 e. Cement mortar coating shall not be applied during freezing weather. 25 6. Patching 26 a. Excessive field-patching of lining or coating shall not be permitted. 27 b. Patching of lining or coating will be allowed where area to be repaired does not 28 exceed 100 square inches and has no dimensions greater than 12 inches. 29 c. In general,there shall not be more than 1 patch on either the lining or the 30 coating of any 1 joint of pipe. 31 d. Wherever necessary to patch the pipe,make patch with cement mortar as 32 previously specified for interior joints. 33 e. Do not install patched pipe until the patch has been properly and adequately 34 cured and approved for laying by the City. 35 f. Promptly remove rejected pipe from the site. 36 3.5 REPAIR/RESTORATION [NOT USED] 37 3.6 RE-INSTALLATION[NOT USED] 38 3.7 FIELD QUALITY CONTROL 39 A. Field[oR] Site Tests and Inspections 40 1. Cleaning and Testing 41 a. Cleaning,disinfection,hydrostatic testing and bacteriological testing of water 42 mains 43 1) Clean,flush,pig,disinfect,hydrostatic test and bacteriological test the 44 water main as specified in Section 33 04 40. 45 2. Closed Circuit Television(CCTV)Inspection 46 a. Provide a Post-CCTV Inspection for water lines 24-inch and larger in 47 accordance with Section 33 0131. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,20I2 ADDENDUM No.1 3311 13-16 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 16 of 16 1 2 3.8 SYSTEM STARTUP [NOT USED] 3 3.9 ADJUSTING [NOT USED] 4 3.10 CLEANING[NOT USED] 5 3.11 CLOSEOUT ACTIVITIES [NOT USED] 6 3.12 PROTECTION [NOT USED] 7 3.13 MAINTENANCE [NOT USED] 8 3.14 ATTACHMENTS [NOT USED] 9 END OF SECTION 10 Revision Log DATE NAME SUNMARY OF CHANGE 1.10.A.4.d.—Size revision for Stull requirement 12/20/2012 D.Johnson 2.2.13.10, 11,12 and 13—Added reference to Sections 33 1105 and 33 04 10; removed material specifications for bolts,nuts and gaskets 11 CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 ADDENDUM No.i 331114-1 BURIED STEEL PIPE AND FITTINGS Pagel of28 1 SECTION 33 1114 2 BURIED STEEL PIPE AND FITTINGS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Buried Steel Pipe 24-inches and larger for potable water applications 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. MODIFIED 1.2.A.l.c.-ADDED 20)Buried Steel Pipe Fittings 9 2. MODIFIED 1.2.A.-REMOVED 2.Buried Steel Pipe Fittings-BURIED 10 STEEL PIPE FITTINGS ARE SUBSIDIARY TO BURIED STEEL PIPE. 11 3. MODIFIED 1.3.A.4.-ADDED ASTM A1011 and A1018. 12 4. MODIFIED 1.3.A.7.-ADDED AWWA C604. 13 5. MODIFIED 1.6.C.1.-REMOVED "CERTIFICATE OF ADEQUACY"AND 14 REPLACED WITH"CERTIFED AFFIDAVIT OF COMPLIANCE". 15 6. MODIFIED 1.9.A.l.b.-Combined b.and c.so that one manufacturer is 16 responsible for quality control. 17 7. MODIFIED 1.9.A.l.e.-ADDED"within the United States to AWWA 18 Standards" 19 8. MODIFIED 2.2.B.7.a.-REFERENCED ASTM A1011 AND A1018. 20. 9. MODIFIED 2.2.C.1.e.1).-REPLACED Unit Weight of Fill(W)= 130 pounds 21 per cubic foot WITH 110 pounds per cubic foot 22 10. MODIFIED 2.2.C.8.a.-REMOVED in its entirety and REPLACED with a 23 reference to AWWA C208. 24 11. MODIFIED 2A.C.l.a.-Pipe manufacturer's representative shall advise owner 25 and contractor in pipe handling and laying practices. 26 12. MODIFIED 3.4.A.1.-REMOVED the pipe manufacturer's recommendations 27 REPLACED with a referenced AWWA C604. 28 C. Related Specification Sections include,but are not.necessarily limited to: 29 1. Division 0-Bidding Requirements,Contract Forms, and Conditions of the 30 Contract 31 2. Division 1-General Requirements 32 3. Section 33 0131 -Closed Circuit Television(CCTV)Inspection 33 4. Section 33 04 10-Joint Bonding and Electrical Isolation 34 5. Section 33 04 40-Cleaning and Acceptance Testing of Water Mains 35 6. Section 33 05 10-Utility Trench Excavation, Embedment,and Backfill 36 7. Section 33 1105-Bolts,Nuts, and Gaskets 37 1.2 PRICE AND PAYMENT PROCEDURES 38 A. Measurement and Payment 39 1. Buried Steel Pipe CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 ADDENDUM No.1 3311 14-2 BURIED STEEL PIPE AND FITTINGS Page 2 of 28 1 a. Measurement 2 1) Measured horizontally along the surface from center line to center line of 3 the fitting or appurtenance 4 b. Payment 5 1) The work performed and materials furnished in accordance with this Item 6 and measured as provided under"Measurement"will be paid for at the unit 7 price bid per linear foot of"Steel AWWA C200 Pipe"installed for: 8 a) Various sizes 9 b) Various type of backfill 10 c. The price bid shall include: 11 1) Furnishing and installing Buried Steel Pipe with joints as specified by the 12 Drawings 13 2) Mobilization 14 3) Coating 15 4) Lining 16 5) Pavement removal 17 6) Excavation 18 7) Hauling 19 8) Disposal of excess material 20 9) Furnishing;placement and compaction of embedment 21 10) Thrust restraint 22 11) Bolts and nuts 23 12) Welding 24 13) Gaskets 25 14) Furnishing,placement and compaction of backfill 26 15) Trench water stops 27 16) Clean-up 28 17) Cleaning 29 18) Disinfection 30 19) Testing 31 20) Buried Steel Pipe Fittings 32 ' Auriea Steel Pipe e F:,+nstiap 33 a. Me en 34 1) Measur-efaefft for this Item shall be by lump sum. 35 '?P" 36 37 »will be paid for-at the lump 38 sum-priee bid for-"Steel Fittings". 39 e. The pr-iee-bid='�nelude: 40 1) Fu .,t.ing and installing Bari ' l Pipe J t.J♦ th a awith " � �� 41 Drawings 42 2)- mebili&atier 43 3) n�____oati,,+,,g 44 4) Limn 45 5)--Pavement releeval 46 6)--m,eavation 47 7) 14au}ing 48 8) Disposal of excess material 49 9) Fu shi~b,Y 1 0 and aeempaefienc embedment. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 ADDENDUM No.1 3311 14-3 BURIED STEEL PIPE AND FITTINGS Page 3 of 28 1 r 1) Belts and. tAs 2 12T \ Welding 3 13) Gaskets 4 5 15) Treneh water steps 6 16) Clean Jr 7 9 19) Test-in 10 1.3 REFERENCES 11 A. Reference Standards 12 1. Reference standards cited in this Specification refer to the current reference 13 standard published at the time of the latest revision date logged at the end of this 14 Specification,unless a date is specifically cited. 15 2. American Architectural Manufacturers Association(AASHTO). 16 3. American Society of Mechanical Engineers(ASME): 17 a. B 16.1,Gray Iron Pipe Flanges and Flanged Fittings Classes 25, 125 and 250). 18 4. ANSI International(ASTM): 19 a. A307,Standard Specification for Carbon Steel Bolts and Studs,60,000 PDI 20 Tensile Strength. 21- - -__ b. A1011, Standard Specification for Steel,Sheet and Strip,Hot-Rolled, 22 Carbon,Structural,High-Strength Low-Alloy,High-Strength Low-Alloy 23 with Improved Formability,and Ultra-High Strength. 24 c. A1018, Standard Specification for Steel,Sheet and Strip,Heavy- 25 Thickness Coils,Hot-Rolled,Carbon,Commercial,Drawing,Structural, 26 High-Strength Low-Alloy,High-Strength Low-Alloy with Improved 27 Formability,and Ultra-High Strength. 28 d. B 117, Standard Practice for Operating Salt Spray(Fog)Apparatus. 29 e. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and 30 Steel: 31 f. C33, Standard Specifications for Concrete Aggregates. 32 g. C 144, Standard Specification for Aggregate for Masonry Mortar. 33 h. C150, Standard Specification for Portland Cement. 34 i. C216, Standard Specification for Facing Brick(Solid Masonry Units Made 35 from Clay or Shale). 36 j. D16, Standard Terminology for Paint, Related Coatings, Materials,and 37 Applications. 38 k. D242, Standard Specification for Mineral Filler for Bituminous Paving 39 Mixtures. 40 1. DD522, Standard Test Methods for Mandrel Bend Test of Attached Organic 41 Coatings. 42 in. D2240, Standard Test Method for Rubber Property-Durometer Hardness. 43 n. D4541, Standard Test Method for Pull-Off Strength of Coatings Using Portable 44 Adhesion Testers. 45 o. E 165, Standard Practice for Liquid Penetrant Examination for General Industry. 46 5. American Welding Society(AWS) 47 6. D1.1, Structure Welding Code- Steel. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 ADDENDUM No.1 3311 14-4 BURIED STEEL PIPE AND FITTINGS Page 4 of 28 1 7. American Water Works Association(AWWA): 2 a. C200,Steel Water Pipe-6 Inches and Larger. 3 b. C205,Cement Mortar Protective Lining and Coating for Steel Water Pipe 4 Ins 4 and Larger Shop-Applied. 5 c. C206,Field Welding of Steel Water Pipe. 6 d. C207,Steel Pipe Flanges for Waterworks Service-Sizes 4 IN through 144 IN 7 e. C208,Dimensions for Fabricated Steel Water Pipe Fittings. 8 f. C210,Liquid-Epoxy Coating Systems for the Interior and Exterior of Steel 9 Water Pipelines. 10 g. C216,Heat Shrinkable Cross-Linked Polyolefm Coatings for the Exterior of 11 Special Sections,Connections,and Fittings for Steel Water Pipelines 12 h. C222,Polyurethane Coatings for the Interior and Exterior of Steel Water Pipe 13 and Fittings 14 i. C604,Installation of Steel Water Pipe—4 in.(100 mm)or Larger 15 j. MI 1, Steel Pipe-A Guide for Design and Installation. 16 8. American Water Works Association/American National Standards Institute 17 (AWWA/ANSI): 18 a. CI I I/A21.1 1,Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and 19 Fittings. 20 9. International Organization for Standardization(ISO). 21 10. NACE International(MACE): 22 a. SP0188,Discontinuity(Holiday)Testing of New Protective Coatings on 23 Conductive Substrates. 24 11. NSF International(NSF): 25 a. 61,Drinking Water System Components-Health Effects. 26 12. Spray Polyurethane Foam Alliance(SPFA). 27 13. Society for Protective Coatings(SSPC)/National Associate of Corrosion Engineers 28 (NACE) 29 a. PA 2,Measurement of Dry Coating.Thickness with Magnetic Gages. 30 b. SP 1, Solvent Cleaning. 31 c. SP 2,Hand Tool Cleaning. 32 d. SP 3,Power Tool Cleaning. 33 14. Society for Protective Coatings/National Associate of Corrosion Engineers 34 (SSPC/NACE) 35 a. SP 10/NACE No. 2,Near-White Blast Cleaning. 36 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 37 1.5 SUBMITTALS 38 A. Submittals shall be in accordance with Section 0133 00. 39 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 40. specials. 41 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 42 A. Product Data 43 1. Exterior Coating 44 a. Material data 45 b. Application recommendations CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Pad 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 ADDENDUM No.1 3311 14-5 BURIED STEEL PIPE AND FITTINGS Page 5 of28 1 c. Field touch-up procedures 2 2. Heat Shrink Sleeves, if applicable 3 a. Material data 4 b. Installation recommendations 5 3. Joint Wrappers, if applicable 6 a. Material data 7 b. Installation recommendations 8 4. Mixes 9 a. Mortar for interior joints and patches 10 b. Bonding agents for patches 11 5. Gaskets 12 B. .Shop Drawings 13 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in 14 Texas including: 15 a. Internal pressure 16 1) Maximum design pressure 17 2) Surge pressure 18 b. External pressure 19 1) Deflection 20 2) Buckling 21 3) Extreme loading conditions 22 c. Special physical loading such as supports or joint design 23 d. Thermal expansion and/or contraction 24 2. Thrust restraint calculations for all fittings and valves including the restraint length 25 sealed by a Licensed Professional Engineer in Texas to verify the restraint lengths 26 shown in the Drawings. 27 3. Fabrication and lay drawings showing a schematic location with profile and a 28 tabulated layout schedule that is sealed by A Licensed Professional Engineer in 29 Texas and includes: 30 a. Pipe class 31 b. Joint types 32 c. Fittings 33 d. Outlets 34 e. Thrust Restraint 35 f. Stationing(in accordance with the Drawings) 36 g. Transitions 37 h. Joint deflection 38 i. Interior lining 39 j. Outlet locations for welding,ventilation,and access 40 k. Welding requirements and provisions for thermal stress control 41 C. Certificates and Test Reports 42 1. Prior to shipment of the pipe,the pipe manufacturer shall submit the following: 43 a. A r'e�fifi^^+e of dequae Certified Affidavit of Compliance of Design 44 stating that the pipe to be furnished complies with AWWA C200,AWWA 45 C205,AWWA C210,AWWA C222 and these Specifications. 46 b. Copies of results of factory hydrostatic tests shall be provided to the Engineer. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 ADDENDUM No.1 331114-6 BURIED STEEL PIPE AND FITTINGS Page 6 of 28 1 c. Mill certificates, including chemical and physical test results for each heat of 2 steel. 3 d. A Certified Test Report from the polyurethane coating manufacturer indicating 4 that the coatings were applied in accordance with manufacturer's requirements 5 and in accordance with this Specification. 6 e. Certified test reports for welder certification for factory and field welds in 7 accordance with AWWA C200, Section 4.11. 8 f. Certified test reports for cement mortar tests. 9 g. Certified test reports for steel cylinder tests. 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE 13 A. Qualifications 14 1. Manufacturers 15 a. Shall be certified under S.P.F.A.or I.S.O. quality certification program for steel 16 pipe and accessory manufacturing 17 b. Pipe manufacturing operations(pipe, lining,coating,fabrication)shall be 18 performed at a single facility and under the control of one manufacturer. 19 c. Finished pipe shall be the product of 1 manufacturer. 20 d. Pipe manufacturing operations(pipe,lining and coatings)shall be performed under the control of the manufacturer. 22 e. The pipe manufacturer shall not have less than 5 years successful experience 23 manufacturing pipe within the United States to AWWA Standards of the 24 particular type and size indicated or demonstrate an experience record that is 25 satisfactory to the Engineer and City. 26 1) This experience record will be thoroughly investigated by the Engineer,and 27 acceptance will be at the sole discretion of the Engineer and City. 28 2) Pipe manufacturing operations(pipe,fittings, lining,coating)shall be 29 performed at 1 location,unless otherwise approved by the Engineer. 30 f. Manufacture pipe in accordance with the latest revisions of AWWA C200, 31 AWWA C205,AWWA C210 and AWWA C222. 32 1.10 DELIVERY,STORAGE,AND HANDLING 33 A. Packing 34 1. Prepare pipe for shipment to: 35 a. Afford maximum protection from normal hazard of transportation 36 b. Allow pipe to reach project site in an undamaged condition 37 2. Pipe damaged in shipment shall not be delivered to the project site unless such 38 damaged pipe is properly repaired. 39 3. After the completed pipe and fittings have been removed from the final cure at the 40 manufacturing plant: 41 a. Protect pipe lining from drying by means of plastic end covers banded to the 42 pipe ends. 43 b. Maintain covers over the pipe ends at all times until ready to be installed. 44 c. Moisture shall be maintained inside the pipe by periodic addition of water,as 45 necessary. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 ADDENDUM No.1 3311 14-7 BURIED STEEL PIPE AND FITTINGS Page 7 of 28 1 4. Pipes shall be carefully supported during shipment and storage. 2 a. Pipe,fittings and specials shall be separated so that they do not bear against 3 each other and the whole load shall be securely fastened to prevent movement in 4 transit. 5 b. Ship pipe on padded bunks with tie-down straps approximately over stulling. 6 c. Store pipe on padded skids,sand or dirt berms,tires or other suitable means to 7 protect the pipe from damage. 8 d. Each end of each length of pipe,fitting or special and the middle of each pipe 9 joint shall be internally supported and braced with stulls to maintain a true 10 circular shape. 11 1) Internal stulls shall consist of timber or steel firmly wedged and secured so 12. that stulls remain in place during storage,shipment and installation. 13 2) Pipe shall be rotated so that 1 Stull remains vertical during storage, 14 shipment and installation. 15 3) At a minimum,stulls shall be placed at each end and center. 16 a) Additional stulls may be required depending upon the length of the 17 joints and pipe design. 18 4) Stulls shall not be removed until backfill operations are complete 19 (excluding final clean up),unless it can be demonstrated to the City's 20 satisfaction that removal of stulls will not adversely affect pipe installation. 21 B. Delivery,Handling,and Storage 22 1. Once the first shipment of pipe has been delivered to the site,the Engineer and the 23 Contractor shall inspect the pipe's interior coating for excessive cracking. 24 2. If excessive cracking is found,the Contractor shall modify shipping procedures to 25 reduce or eliminate cracking. 26 3. Deliver,handle and store pipe in accordance with the manufacturer's 27 recommendations to protect coating systems. 28 4. Secure and maintain a location to store the material in accordance with Section 01 29 6600. 30 1.11 FIELD CONDITIONS [NOT USED] 31 1.12 WARRANTY[NOT USED] 32 PART 2 - PRODUCTS 33 2.1 OWNER-FURNISHED [NOT USED] 34 2.2 EQUIPMENT,PRODUCT TYPES,AND MATERIALS 35 A. Manufacturers 36 1. Only the manufacturers as listed by the City's Standard Products List will be 37 considered as shown in Section 0160 00. 38 a. The manufacturer must comply with this Specification and related Sections. 39 2. Any product that is not listed on the Standard Products List is considered a 40 substitution and shall be submitted in accordance with Section 0125 00. 41 B. Materials 42 1. General CITY OF FORT WORTH Northside I148-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 ADDENDUM No.1 33 11 14-8 BURIED STEEL PIPE AND FITTINGS Page 8 of 28 1 a. Pipe shall be manufactured in accordance with the latest revisions of AWWA 2 C200,AWWA C205,AWWA C210 and AWWA C222. 3 b. All pipe lining material in contact with potable water shall meet the 4 requirements of NSF 61. 5 2. Exterior Polyurethane Coating 6 a. For Pipe: 7 1) Polyurethane Coating shall be factory applied and meet the requirements of 8 AWWA C222. Use a Coating Standard ASTM D16,Type V system which is 9 a 100 percent solids,2-component polyurethane(or 2-package 10 polyisocyanate,polyol-cured urethane)coating. 11 a) Components shall have balanced viscosities in their liquid state and 12 shall not require agitation during use. 13 b) Conversion to Solids by Volume: 97 percent f 3 percent 14 c) Temperature Resistance: Minus 40 degrees F and plus 150 degrees F 15 d) Minimum Adhesion: 1500 psi,when applied to steel pipe which has 16 been blasted to comply with SSPC SP 10/NACE No.2 17 (1) Cure Time: For handling in 2-3 minutes at 120 degrees F and full 18 cure within 7 days at 70 degrees F 19 e) Maximum Specific Gravities 20 (1) Polyisocyanate resin, 1.20 21 (2) Polyol resin, 1.15 22 f) Minimum Impact Resistance: 80 inch-pounds using 1-inch diameter 23 steel ball 24 g) Minimum Tensile Strength: 2000 psi 25 h) Hardness: Minimum Durometer hardness of 65 on the Shore D scale in 26 accordance with ASTM D2240 - 27 i) Flexibility Resistance 28 (1) ASTM D522 using 1-inch mandrel 29 (2) Allow coating to cure for 7 days. 30 (3) Perform testing on test coupons held for 15 minutes at temperature 31 extremes specified above. 32 j) Dry Film Thickness: 35 mils 33 k) Coating shall be a self priming,plural component, 100 percent solids, 34 non-extended polyurethane, suitable for burial or immersion and shall be: 35 (1) Corropipe II Omni as manufactured by Madison Chemical 36 Industries Inc. 37 (2) Durashield 210 as manufactured by LifeLast,Inc., or 38 (3) Protec II,as manufactured by ITW—Futura Coatings,Inc. 39 2) The coating manufacturer shall have a minimum of 5 years experience in 40 the production of this type coating. 41 b. For Specials,Fittings, Repair and Connections 42 1) Provide shop-applied and field-applied coating as follows: 43 a) Corropipe H Omni, and GP H(E)Touch-Up,respectively,as 44 manufactured by Madison Chemical Industries,or 45 b) Durashield 210,Durashield 310,or Durashield 310 JARS as 46 manufactured by LifeLast,Inc.,or 47 c) Protec II, or as recommended by the coating manufacturer. 48 d) Properties specified above. 49 e) Mix and apply polyurethane coatings in accordance with the coating 50 manufacturer's recommendations. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 ADDENDUM No.1 3311 14-9 BURIED STEEL PIPE AND FITTINGS Page 9 of 28 1 3. Cement Mortar Linings 2 a. Cement mortar linings shall be shop-applied. 3 b. Shop-applied cement mortar linings shall conform to the requirements of 4 AWWA C205 with the following modifications: 5 1) Sand used for cement mortar shall be silica sand ASTM C33. 6 2) Curing of the linings shall conform to the requirements of AWWA C205. 7 4. Gaskets 8 1) Flange in accordance with AWWA C207. 9 2) Provide Gaskets in accordance with Section 33.11 05. 10 5. Bolts and Nuts 11 a. Flanged Ends 12 1) Flange in accordance with AWWA C207. 13 2) Provide bolts and nuts in accordance with Section 33 1105. 14 6. Flange Coatings 15 a. Flange Coatings in accordance with Section 33 1105. 16 7. Steel shall: 17 a. Meet the requirements of AWWA C200 and ASTM A1011 /ASTM A1018 18 b. Be of continuous casting 19 c. Be homogeneous 20 d. Be suitable for field welding 21 e. Be fully kilned 22 f. Be fine austenitic grain size 23 8. Bend Fittings 24 a. Fabricate all fittings from hydrostatically tested pipe. 25 b. All bend fittings shall be long radius to permit easy passage of pipeline pigs. 26 9. Threaded Outlets 27 a. Where outlets or taps are threaded,Threaded with CC Threads and furnish and 28 install brass bushings for the outlet size indicated. 29 10. Weld Lead Outlets 30 a. Use of threaded outlets for access for weld leads is permitted. 31 b. Additional outlet configurations shall be approved by the Engineer. 32 c. Outlets shall be welded after use. 33 11. Mixes 34 a. Mortar for Joints 35 1) Mortar shall be 1 part cement to 2 parts sand. 36 2) Cement shall be ASTM C150,Type I or H. 37 3) Sand shall be of sharp silica base. 38 a) Sand shall conform to ASTM C144. 39 4) Interior joint mortar shall be mixed with as little water as possible so that 40 the mortar is very stiff,but workable. 41 5) Water for cement mortar shall be from a potable water source. 42 6) Mortar for patching shall be as per interior joints. 43 b. Bonding Agent 44 1) Bonding Agent for Cement Mortar Lining must meet NSF 61, if cement 45 lining is in contact with potable water. 46 2) Bonding agent for cement mortar lining patching shall be: 47 a) Probond Epoxy Bonding Agent ET-150,parts A and B 48 b) Sikadur 32 Hi-Mod, or CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 ADDENDUM No.I 3311 14-10 BURIED STEEL PIPE AND FITTINGS Page 10 of 28 1 c) Approved equal 2 12. Heat Shrink Sleeves for Polyurethane Coated Steel Pipe 3 a. Primer: Provide as recommended by the sleeve manufacturer. 4 b. Filler Mastic: Provide mastic filler as recommended by the heat shrink sleeve 5 manufacturer. 6 1) Size and type shall be as recommended by the sleeve manufacturer for type 7 of pipe and joint. 8 c. Joint Coating: Cross-linked polyolefin wrap or sleeve with a mastic sealant, 85 9 mils total thickness,suitable for pipeline operating temperature,sleeve material 10 recovery as recommended by the manufacturer. 11 1) High recovery sleeves shall be provided for bell and spigot and coupling 12 style joints with a minimum of 50 percent recovery. 13 2) Sleeve length shall provide a minimum of 3 inches overlap onto intact pipe 14 coating on each side of the joint. 15 3) Width to take into consideration shrinkage of the sleeve due to installation 16 and joint profile 17 d. Heat shrink sleeves shall meet AWWA C216,as manufactured by: 18 1) Canusa 19 2) Raychem,or 20 3) Approved equal 21 e. Provide heat shrink sleeve suitable to interior joint welding without damage to 22 heat shrink sleeve. 23 C. Performance/Design Criteria 24 1. Pipe Design 25 a. Steel pipe shall be designed,manufactured and tested in conformance with 26 AWWA C200,AWWA M11 and these Specifications. 27 b. Sizes and pressure classes(working pressure)shall be as shown below. 28 c. For the purpose of pipe design,the transient pressure plus working pressure 29 shall be as indicated below. 30 d. Fittings, specials and connections shall be designed for the same pressures as 31 the adjacent pipe. 32 e. Pipe design shall be based on trench conditions and the design pressure in 33 accordance with AWWA MI 1; using the following parameters: 34 1) Unit Weight of Fill(W)=440110 pounds per cubic foot 35 2) Live Load 36 a) =AASHTO HS 20,at all locations except at railroads 37 b) =Cooper E80,at Railroads 38 3) Trench Depth=As indicated in the Drawings 39 4) Deflection Lag Factor(Di)= 1.0 40 5) Coefficient(K)=0.10 41 6) Maximum Calculated Deflection: 42 a) Dx=3 percent(for polyurethane coated pipe) 43 b) Dx=2 percent(for cement mortar coated pipe) 44 7) Soil Reaction Modulus(E')< 1,000 45 8) Working Pressure= 150 psi 46 a) Test Pressure= 47 (1) No less than 1.25 minimum times the stated working pressure(187 48 psi minimum)of the pipeline measured at the highest elevation 49 along the test section. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 ADDENDUM No.1 3311 14-11 BURIED STEEL PIPE AND FITTINGS Page 11 of 28 1 (2) No less than 1.5 times the stated working pressure(225 psi 2 minimum)at the lowest elevation of the test section. 3 9) Surge Allowance= 100 psi,minimum 4 a) Where Total Pressure(including surge)= 150 psi+ 100 psi=250 psi 5 f. Fittings and specials shall be: 6 1) Designed in accordance with AWWA C208 and AWWA MI except that 7 crotch plates shall be used for outlet reinforcement for all Pressure Diameter 8 Values,PDV,greater than 6,000. 9 g. Where the pipe requires additional external support to achieve the specified 10 maximum deflection,the Contractor and pipe supplier will be required to furnish 11 alternate methods for pipe embedment. 12 1) No additional compensation will be made to the Contractor by the Owner 13 where this method is required. 14 h. Trench depths indicated shall be verified after existing utilities are located. 15 1) Vertical alignment changes required because of existing utility or other 16 conflicts shall be accommodated by an appropriate change in pipe design 17 depth. 18 2) In no case shall pipe be installed deeper than its design allows. 19 i. Field fabrication or cutting is not allowed,unless otherwise approved by the 20 City. 21 2. Provisions for Thrust 22 a. Thrust at bends,tees or other fittings shall be resisted by restrained joints. 23 1) Thrust at bends adjacent to casing shall be restrained by welding joints 24 through the casing and a sufficient distance each side of the casing. 25 2) The distance for thrust restraint shown on the Drawings is the minimum 26 restraint and does not relieve the manufacturer from calculating the restraint 27 needs as specified herein. 28 a) In no case shall the restrained distance be less than indicated on the 29 Drawings. 30 b. Restrained joints shall be used a sufficient distance from each side of the bend, 31 tee, plug or other fitting to resist thrust which develops at the design pressure of 32 the pipe. 33 c. Restrained joints shall consist of welded joints. 34 d. The length of pipe designed with restrained joints to resist thrust shall be 35 verified by the pipe manufacturer in accordance with AWWA M11 and the 36 following: 37 1) The weight of the earth(We)shall be calculated as the weight of the 38 projected soil prism above the pipe,for unsaturated soil conditions 39 2) Soil Density= 110 pounds per cubic foot(maximum value to be used),for 40 unsaturated soil conditions 41 3) Coefficient of Friction=0.25(maximum value to be used for polyurethane 42 coated steel pipe). 43 4) If indicated on the Drawings and the Geotechnical Borings that ground 44 water is expected,account for reduced soil density. 45 5) For horizontal bends,the length of pipe to be restrained shall be calculated 46 as follows: 47 48 L= PA(1 —cos A) 49 f(2We+Wp+W J 50 CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No..02082 Revised December 20,2012 ADDENDUM No.1 33 11 14-12 BURIED STEEL PIPE AND FITTINGS Page 12 of 28 1 Where: 2 A=Deflection angle 3 L=Length of pipe to be restrained on each side 4 P=internal pressure 5 A=Cross sectional area of pipe steel cylinder I.D. 6 We=Weight of prism of soil over the pipe 7 Wp=Weight of pipe 8 W,=Weight of water 9 f=Coefficient of friction between pipe and soil 10 3. Inside Diameter 11 a. The inside diameter, including the cement-mortar lining, shall be a minimum of 12 the nominal diameter of the pipe specified,unless otherwise indicated on the 13 Drawings. 14 4. Wall Thickness 15 a. The minimum pipe wall steel thickness shall be as designed,but not less than 16 0.25 inches or pipe D/240,whichever is greater for pipe and fittings,with no 17 minus tolerance,where D is the nominal inside pipe diameter. 18 b. Where indicated on the Drawings,pipe and fittings shall have thicker steel pipe 19 wall. 20 c. The minimum steel wall thickness shall also be such that the fiber stress shall 21 not exceed: 22 1) 50 percent of the minimum yield strength of the steel for working pressure 23 and 24 2) 75 percent of the minimum yield strength of the steel at the maximum 25 pressure(including transient pressure),nor the following,at the specified 26 working pressure: 27 CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 ADDENDUM No.1 3311 14-13 BURIED STEEL PIPE AND FITTINGS Page 13 of 28 1 Maximum Stress at Pipe Type Working Pressure Polyurethane Coated Steel 23,000 psi Mortar Coated Steel NOT USED 2 a) 3 d. Pipe which is placed in casing or tunnel shall have a minimum pipe wall steel 4 thickness of 0.375 inches or pipe D/144,whichever is greater,where D is the 5 nominal pipe diameter. 6 e. Pipe,fittings and specials shall be designed such that the maximum stresses in 7 the pipe due to thrust loading will not exceed 18,000 psi. 8 5. Seams 9 a. Except for mill-type pipe,the piping shall be made from steel plates rolled into 10 cylinders or sections thereof with the longitudinal and girth seams butt welded 11 or shall be spirally formed and butt welded. 12 1) There shall be not more than 2 longitudinal seams. 13 2) Girth seams shall be butt welded and shall not be spaced closer than 6 feet 14 except in specials and fittings. 15 6. Joint Length 16 a. Maximum joint length shall not exceed 50 feet. 17 b. Maximum joint length of steel pipe installed in casing shall meet the project 18 requirements. 19 c. Manufactured random segments of pipe will not be permitted for straight runs 20 of pipe. 21 1) Closing piece segments,however,shall be acceptable. 22 7. Joint Bonds,Insulated Connections and Flange Gaskets 23 a. Joint Bonds,Insulated Connection,and Flange Gaskets shall be in accordance 24 with Section 33 04 10. 25 8. Bend Fittings 26 a. All bend€rtt-ings shall-be-leng radius to permit passage of pipE4thei4gs. All 27 bend fittings shall be in accordance with AWWA C208 and have a 28 minimum radius of 2.5 times the pipe diameter(2.5D). 29 9. Pipe Ends 30 a. Pipe ends shall be: 31 1) Lap welded slip joints 32 2) Butt strap joint 33 3) Flanged joint 34 4) Flexible coupled joint 35 5) Roll groove gasket joint 36 b. Pipe ends shall be welded or harnessed where indicated and as necessary to 37 resist thrust forces. 38 1) Thrust at bends adjacent to casing shall be restrained by welding joints 39 through the casing and a sufficient distance each side of the casing. 40 c. Rubber Gasket Joint 41 1) Rubber gasketed joints(O-ring or Carnegie Joints)will only be allowed for 42 pipe sizes 54-inch diameter and smaller. 43 2) Joints shall conform to AWWA C200 standard. 44 3) The joints shall consist of: 45 a) Bell CITY OF FORT WORTH Northside 1148-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 ADDENDUM No.I 3311 14-14 BURIED STEEL PIPE AND FITTINGS Page 14 of 28 1 (1) Flared bell end formed and sized by forcing the pipe or a plug die 2 or by expanding on segmental dies. 3 b) Spigot 4 (1) Rolled spigot or carnegie shaped steel joint ring in accordance with 5 AWWA C200 and as shown as Item F or H in Figure 8-1 of the 6 AWWA M11. 7 4) The welded area of bell and spigot pipe ends shall be checked after forming 8 by the dye penetrant or magnetic particle method. 9 5) The difference in diameter between the interior diameter(I.D.)of the bell 10 and the outer diameter(O.D.)of the spigot shoulder at point of full 11 engagement with an allowable deflection shall be no more than 0.04 inches as 12 measured on the circumference with a diameter tape. 13 6) The gasket shall have sufficient volume to approximately fill the area of the 14 groove and shall conform to AWWA C200. 15 7) The joint shall be suitable for the specified test and/or surge pressure and 16 deflection. 17 8) Joints shall be of clearances such that water tightness shall be provided 18 under all operating and test conditions with a pipe diameter deflection based 19 upon the supplied pipe coating. 20 9) Joints shall be electrically continuous. 21 d. Lap Welded Slip Joint 22 1) Lap welded slip joint shall be provided in all locations for pipe larger than 23 24-inches and where joints are welded for thrust restraint. 24 2) Lap welded slip joints may be welded from the inside or outside. 25 3) Ends of pipe,fittings and specials for field welded joints shall be prepared 26 with 1 end expanded in order to receive a plain end making a bell and plain 27 end type of joint. 28 a) Clearance between the surfaces of lap joints shall not exceed1/8 inch at 29 any point around the periphery. 30 4) In addition to the provisions for a minimum lap of 1%2 inches as specified in 31 AWWA C200,the depth of bell shall be such as to provide for a minimum 32 distance of 1 inch between the weld and the nearest tangent of the bell radius 33 when welds are to be located on the inside of the pipe. 34 e. Fittings with Flanges 35 1) Flanged joints shall be provided at connections to valves and where 36 indicated on the Drawings. 37 2) Ends to be fitted with slip-on flanges shall have the longitudinal or spiral 38 welds ground flush to accommodate the type of flanges provided. 39 3) Pipe flanges and welding of flanges to steel pipe shall conform to the 40 requirements of AWWA C207 and AWWA C206. 41 4) Pipe flanges shall be of rated pressure equal to or greater than the adjacent 42 pipe class. 43 5) Flanges shall match the fittings or appurtenances which are to be attached. 44 6) Flanges shall be Class E with 275 psi working pressure in accordance with 45 AWWA C207 and drilled in accordance with ASME B16.1 Class 125 for 46 areas designated with a 225 test pressure. 47 7) When Isolation Flanges are required by the Drawings, Drillings shall 48 accommodate the required spacing for mylar sleeves according to Section 33 49 0410. 50 f. Flexible Couplings CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 ADDENDUM No.1 33 11 14-15 BURIED STEEL PIPE AND FITTINGS Page 15 of 28 1 1) Flexible couplings shall be provided where specified on the Drawings. 2 2) Ends to be joined by flexible couplings shall be: 3 a) Plain end type,prepared as stipulated in AWWA C200. 4 b) Welds on ends to be joined by couplings shall be ground flush to 5 permit slipping the coupling in at least 1 direction to clear the pipe joint. 6 c) Harness bolts and lugs shall comply with AWWA MI 1. 7 g. Butt Strap Closure Joints 8 1) Where necessary to make closure to pipe previously laid, closure joints 9 shall be installed using butt strap joints in accordance with AWWA C206 and 10 applicable provisions of this Specification. 11 10. Polyurethane Coating 12 a. Applicator Qualifications 13 1) Equipment shall be certified by the coating manufacturer to meet the 14 requirements for: 15 a) Material mixing 16 b) Temperature control 17 c) Application rate 18 d) Ratio control for multi-part coatings 19 2) Equipment not meeting the written requirements of the coating 20 manufacturer shall be rejected for coating application until repairs or 21 replacement of the equipment is made to the satisfaction of the City. 22 3) Personnel responsible for the application of the coating system shall: 23 a) Provide certification of attendance at the coating manufacturer's 24 training class within the last 3 years 25 b) Be present during all coating application work and shall have 26 responsibility for controlling all aspects of the coating application 27 b. Surface Preparation 28 1) Remove visible oil,grease,dirt and contamination in accordance with 29 SSPC SP 1. 30 2) Remove surface imperfections such as metal slivers,burrs,weld splatter, 31 gouges or delaminations in the metal by filing or grinding prior to abrasive 32 surface preparation. 33 3) In cold weather or when moisture collects on the pipe and the temperature 34 of the pipe is less than 45 degrees F,preheat pipe to a temperature between 45 35 and 90 degrees F and 5 degrees F above dew point. 36 4) Clean pipe by abrasive blasting with a mixture of steel grit and shot to 37 produce the surface preparation cleanliness as required by coating 38 manufacturer and as specified. 39 a) Recycled abrasive shall be cleaned of debris and spent abrasive in an 40 air wash separator. 41 5) Blast media mixture and gradation shall be adequate to achieve a sharp 42 angular surface profile as required by coating manufacturer and to the 43 minimum depth specified. 44 6) Protect prepared pipe from humidity,moisture and rain. 45 7) Keep pipe clean,dry and free of flash rust. 46 a) Remove all flash rust, imperfections or contamination on cleaned pipe 47 surface by reblasting prior to primer application. 48 8) Complete priming and coating of pipe in a continuous operation the same 49 day as surface preparation. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 ADDENDUM No.1 3311 14-16 BURIED STEEL PIPE AND FITTINGS Page 16 of 28 1 9) Abrasive blast exterior surfaces in accordance with SSPC SP 10/NACE No. 2 2;to a near-white blast cleaning with a minimum 3.0 mil angular profile in 3 bare steel. 4 c. Equipment 5 1) 2-component,heated airless spray unit in accordance with coating 6 manufacturer's recommendation 7 d. Temperature 8 1) Minimum 5 degrees F above dew point temperature 9 a)- The temperature of the surface shall not be less than 60 degrees F 10 during application. 11 e. Humidity 12 1) Heating of pipe surfaces may be required to meet requirements of this 13. Section if relative humidity exceeds 80,percent. 14 £ Resin 15 1) Do not thin or mix resins;use as received. 16 2) Store resins at a temperature recommended by the coating manufacturer. 17 g. Application 18 1) Applicator shall be certified by the coating manufacturer and conform to 19 coating manufacturer's recommendations. 20 a) Thinning is not permitted. 21 2) Apply directly to pipe to achieve a total dry film thickness(DFT)of 35 22 mils. 23 3) Multiple-pass, 1 coat application process is permitted provided maximum 24 allowable recoat time specified by coating manufacturer is not exceeded. 25 4) Provide cutbacks in accordance with coating manufacturer's 26 recommendations as appropriate for the type of joint and heat shrink sleeve to 27 be used. 28 h. Recoating 29 1) Recoat only when coating has cured less than maximum time specified by 30 coating manufacturer. 31 2) When coating has cured for more than recoat time,brush-blast or 32 thoroughly sand the surface. 33 3) Blow-off cleaning using clean,dry,high pressure compressed air. 34 i. Curing 35 1) Do not handle pipe until coating has been allowed to cure,per 36 manufacturer's recommendations. 37 2.3 ACCESSORIES [NOT USED] 38 2.4 SOURCE QUALITY CONTROL 39 A. Marking for Identification 40 1. For each joint of pipe and each fitting,plainly mark on 1 end: 41 a. Class for which it is designated 42 b. Date of manufacturer 43 c. Identification number 44 d. Top centerlines shall be marked on all specials 45 B. Factory Testing 46 1. Cement Mortar Lining-Shop-applied cement mortar linings shall be tested in 47 accordance with AWWA C205. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 ADDENDUM No.1 3311 14-17 BURIED STEEL PIPE AND FITTINGS Page 17 of 28 1 2. Polyurethane Coating-The polyurethane coating shall be tested in accordance with 2 AWWA C222. 3 a. Thickness: Test thickness of coating in accordance with SSPC PA 2. 4 1) Test coating system applied to the pipe for holidays according to the 5 procedures outlined in NACE SP0188 using a high voltage spark tester 6 (operating at 100 volts per mil),for the dry film thickness(DFT)specified of 7 35 mil. 8 b. Adhesion Testing 9 1) Polyurethane coatings or linings shall have an adhesion to steel of 1,500 10 pounds per square inch,minimum. 11 2) Test polyurethane coating adhesion to steel substrates using pneumatic pull 12 off equipment,such as HATE Model 108 or Delfesko Positest,in accordance 13 with ASTM D4541 and AWWA C222,except as modified in this Section. 14 3) Adhesion testing records shall include: 15 a) Pipe identification 16 b) Surface tested(interior or exterior) 17 c) Surface temperature 18 d) Coating thickness 19 e) Tensile force applied 20 f) Mode of failure 21 g) Percentage of substrate failure relative of dolly surface 22 4) Glue dollies for adhesion testing to the coating surface and allowed to cure 23 for a minimum of 12 hours. 24 a) Because of high cohesive strength,score polyurethane coatings around 25 the dolly prior to conducting the adhesion test. 26 5) Failure shall be by adhesive and cohesive failure only. 27 a) Adhesive,failure is define_d as separation of the coating from the steel 28 substrate. 29 b) Cohesive failure is defined as failure within the coating,resulting in 30 coating remaining both on the steel substrate and dolly. 31 6) Retest partial adhesion and glue failure if the substrate failure is less than 32 50 percent relative of the dolly surface area and the applied tension was less 33 than the specified adhesion. 34 7) Glue failures in excess of the minimum required tensile adhesion are 35 accepted as meeting the specified adhesion requirements. 36 8) Conduct,accept and reject adhesion tests on polyurethane pipe coating and 37 lining independently(where applicable). 38 9) Frequency of adhesion testing in accordance with AWWA C222. 39 10) Randomly select repair patches on the polyurethane coating for adhesion 40 testing in a manner as described herein and at the discretion of the coating 41 inspector conducting the adhesion tests. 42 a) Adhesion of repairs shall be as specified by the coating manufacturer 43 for the type of repair. 44 C. Manufacturer's Technician for Pipe Installation 45 1. Pipe Manufacturer's Representative 46 a. If required by the Engineer or requested by the Contractor during construction, 47 the pipe manufacturer shall furnish the services of a factory trained,qualified, 48 job experienced technician to advise and instfurat as neeessafy owner and 49 contractor in pipe handling and laying practices.and pipe jointing. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 ADDENDUM No.1 3311 14-18 BURIED STEEL PIPE AND FITTINGS Page 18 of28 1 1) The technician shall assist and advise the Contractor in his pipe laying 2 operations and shall instruct construction personnel in proper joint assembly 3 and joint inspection procedures. 4 2) The technician is not required to be on-site full time; however,the 5 technician shall be regularly on-site during the first 2 weeks of pipe laying 6 and thereafter as requested by the Engineer,City or Contractor. 7 2. Polyurethane Coating Manufacturer's Representative 8 a. The pipe manufacturer shall provide services of polyurethane coating 9 manufacturer's representative and a representative from the heat shrink joint 10 manufacturer for a period of not less than 3 days at beginning of actual pipe I 1 laying operations to advise Contractor and City regarding installation, including 12 but not limited to: 13 1) Handling and storage 14 2) Cleaning and inspecting 15 3) Coating repairs 16 4) Field applied coating 17 5) Heat shrink installation procedures 18 6) General construction methods and how they may affect pipe coating 19 b. Representative shall be required to return if, in the opinion of the Engineer,the 20 polyurethane coating or the Contractor's construction methods do not comply 21 with Contract Specifications. 22 1) Cost for the manufacturer's representatives to return to the site shall be at 23 no additional cost to the City. 24 D. Hydrostatic Pressure Testing 25 1. Perform hydrostatic pressure testing in accordance with AWWA C200. 26 2. Hydrostatically test each joint of pipe prior to application of lining or coating. 27 a. The internal test pressure shall be that which results in a fiber stress equal to 75 28 percent of the minimum yield strength of the steel used. 29 b. Each joint of pipe tested shall be completely watertight under maximum test 30 pressure. 31 c. Test pressure shall be held for sufficient time to observe the weld seams. 32 d. Maintain a recording pressure gauge,reference number of pipe tested,etc. 33 1) The pipe shall be numbered in order that this information can be recorded. 34 3. Test fittings by: 35 a. Hydrostatic test 36 b. Magnetic particle test 37 c. Ultrasonic 38 d. Radiography 39 e. Dye penetrant test 40 E. City Testing and Inspection 41 1. Pipe may be subject to inspection at the manufacturer's facility by an independent 42 testing laboratory,which laboratory shall be selected and retained by the City. 43 a. Representatives of the City,City's laboratory,or the Engineer shall have access 44 to the work whenever it is in preparation or progress. 45 b. Pipe manufacturer shall provide proper facilities for access and for inspection. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 ADDENDUM No.I 3311 14-19 BURIED STEEL PIPE AND FITTINGS Page 19 of 28 1 c. Pipe manufacturer shall notify the City in writing, a minimum of 2 weeks prior 2 to the pipe fabrication so that the City may advise the manufacturer as to the 3 City's decision regarding tests to be performed by an independent testing 4 laboratory. 5 d. Material,fabricated parts and pipe,which are discovered to be defective,or 6 which do not conform to the requirements of this Specification shall be subject 7 to rejection at any time prior to City's final acceptance of the product. 8 2. The inspection and testing by the independent testing laboratory anticipates that 9 production of pipe shall be done over a normal period of time and without"slow 10 downs"or other abnormal delays. 11 a. The pipe manufacturer shall coordinate their manufacturing schedule with the 12 Contractor and advise the Contractor of any changes in the schedule. 13 PART 3- EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 INSTALLATION 18 A. General 19 1. Install steel pipe,fittings, specials and appurtenances as specified herein,as 20 specified in AWWA MI 1, in accordance with the pipe....nu f et'•m f's 21 Feeefwnendatiens AWWA C604,Installation of Buried Steel Water Pipe—4- 22 inches &Larger and as required for the proper functioning of the completed pipe 23 line. 24 2. Lay pipe to the lines and grades as indicated in the Drawings. 25 3. Excavate,embed and backfill trenches in accordance with Section 33 05 10. 26 4. For installation of carrier pipe within casing,see Section 33 05 24. 27 5. Inspect and test each joint for holidays just prior to pipe being lowered into the 28 ditch. 29 a. All damaged areas and holidays are to be repaired before the pipe is lowered 30 into the trench. 31 6. Place and consolidate embedment and backfill prior to removing pipe stulls. 32 7. Maximum allowable pipe deflection is limited to: 33 a. 2 percent for mortar coated steel pipe 34 b. 3 percent for polyurethane coated steel pipe 35 8. Install bonds at all pipe joints,except for welded joints or insulated joints. 36 B. Pipe Handling 37 1. Haul and distribute pipe and fittings at the project site. 38 2. Handle pipe with care to avoid damage. 39 a. Pipe shall be handled at all times with sufficient non-abrasive slings,belts or 40 other equipment designed to prevent damage to the coating or lining. 41 b. The spacing of pipe supports required to handle the pipe shall be adequate to 42 prevent cracking or damage to the lining or coating. CITY OF FORT WORTH Northside I148-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 ADDENDUM No.1 3311 14-20 BURIED STEEL PIPE AND FITTINGS Page 20 of 28 1 c. Inspect each joint of pipe and rejector repair any damaged pipe prior to 2 lowering into the trench. 3 d. The equipment shall be kept in such repair that its continued use is not injurious 4 to the coating. 5 e. Do not lay pipe in wet conditions. 6 3. At the close of each operating day: 7 a. Keep the pipe clean and free of debris,dirt,animals and trash—during and after 8 the laying operation. 9 b. Effectively seal the open end of the pipe using a gasketed night cap. 10 C. Line Up at Bends 11 1. Line up pipe for joining so as to prevent damage thereto. 12 a. Thoroughly clean the bell and spigot ends of each joint of pipe of foreign 13 matter,rust and scale before placing spigot into bell. 14 2. Where abrupt changes in grade and direction occur,employ special shop fabricated 15 fittings for the purpose. 16 a. Field cutting the ends of the steel pipe to accomplish angular changes in grade 17 or direction of the line shall not be permitted. 18 D. Pipe Laying 19 1. Rubber Gasket Joints 20 a. Join rubber gasket joints in accordance with the manufacturer's 21 recommendations. 22 b. Clean bell and spigot of foreign material. 23 c. Lubricate gaskets and bell and relieve gasket tension around the perimeter of 24 the pipe. 25 d. Engage spigot as far as possible in bell. 26 e. Joint deflection or pull shall not exceed the manufacturer's recommendation. 27 f. Check gasket with feeler gauge all around the pipe. 28 g. In areas of petroleum hydrocarbon soil contamination, install special Neoprene 29 gaskets or approved equal. 30 2. Welded Joints 31 a. Weld joints in accordance with AWWA C206. 32 1) Contractor shall provide adequate ventilation for welders and for City's 33 representative to observe welds. 34 2) Welds shall be full circle fillet welds,unless otherwise specified. 35 3) Welding shall be completed after application of field applied joint coating. 36 b. Adequate provisions for reducing temperature stresses shall be the 37 responsibility of the Contractor. 38 c. After the pipe has been joined and properly aligned and prior to the start of the 39 welding procedure: 40 1) The spigot and bell shall be made essentially concentric by shimming or 41 tacking to obtain clearance tolerance around the periphery of the joint. 42 2) In no case shall the clearance tolerance be permitted to accumulate. 43 d. Before welding: 44 1) Thoroughly clean pipe ends. 45 2) Weld pipe by machine or by the manual shielded electric arc process. 46 3) Welding shall be performed so as not to damage lining or coating. 47 4) Cover the polyurethane coating as necessary to protect from weld splatter. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 ADDENDUM No.1 3311 14-21 BURIED STEEL PIPE AND FITTINGS Page 21 of 28 1 e. Furnish labor,equipment,tools and supplies, including shielded type welding 2 rod. 3 1) Protect welding rod from any deterioration prior to its use. 4 2) If any portion of a box or carton is damaged,reject the entire box or carton. 5 £ Hand Welding 6 1) The metal shall be deposited in successive layers. 7 2) Not more than 1/8 inch of metal shall be deposited in each pass. 8 3) Each pass except the final 1,whether in butt or fillet welds, shall be 9 thoroughly bobbed or peened to relieve shrinkage stresses and to remove dirt, 10 slag or flux before the succeeding bead is applied. 11 4) Each pass shall be thoroughly fused into the plates at each side of the 12 welding groove or fillet and shall not be permitted to pile up in the center of 13 the weld. 14 5) Undercutting along the side shall not be permitted. 15 g. Welds shall be free from pin holes,non-metallic inclusions,air pockets, 16 undercutting and/or any other defects. 17 h. If the ends of the pipe are laminated,split or damaged to the extent that 18 satisfactory welding contact cannot be obtained,remove the pipe from the line. 19 i. Furnish each welder employed with a steel stencil for marking the welds,so 20 that the work of each welder may be identified. 21 j. Have.each welder stencil the pipe adjacent-to the weld with the stencil assigned 22 to him. 1 23 1) In the event any welder leaves the job,his stencil shall be voided and not 24 duplicated if another welder is employed. 25 k. Welders 26 1) Use only competent,skilled and qualified workmen. 27 a) Each welder employed by the Contractor shall be required to 28 satisfactorily pass a welding test in accordance with AWWA C206 before 29 being allowed to weld on the line. 30 b) After each welder has qualified in the preliminary tests referred to 31 above,inspections shall be made of joints in the line. 32 c) Any welder making defective welds shall not be allowed to continue to 33 weld. 34 E. Interior Joint Grouting 35 1. Upon completion of backfilling of the pipe trench,clean out dirt or trash which has 36 collected in the joint and moisten the concrete surfaces of the joint space by 37 spraying or brushing with a wet brush. 38 2. Fill the inside of the joint recess with a stiff cement mortar. 39 3. Where the mortar joint opening is 1 inch or wider,such as where trimmed spigots 40 are required,apply a bonding agent to mortar and steel surface prior to placing joint 41 mortar. 42 4. Ram or pack the stiff mortar into the joint space and take extreme care to ensure 43 that no voids remain in the joint space. 44 5. After the joint has been filled, level the surfaces of the joint mortar with the interior 45 surfaces of the pipe with a steel trowel so that the surface is smooth. 46 6. Interior joints of pipe 24-inch and smaller shall have the bell buttered with mortar, 47 prior to inserting the spigot,such that when the spigot is pushed into position it will 48 extrude surplus mortar from the joint. CITY OF FORT WORTH Northside I148-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 ADDENDUM No.1 3311 14-22 BURIED STEEL PIPE AND FITTINGS Page 22 of 28 1 a. The surplus mortar shall be struck off flush with the inside of the pipe by 2 pulling a filled burlap bag or inflated ball through the pipe with a rope. 3 F. Exterior Joint Protection 4 1. Heat Shrink Sleeves 5 a. General 6 1) Buried pipe joints shall be field coated after pipe assembly in accordance 7 with AWWA C216,using Heat Shrink Sleeves. 8 2) Width of heat shrink sleeve shall be sufficient to overlap the polyurethane 9 coating by a minimum of 3 inches. 10 3) Overlapping of 2 or more heat shrink sleeves to achieve the necessary 11 width will not be permitted. 12 b. Installation 13 1) Clean pipe surface and adjacent coating of all mud,oil,grease,rust and 14 other foreign contaminates with a wire brush in accordance with SSPC SP 2, 15 or SSPC SP 3. Remove oil or grease contamination by solvent wiping the 16 pipe and adjacent coating in accordance with SSPC SP 1. 17 a) Clean the full circumference of the pipe and a minimum of 6 inches 18 onto the existing coating. 19 2) Remove all loose or damaged pipe coating at joint and either repair the 20 coating as specified herein or increase the length of the joint coating,where 21 reasonable and practical. 22 3) Complete joint bonding of non-welded pipe joints before application of 23 joint coating. ................................... 24 4) Joint bonds shall be low profile bonds and all gaps and crevices around the 25 bonds shall be filled with mastic sealant. 26 5) Store sleeves in shipping box until use is required. 27 a) Keep dry and sheltered from exposure to direct sunlight. 28 b) Store off the ground or concrete floors and maintain at a temperature 29 between 60 degrees F and 100 degrees F as recommended by the sleeve 30 manufacturer. 31 6) Metal surface shall be free of all dirt,dust and flash rusting prior to sleeve 32 application. 33 7) Preheat pipe uniformly to 140 degrees F to 160 degrees F or as 34 recommended by the sleeve manufacturer. 35 a) Monitor pipe temperature using a surface temperature gauge, infrared 36 thermometer or color changing crayons. 37 b) Protect preheated pipe from rain, snow,frost or moisture with tenting 38 or shields and do not permit the joint to cool. 39 8) Prime joint with specified primer and fill all cracks,crevices and gaps with 40 mastic filler in accordance with the manufacturer's recommendations for the 41 full circumference of the pipe. 42 9) Apply heat shrink sleeve when it is at a minimum temperature or 60 43 degrees F and while maintaining the pipe temperature above the preheat 44 temperature specified. 45 10)Apply sleeve in accordance with the manufacturer's instructions and center 46 the sleeve over the joint to provide a minimum of 3-inch overlay onto the 47 existing pipe coating. 48 11) Apply heat to the sleeve using either propane fire infrared heaters or wrap 49 around heaters. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 ADDENDUM No.1 3311 14-23 BURIED STEEL PIPE AND FITTINGS Page 23 of28 1 a) Hold flame a minimum of 6 inches from the sleeve surface. 2 b) Periodically roll the coating on the pipe surface. 3 c) Heat from the center of the sleeve to the outer edge until properly 4 seated,then begin in the opposite direction. 5 d) Monitor sleeve for color change,where appropriate,or with appropriate 6 temperature gauges. 7 e) Take care not to excessively heat the parent coating. 8 12) Completed joint sleeve shall be fully bonded to the pipe and existing 9 coating surface,without voids,mastic beading shall be visible along the full 10 circumference of the sleeve,and there shall be no wrinkling or excessive 11 burns on the sleeves. 12 a) Sleeves which do not meet these requirements shall be removed and the 13 joint recoated as directed by the Engineer. 14 b) Minor repairs may be repaired using heat shrink sleeve repair kits. 15 13)Allow the sleeve to cool before moving,handling or backfilling. In hot 16 climates,provide shading from direct sunlight. 17 a) Water quenching will be allowed only when permitted by the sleeve 18 manufacturer. 19 G. Protective Welded Joints Coating System—Weld After Backfill 20 1. General 21 a. Application of protective coating at the pipe joints will be as follows: 22 1) Apply a 3 layer joint coating system consisting of a factory applied 35 mil 23 polyurethane coating 24 2) A field applied 60 mil by 6 inch wide strip of CANUSA HCO Wrapid Tape 25 heat resistant tape at the location of the welding 26 3) A field applied 110 mil(full recovered thickness)by 18 inch wide 27 CANUSA AquaWrap high shrink heat shrinkable joint sleeve 28 4) After the heat shrinkable joint sleeve is installed,backfill the trench and 29 then weld the joint. 30 b. The Contractor is responsible for his operations so that they do not damage the 31 factory applied coating system. 32 c. When applying the 3 layer joint coating system for post welding the joints,the 33 Contractor must show that his operation will not damage the joint coating 34 system to the Engineer's satisfaction. 35 d. The Contractor will be required to fully uncover a maximum of 10 joints, 36 selected at random by the Engineer or City to visually inspect and test the joint 37 after welding. Any damage must be repaired. 38 1) If the Contractor's welding procedure damages the 3 layer joint coating 39 system, the Contractor, at the direction of the Engineer,will be required to 40 modify his welding procedure. 41 2. Joint Coating(3 Layer) 42 a. Apply 3 Layer Joint Coating System before Welding the Joint 43 b. Pipe Manufacturing and Heat Tape 44 1) A 35 mil thickness polyurethane coating shall be applied over entire length 45 of pipe. 46 2) .The Contractor shall field apply 60 mil thick by 6 inch wide strip of 47 CANUSA HCO Wrapid Tape heat resistant tape to the exterior bell end of the 48 pipe,centered on the location of the welding,over a 35 mil factory applied 49 polyurethane coating. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 ADDENDUM No.i 3311 14-24 BURIED STEEL PIPE AND FITTINGS Page 24 of 28 1 c. Surface Preparation and Installation for Heat Shrinkable Joint Sleeve 2 1) Clean pipe surface and adjacent coating of all mud,oil,grease,rust and 3 other foreign contaminates with a wire brush in accordance with SSPC SP 2, 4 or SSPC SP 3. Remove oil or grease contamination by solvent wiping the 5 pipe and adjacent coating in accordance with SSPC SP 1. 6 a) Clean the full circumference of the pipe and a minimum of 6 inches 7 onto the existing coating. 8 2) Remove all loose or damaged pipe coating at joint and either repair the 9 coating as specified herein or increase the length of the joint coating,where 10 reasonable and practical. 11 3) Complete joint bonding of pipe joints before application of joint coating. 12 a) Joint bonds shall be low profile bonds and all gaps and crevices around 13 the bonds shall be filled with mastic sealant. 14 4) Store sleeves in shipping box until use is required. 15 a) Keep dry and sheltered from exposure to direct sunlight. 16 b) Store off the ground or concrete floors and maintain at a temperature 17 between 60 degrees F and 100 degrees F as recommended by the sleeve 18 manufacturer. 19 5) Metal surface shall be free of all dirt,dust and flash rusting prior to sleeve 20 application. 21 6) Preheat pipe uniformly to 140 degrees F to 160 degrees F or as 22 recommended by the sleeve manufacturer. 23 a) Monitor pipe temperature using a surface temperature gauge,infrared 24 - thermometer or color changing crayons. 25 b) Protect preheated pipe from rain,snow,frost or moisture with tenting 26 or shields and do not permit the joint to cool. 27 7) Prime joint with specified primer and fill all cracks,crevices,and gaps with 28 mastic filler in accordance with the manufacturer's recommendations for the 29 full circumference of the pipe. 30 8) Apply heat shrink sleeve when it is at a minimum temperature or 60 31 degrees F and while maintaining the pipe temperature above the preheat 32 temperature specified. 33 a) Apply sleeve in accordance with the manufacturer's instructions and 34 center the sleeve over the joint to provide a minimum of 3-inch overlay 35 onto the existing pipe coating. 36 9) Apply heat to the sleeve using either propane fire infrared heaters or wrap 37 around heaters. 38 a) Hold flame a minimum of 6 inches from the sleeve surface. 39 b) Periodically roll the coating on the pipe surface. 40 c) Heat from the center of the sleeve to the outer edge until properly 41 seated,then begin in the opposite direction. 42 d) Take care not to excessively heat the parent coating. 43 e) Monitor sleeve for color change,where appropriate,or with appropriate 44 temperature gauges. 45 10) Completed joint sleeve shall be fully bonded to the pipe and existing 46 coating surface, without voids,mastic beading shall be visible along the full 47 circumference of the sleeve,and there shall be no wrinkling or excessive 48 burns on the sleeves. 49 a) Sleeves which do not meet these requirements shall be removed and the 50 joint recoated as directed by the Engineer. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 ADDENDUM No.i 33 11 14-25 BURIED STEEL PIPE AND FITTINGS Page 25 of 28 1 b) Minor repairs may be repaired using heat shrink sleeve repair kits. 2 11)Allow the sleeve to cool before moving,handling or backfilling. 3 a) In hot climates, provide shading from direct sunlight. 4 b) Water quenching will be allowed only when permitted by the sleeve 5 manufacturer. 6 12) Holiday testing shall be performed using a high voltage holiday tester 7 (operating at 100 volts per mil)at each joint after field application of heat 8 shrinkable joint sleeve per SP0188. 9 a) If any holidays or cuts are detected,the sleeve shall be repaired using 10 the heat shrink sleeve manufacturer's recommendation. 11 b) The damaged area shall be covered with a minimum of 50-mm overlap 12 around the damaged area. 13 H. Protection of Buried Metal 14 1. Coat buried ferrous metal such as bolts and flanges,which,cannot be protected with 15 factory or field-applied polyurethane coatings or heat shrink sleeves,with 2 wraps 16 of wax tape and encase in flowable fill. 17 3.5 REPAIR 18 A. Repair and Field Touchup of Polyurethane Coating 19 1. For repair and field touch-up of polyurethane coating,apply: 20 a. Madison GP II(E)Touchup Polyurethane Coating 21 b. Lifelast Durasheild 210,310 or 310 JARS 22 c. ITW—Futura Coatings Protec I1,or 23 d. Coating manufacturer's recommendation 24 2. Holidays 25 a. Remove all traces of oil,grease,dust,dirt and other debris. 26 b. Roughen area to be patched by sanding with rough grade sandpaper(40 grit). 27 c. Apply a 35 mil coat of repair material described above. 28 d. Work repair material into scratched surface by brushing or rolling in 29 accordance with manufacturer's recommendations. 30 e. Retest for Holiday. 31 3. Field Cuts or Large Damage 32 a. If in the opinion of the City the polyurethane coating is excessively damaged, 33 the pipe segment will be rejected until the coating system is removed and 34 replaced so that the system is in a like-new condition. 35 b. Remove burrs from field cut ends or handling damage and smooth out edge of 36 polyurethane coating. 37 c. Remove all traces of oil, grease,dust, dirt and other debris. 38 d. Roughen area to be patched with rough grade sandpaper(40 grit). 39 e. Feather edges and include overlap of 2 inches of roughened polyurethane in 40 area to be patched. 41 f. Apply a 35 mil coat of repair material described above,in accordance with 42 manufacturer's recommendations. 43 g. Work repair material into scratched surface by brushing. 44 h. Feather edges of repair material into prepared surface. 45 i. Cover at least 1 inch of roughed area surrounding damage or adjacent to field 46 cut. 47 j. Test repairs for holidays. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 ADDENDUM No.1 3311 14-26 BURIED STEEL PIPE AND FITTINGS Page 26 of 28 1 B. Patch of Cement Mortar Lining 2 1. Repair cracks larger than 1/16 inch. 3 2. Pipes with disbonded linings will be rejected. 4 3. Excessive patching of lining shall not be permitted. 5 4. Repair in accordance with AWWA C205 and as follows: 6 a. Apply bonding agent to patch area. 7 b. Patching of lining shall be allowed where area to be repaired does not exceed 8 100 square inches and has no dimension greater than 12 inches. 9 c. In general,there shall be not more than 1 patch in the lining of any joint of 10 pipe. 11 5. Wherever necessary to patch the pipe,make the patch with the mortar indicated. 12 6. Do not install patched pipe until the patch has been properly and adequately cured, 13 unless approved by the City. 14 3.6 RE-INSTALLATION[NOT USED] 15 3.7 FIELD QUALITY CONTROL 16 A. Field Tests and Inspections 17 1. Quality Control of Field Applied Polyurethane Coating 18 a. Surface Preparation 19 1) Visually inspect surface preparation to ensure cleanliness and dryness 20 requirements have been met. 21 2) Use Testex tape on at least 1 joint per day to ensure that adequate profile is 22 being achieved. 23 b. Visual 24 1) Visually inspect cured coating to ensure that the coating is completely 25 cured with no blisters,cracks,pinholes,missed areas,excessive roughness, 26 "sticky"or"gooey"areas. 27 2) Check to ensure that the coating completely covers the steel and existing 28 coating. 29 c. Thickness 30 1) Use a magnetic dry film thickness(DFT)gauge on cured coating to ensure 31 adequate thickness has been achieved according to SSPC PA 2. 32 a) If the thickness of the coating is below the minimum specified millage 33 anywhere along the length of the pipe,then adjustments must be made to 34 the spray system to correct the problem. 35 2) At a minimum,the thickness shall be measured for every 50 square feet of 36 sprayed area. 37 d. Adhesion 38 1) Perform the following procedure on a minimum of 1 joint per day: 39 a) Select area to test that has cured for at least 1 hour for fast setting 40 coatings. 41 b) Test and repair in accordance with AWWA C222 Dolly Pull-off Test. 42 e. Holiday Testing 43 1) Holiday testing shall be performed using a high voltage holiday tester at 44 each joint no sooner than 1 hour after field application of polyurethane 45 coating. 46 f. Inspection at Welding Joints CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 ADDENDUM No.1 3311 14-27 BURIED STEEL PIPE AND FITTINGS Page 27 of 28 1 1) When applying the 3 layer joint coating system for post welding the joints, 2 the Contractor must show that his operation will not damage the joint coating 3 system to the Engineer's satisfaction. 4 2) . The Contractor will be required to fully uncover a maximum of 10 joints, 5 selected at random by the Engineer or City to visually inspect and test the 6 joint after welding. 7 3) Any damage must be repaired. 8 4) If the Contractor's welding procedure damages the 3 layer joint coating 9 system,the Contractor,at the direction of the Engineer,will be required to 10 modify his welding procedure. 11 2. Weld Testing 12 a. Dye penetrant tests in accordance with ASTM E165,or magnetic particle test in 13 accordance with AWWA C206 and set forth in AWS D.1.1.shall be performed 14 by the Contractor under the supervision and inspection of the City's 15 Representative or an independent testing laboratory,on all full welded joints. 16 1) Welds that are defective will be replaced or repaired,whichever is deemed 17 necessary by the Engineer,at the Contractor's expense. 18 2) If the Contractor disagrees with the Engineer's interpretation of welding 19 tests,test sections may be cut from the joint for physical testing. The 20 Contractor shall bear the expense of repairing the joint,regardless of the 21 results of physical testing. 22 3) The procedure for repairing the joint shall be approved by the Engineer 23 before proceeding. 24 3. Deflection Testing 25 a. Prior to hydrostatic testing,the City's inspector shall perform deflection testing 26 at a minimum rate of 1 measurement for every 2,500 linear feet of water line. 27 b. City may reject any areas not meeting the deflection requirements of this 28 Specification. 29 4. Cleaning and Testing 30 a. Cleaning, disinfection,hydrostatic testing, and bacteriological testing of water 31 mains: 32 1) Clean,flush,pig, disinfect,hydrostatic test,and bacteriological test the 33 water main as specified in Section 33 04 40. 34 5. Closed Circuit Television(CCTV)Inspection 35 a. Provide a Post-CCTV Inspection for water lines 24-inch and larger in 36 accordance with Section 33 01 31. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 ADDENDUM No.1 33 Il 14-28 BURIED STEEL PIPE AND FITTINGS Page 28 of 28 1 3.8 SYSTEM STARTUP[NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACIIMENTS [NOT USED] 8 END OF SECTION 9 Revision Log DATE NAME SU- MMARY OF CHANGE 12/20/2012 D.Johnson 2.2•11.4,5,and 6—Added reference to Section 33 1105 and removed material specification for bolts,nuts,gaskets and flange coating 10 CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised December 20,2012 ADDENDUM No.i 33 31 50-1 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page I of 11 1 SECTION 33 3150 2 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Sanitary sewer service connection,service line and 2-way cleanout from the main 7 to the right-of-way, as shown on the Drawings, directed by the Engineer and 8 specified herein for: 9 a. New Service 10 b. New Service(Bored) 11 c. Private Service Relocation 12 d. Service Reinstatement 13 2. Sanitary Sewer Service Assessment Tap including service line from the main to 14 the right-of-way with plug,as shown on the Drawings,directed by the 15 Engineer and specified herein for: 16 a. New Sewer Service Assessment Tap 17 b. New Bored Sewer Service Assessment Tap 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. MODIFIED LLA—ADDED 2. Sanitary Sewer Service Assessment Tap 20 2. MODIFIED 1.2.A—ADDED 8. Sewer Service Assessment Tap 21 3. MODIFIED 1.2.A—ADDED 9.Bored Sewer Service Assessment Tap 22 4. MODIFIED 1.3.A—ADDED 5.Sewer Service Assessment Tap 23 5. MODIFIED 1.3.A—ADDED 6.Bored Sewer Service Assessment Tap 24 C. Related Specification Sections include,but are not necessarily limited to: 25 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 26 2. Division 1 —General Requirements 27 3. Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 28 4. Section 33 11 10—Ductile Iron Pipe 29 5. Section 33 11 11 —Ductile Iron Fittings 30 6. Section 33 3120—Polyvinyl Chloride(PVC)Gravity Sanitary Sewer Pipe 31 1.2 PRICE AND PAYMENT PROCEDURES 32 A. Measurement and Payment 33 1. New Sewer Service 34 a. Measurement 35 1) Measurement for this Item shall be per each"Sewer Service"complete in 36 . place. 37 b. Payment 38 1) The work performed and materials furnished in accordance with this Item 39 will be paid for at the unit price bid per each "Sewer Service" installed for: 40 a) Various sizes CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised April 26,2013 333150-2 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 2 of 11 1 c. The price bid shall include: 2 1) Furnishing and installing New Sanitary Sewer Service Line as specified by 3 the Drawings 4 2) Pavement removal 5 3) Excavation 6 4) Hauling 7 5) Disposal of excess material 8 6) Tee connection to main 9 7) Fittings 10 8) 2-way cleanout and cap with concrete pad 11 9) Surface restoration, excluding grass(seeding, sodding or hydro-mulch paid 12 separately) 13 10) Furnishing,placing and compaction of embedment 14 11) Furnishing, placing and compaction of backfill 15 12) Clean-up 16 2. New Ductile Iron Sewer Service 17 a. Measurement 18 1) Measurement for this Item shall be per each Ductile Iron Sewer Service 19 complete in place. 20 b. Payment 21 1) The work performed and materials furnished in accordance with this Item 22 __ will be paid for at the unit price bid per each"DIP Sewer Service" installed 23 for: 24 a) Various sizes 25 c. The price bid shall include: 26 1) Furnishing and installing New DIP Sanitary Sewer Service Line as 27 specified by the Drawings 28 2) Pavement removal 29 3) Excavation 30 4) Hauling 31 5) Disposal of excess material 32 6) Tee connection to main 33 7) Fittings 34 8) 2-way cleanout and cap with concrete pad 35 9) Surface restoration,excluding grass(seeding, sodding or hydro-mulch paid 36 separately) 37 10) Furnishing,placing and compaction of embedment 38 11) Furnishing,placing and compaction of backfill 39 12) Clean-up 40 3. New Bored Sewer Service 41 a. Measurement 42 1) Measurement for this Item shall be per each Bored Sewer Service complete 43 in place. 44 b. Payment 45 1) The work performed and materials furnished in accordance with this Item 46 and measured as provided under"Measurement"will be paid for at the unit 47 price bid per each"Bored Sewer Service"installed for: 48 a) Various sizes 49 b) Various materials 50 c. The price shall include: CITY OF FORT WORTH Northside I148-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised April 26,2013 33 31 50-3 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 3 of I 1 1 1) Furnishing and installing New Sanitary Sewer Service Line as specified by 2 the Drawings 3 2) Pavement removal 4 3) Excavation 5 4) Hauling 6 5) Disposal of excess material 7 6) Tee connection to main 8 7) Service Line 9 8) Fittings 10 9) 2-way cleanout and cap with concrete pad 1 I 10) Surface restoration surrounding 2-way cleanout 12 11) Furnishing,placing and compaction of embedment and backfill 13 12) Clean-up 14 4. Private Service Relocation 15 a. Measurement 16 1) Measured horizontally along the surface from center line to center line of 17 the fitting, manhole or appurtenance 18 b. Payment 19 1) The work performed and the materials furnished in accordance with this 20 Item and measured as provided under"Measurement"will be paid for at the 21 unit price bid per linear foot for"Private Sewer Service" installed for: 22 a) Various sizes 23 b) Various materials 24 c. The price shall include: 25 1) Obtaining appropriate Permit 26 2) Obtaining Right of Entry 27 3) Performing relocation as specified in the Drawings 28 4) Excavation 29 5) Hauling 30 6) Disposal of excess material 31 7) Service Line-private side by plumber 32 8) Fittings 33 9) Furnishing,placing and compaction of.embedment 34 10) Furnishing,placing and compaction of backfill 35 11) Clean-up—surface restoration, excluding grass (seeding, sodding or hydro- 36 mulch paid separately) 37 5. Sewer Service Reconnection 38 a. Measurement 39 1) Measurement for this Item shall be per each"Sewer Service Reconnection" 40 complete in place from public service line connection to private service line 41 connection. 42 b. Payment 43 1) The work performed in conjunction with the relocation of a sewer service, 44 associated with private service line, fittings and cleanout 5 feet or less in 45 any direction from the centerline of the existing service line and the 46 materials furnished in accordance with this Item will be paid for at the unit 47 price per each"Sewer Service, Reconnection'performed for: 48 a) Various service sizes 49 c. The price bid shall include: 50 1) Private service line CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised April 26,2013 33 31 50-4 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 4 of I I 1 2) Fittings 2 3) Private connection to sewer service 3 4) Pavement removal 4 5) Excavation 5 6) Hauling 6 7) Disposal of excess material 7 8) Surface restoration,excluding grass(seeding, sodding or hydro-mulch paid 8 separately) 9 9) Clean-up 10 6. 2-way Cleanout 11 a. Measurement 12 1) Measurement for this Item shall be per each when only a"2-way Cleanout" 13 is installed. 14 b. Payment 15 1) The work performed and the materials furnished in accordance with this 16 Item shall be paid for at the unit price bid per each"2-way Cleanout" 17 installed for: 18 a) Various sizes 19 b) Various materials 20 c. The price bid shall include: 21 1) Furnishing and installing the 2-way Cleanout and cap as specified in the 22 Drawings 23 2) Pavement removal 24 3) Concrete pad 25 4) Surface restoration,excluding grass(seeding, sodding or hydro-mulch paid 26 separately) 27 5) Hauling 28 6) Disposal of excess material 29 7) Furnishing, placing and compaction of backfill 30 8) Clean-up 31 7. Service Reinstatement 32 a. Measurement 33 1) Measurement for this Item shall be per each Reinstatement of Service 34 associated with the sewer main being rehabilitated by a trenchless method. 35 b. Payment 36 1) The work performed and materials furnished in accordance with this item 37 and measured as provided under"Measurement"will be paid for at the unit 38 price bid per each"Sewer Service, Reinstatement"for: 39 a) Various sizes 40 c. The price bid shall include: 41 1) Tap to existing main(if required) 42 2) Pavement removal 43 3) Excavation 44 4) Hauling 45 5) Disposal of excess material 46 6) Tee connection to main 47 7) Service line(if required) 48 8) Fittings 49 9) Furnishing, placing and compaction of embedment and backfill CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised April 26,2013 33 31 50-5 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 5 of 11 1 10) Clean-up—surface restoration, excluding grass(seeding, sodding or hydro- 2 mulch paid separately) 3 8. Sanitary Sewer Service Assessment Tap 4 a. Measurement 5 1) Measurement for this Item shall be per each"Sewer Service 6 Assessment Tap"complete in place. 7 b. Payment 8 1) The work performed and materials furnished in accordance with this 9 Item will be paid for at the unit price bid per each "Sewer Service 10 Assessment Tap"installed for: 11 a) Various sizes 12 c. The price bid shall include: 13 1) Furnishing and installing New Sanitary Sewer Service Line as specified 14 by the Drawings 15 2) Pavement removal 16 3) Excavation 17 4) Hauling 18 5) Disposal of excess material 19 6) Tee connection to main 20 7) Fittings 21 8) Cap of service at property/easement line 22 9) 1/2" rebar and 3"red vinyl tape to mark end of sewer service 23 assessment tap 24 10) Surface restoration,excluding grass(seeding,sodding or hydro-mulch 25 paid separately) 26 11) Furnishing,placing and compaction of embedment 27 12) Furnishing,placing and compaction of backfill 28 13) Clean-up 29 9. Bored Sewer Service Assessment Tap 30 a. Measurement 31 1) Measurement for this Item shall be per each "Bored Sewer Service 32 Assessment Tap"complete in place. 33 b. Payment 34 1) The work performed and materials furnished in accordance with this 35 Item and measured as provided under"Measurement"will be paid for 36 at the unit price bid per each "Bored Sewer Service Assessment Tap" 37 installed for: 38 a) Various sizes 39 b) Various materials 40 c. The price shall include: 41 1) Furnishing and installing New Bored Sanitary Sewer Service Line as 42 specified by the Drawings 43 2) Pavement removal 44 3) Excavation 45 4) Hauling 46 5) Disposal of excess material 47 6) Tee connection to main 48 7) Service Line 49 8) Fittings 50 9) Cap of service at property/easement line CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised April 26,2013 333150-6 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 6 of 11 1 10) 1/2" rebar and 3" red vinyl tape to mark end of sewer service 2 assessment tap 3 11) Surface restoration,excluding grass(seeding,sodding or hydro-mulch 4 paid separately) 5 12) Furnishing,placing and compaction of embedment and backfill 6 13) Clean-up 7 1.3 REFERENCES 8 A. Definitions 9 1. New Service 10 a. New service applies to the installation of a service with connection to a new or 11 existing sewer main. 12 b. The service materials would include service line,fittings and cleanout. 13 2. Bored Service 14 a. Bored service applies to the installation of a service with connection to a new or 15 existing sewer main including a bore under an existing road. 16 b. The service materials would include service line,fittings and cleanout. 17 3. Private Service Relocation 18 a. Private service relocation applies to the replacement of the existing sewer 19 service line on private property typically associated with the relocation of the 20 existing main. 21 b. Typical main relocation will be from a rear lot easement or alley to the street. 22 4. Service Reinstatement 23 a. Service reinstatement applies to the reconnection of an existing service to an 24 existing main that has been rehabilitated by trenchless methods such as pipe 25 enlargement(pipe bursting), slip lining or CIPP. 26 5. Sewer Service Assessment Tap (D214R*) 27 a. Sanitary Sewer Service Assessment Tap applies to the installation of a 28 service with connection to a new sewer main for future private connection. 29 b. The service materials would include service line,fittings,cap,and 1/2" 30 rebar and 3" red vinyl tape to mark end of sewer service assessment tap. 31 6. Bored Sewer Service Assessment Tap (D214R*) 32 a. Bored service applies to the installation of a service with connection to a 33 new sewer main for future private connection including a bore under an 34 existing road. 35 b. The service materials would include service line,fittings,cap,and 1/2" 36 rebar and 3" red vinyl tape to mark end of sewer service assessment tap. 37 B. Reference Standards 38 1. Reference standards cited in this Specification refer to the current reference 39 standard published at the time of the latest revision date logged at the end of this 40 Specification,unless a date is specifically cited. 41 2. ASTM International(ASTM): 42 a. ASTM D3034 Standard Specification for Type PSM Poly(Vinyl Chloride) 43 (PVC) Sewer Pipe and Fittings 44 b. ASTM D1785 Standard Specification for Poly(Vinyl Chloride)(PVC)Plastic 45 Pipe, Schedules 40, 80 and 120. 46 c. ASTM D2321 Standard Practice for Underground Installation of Thermoplastic 47 Pipe for Sewers and Other Gravity-Flow Applications CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised April 26,2013 333150-7 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 7 of 1 I 1 d. ASTM D2412 Standard Test Method for Determination of External Loading 2 Characteristics of Plastic Pipe by Parallel-Plate Loading 3 e. ASTM D3212 Standard Specification for Joints for Drain and Sewer Plastic 4 Pipes Using Flexible Elastomeric Seals 5 3. Texas Commission on Environmental Quality 6 a. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.54—Criteria for Laying 7 Pipe and Rule 8 b. Title 30,Part 1, Chapter 217, Subchapter C, 217.55—Manholes and Related 9 Structures 10 1.4 ADMINISTRATIVE REQUIREMENTS 11 A. Scheduling 12 1. Provide advance notice for service interruption to property owner and meet 13 requirements of Division 0. 14 1.5 SUBMITTALS 15 A. Submittals shall be in accordance with Section 0133 00. 16 B. All submittals shall be approved by the City prior to delivery. 17 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 18 A. Product data shall include, if applicable: 19 1. Tee connection or saddle 20 2. Fittings(including type of cleanout) 21 3. Service line 22 B. Certificates 23 1. Furnish an affidavit certifying that service line and fittings meet the provisions of 24 this Section. 25 1.7 CLOSEOUT SUBMITTALS [NOT USED] 26 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 27 1.9 QUALITY ASSURANCE [NOT USED] 28 1.10 DELIVERY,STORAGE,AND HANDLING 29 A. Storage and Handling Requirements 30 1. Gravity pipe shall be stored and handled in accordance with the manufacturer's 31 guidelines. 32 2. Protect all parts such that no damage or deterioration will occur during a prolonged 33 delay from the time of shipment until installation is completed and the units and 34 equipment are ready for operation. 35 3. Protect all equipment and parts against any damage during a prolonged period at the 36 site. 37 4. Prevent plastic and similar brittle items from being directly exposed to sunlight or 38 extremes in temperature. 39 5. Secure and maintain a location to store the material in accordance with Section 01 40 6600. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised April 26,2013 333150-8 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 8 of 11 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS 4 2.1 OWNER-FURNISHED [NOT USED] 5 2.2 EQUIPMENT,PRODUCT TYPES,MATERIALS 6 A. Manufacturers 7 1. Only the manufacturers as listed on the City's Standard Products List will be 8 considered as shown in Section 01 60 00. 9 a. The manufacturer must comply with this Specification and related Sections. 10 2. Any product that is not listed on the Standard Products List is considered a 11 substitution and shall be submitted in accordance with Section 0125 00. 12 3. The services and appurtenances shall be new and the product of a manufacturer 13 regularly engaged in the manufacturing of services and appurtenances having 14 similar service and size. 15 B. Materials/Design Criteria 16 1. Service Line and Fittings.(including tee connections) 17 a. PVC pipe and fittings on public property shall be in accordance with Section 33 18 3120. 19 b. PVC pipe and fittings on private property shall be Schedule 40 in accordance 20 with ASTM D1785. 21 c. Ductile iron pipe and fittings shall be coated with ceramic epoxy in accordance 22 with Section 33 11 10 and Section 33 11 11. 23 2. Service saddle 24 a. Service saddles shall only be allowed when connecting a new service to an 25 existing sanitary sewer main and shall: 26 1) Bea 1-piece prefabricated saddle, either polyethylene or PVC,with 27 neoprene gasket for seal against main 28 2) Use saddle to fit outside diameter of main 29 3) Use saddle with grooves to retain band clamps 30 4) Use at least 2 stainless steel band clamps for securing saddles to the main 31 b. Inserta tees service connections may not be used. 32 3. Cleanout 33 a. Cleanout stack material should be in accordance with City Standard Details or 34 as shown on Drawings. 35 b. For paved areas, provide a cast iron cleanout and cast iron lid. 36 c. For unpaved areas,provide PVC cleanout and polyethylene lid. 37 4. Coupling 38 a. For connections between new PVC pipe stub out and existing service line, use 39 rubber sleeve couplings with stainless steel double-band repair sleeves to 40 connect to the line. CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised April 26,2013 33 31 50-9 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 9 of I I 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3- EXECUTION [NOT USED] 4 3.1 INSTALLERS 5 A. A licensed plumber is required for installations of the service line on private property. 6 3.2 EXAMNATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 INSTALLATION 9 A. General 10 1. Install service line,fittings and cleanout as specified herein,as specified in Section 11 33 05 10 and in accordance with the pipe manufacturer's recommendations. 12 B. Handling 13 1. Haul and distribute service lines, fittings and cleanouts at the project site and handle 14 with care to avoid damage. - 15 a. Inspect each segment of service line and reject or repair any damaged pipe 16 prior to lowering into the trench. 17 2. Do not handle the pipe in such a way that will damage the pipe. 18 C. Service Line 19 1. Lay service line at a minimum grade of 2 percent, as shown on City Standard 20 details, or at lines and grades as indicated in the Drawings. 21 2. If service line is installed by bore as an alternative to open cut, the cost associated 22 with open cut installation, such as pavement removal,trenching,embedment and 23 backfill and pavement patch will not be included as part of the bore installation. 24 3. Excavate and backfill trenches in accordance with 33 05 10. 25 4. Embed PVC Pipe in accordance with 33 05 10. 26 D. Cleanout 27 1. Install out of traffic areas such as driveways,streets and sidewalks whenever 28 possible. 29 a. When not possible, install cast iron cleanout stack and cap. 30 2. Install 2-way cleanout in non-paved areas in accordance with City Standard Details. 31 3. Install 2-way cleanout in paved areas in accordance with City Standard Details. 32 E. Service line connection to main 33 1. New service on new or replacement main 34 a. Determine location of service connections before main installation so the 35 service fittings can be installed during main installation. 36 b. Connect service line to main with a molded or fabricated tee fitting. 37 2. Reconnection to main after pipe enlargement 38 a. Tapping the existing main and installing a strap on tee connection may be used. CITY OF FORT WORTH Northside It 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised April 26,2013 3331 50-10 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 10 of 1 I 1 b. Allow the new main to recover from imposed stretch before tapping and service 2 installation. 3 1) Follow manufacturer's recommendation for the length of time needed. 4 c. Tap main at 45 degree angle to horizontal when possible. 5 1) Avoid tapping the top of main. 6 d. Extend service line from main to property line or easement line before 7 connecting to the existing service line. 8 3. New service on existing main 9 a. Connect service line to main with a molded or fabricated tee fitting if possible. 10 b. Tapping the existing main and installing a strap on tee connection may be used. 11 F. Private Service Relocation 12 1. Requirements for the relocation of service line on private property 13 a. A licensed plumber must be used to install service line on private property. 14 b. Obtain permit from the Development Department for work on private property. 15 c. Pay for any inspection or permit fees associated with work on private property. 16 d. Verify(by Exploratory Excavation of Existing Utilities)the elevations at the 17 building cleanout and compare to data on the Drawings before beginning 18 service installation. 19 e. Submit elevation information to the City inspector. 20 £ Verify that the 2 percent slope installation requirement can be met. 21 1) If the 2 percent slope cannot be met,verify with the Engineer that line may 22 be installed at the lesser slope. 23 3.5 REPAIR/RESTORATION [NOT USED] 24 3.6 RE-INSTALLATION 25 A. Service Relocation 26 1. All relocations that are not installed as designed or fail to meet the City code shall 27 be reinstalled at the Contractor's expense. 28 3.7 FIELD QUALITY CONTROL 29 A. Inspections 30 1. Private property service line requires approval by the City plumbing inspector 31 before final acceptance. 32 3.8 SYSTEM STARTUP [NOT USED] 33 3.9 ADJUSTING [NOT USED] 34 3.10 CLEANING [NOT USED] 35 3.11 CLOSEOUT ACTIVITIES [NOT USED] 36 3.12 PROTECTION [NOT USED] 37 3.13 MAINTENANCE [NOT USED] 38 3.14 ATTACHMENTS [NOT USED] 39 END OF SECTION CITY OF FORT WORTH Northside I148-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised April 26,2013 333150-I1 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page i I of 1 I 1 Revision Log DATE NAME SUMMARY OF CHANGE Throughout—Deep Sewer Service was removed 1.2—Measurement and Payment Items were revised to include relocation and 12/20/2012 D.Johnson reconnection;Blue text was added for guidance in applying the bid Items;Price bid lists revised to include clean-out caps,pads and surface restoration. Added the phrase`,including grass'to lines; Part 1, 1.2.A.1.c.9,Patti, 1.2.A.2.c.9,Part 1,1.2.A.5.c.8,Partl, 1.2.A.6.c.4 Added the phrase`-surface restoration,including grass'to lines; 2/13/2013 F.Griffin Part 1, 1.2.A.4.c.11,Part 1, 1.2.A.7.10 Removed the phrase`surrounding 2-way cleanout'from lines; Part 1, 1.2.A.1.c.9,Part 1, 1.2.A.2.c.9,Part 1, 1.2.A.6.c.4 Revised lines with`including grass'replacing with`excluding grass(seeding, sodding or hydromulching paid separately)' 4/26/2013 F.Griffin Included in Part 1, 1.2,A, 1,c,9;Part 1, 1.2,A,2,c,9;Part 1, 1.2,A,4,c, 11;Part 1, 1.2,A,5,c,8;Part 1, 1.2,A,6,c,4;Part 1, 1.2,A,7,c, 10 2 CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised April 26,2013 APPENDIX GC-4.01 Availability of Lands Recorded Water Facility Easements GC-4.02 Subsurface and Physical Conditions Geotechnical Engineering Report—No. DG-12-15260.1 GC-4.04 Underground Facilities Summary of Test Hole Information and Coordinates GC-6.06.D Minority and Women Owned Business Enterprise Compliance Minority Business Enterprise Specifications- SPECIAL INSTRUCTIONS FOR BIDDERS MBE Subcontractors/Suppliers Utilization Form Prime Contractor Wavier Form MBE Good Faith Effort Form MBE Joint Venture Eligibility Form GC-6.07 Wage Rates CFW Wage Rate Table—Davis Bacon Act Heavy and Highway Construction(2013) GR-01 60 00 Product Requirements Fort Worth Water Department, Standard Products List(Updated 10-22-2014) CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 GC-4.01 Availability of Lands CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 GC-4.02 Subsurface and Physical Conditions Geotechnical Engineering Report — No. DG-12-15260.1 CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 Houston 8701 John Carpenter Freeway,Suite 250 Austin Dallas,Texas 752474640 Dallas 214.678.0227 Ph San Antonio 214.678.0228 Fax q0ASS ii O C I AT E S w, ,•nvi•com November 20,2014 Mr. Carl Krogness,PE Brown&Gay Engineers,Inc. 500 W. Th Street, Suite 1800 Fort Worth,Texas 76102 Re: Geotechnical Investigation Northside II 48-inch Water Main Phase 1-Part 2 Fort Worth,Texas Owner: City of Fort Worth HVJ Project No.DG1215260.1 Dear Mr. Krogness: Submitted her is the final report of our geotechnical investigation for the above referenced project. The study was conducted in general accordance with our proposal number DG-12-15260 dated August 16, 2012 (Revised January 11, 2013) and is subject to the limitations presented in this report. We appreciate the opportunity of working with you on this project. Please read the entire report and notify us if there are questions concerning this report or if we may be of further assistance. Sincerely, HVJ ASSOCIATES,INC. Texas Firm Registration No. F-000646 OF cc,t.,L � .'e'* .... %. iP ail ,/xN r................ JAE i Jac H n Park,PE �j" 103692 r � Raviteja Elepe,HIT J �1 �' s� �� Staff Engineer Project Manager � U s � 1 g h��A��= JP/RE/FF 11/20/2014 The seal appearing on this document was authorized by Jae Hyun Park,PE 103692 on November 20,2014. Alteration of a sealed document without proper notification to the responsible engineer is an offense under the Texas Engineering Practice Act. The following lists the pages which complete this report: • Main Text—28 pages • Appendix A-7 pages •• Plates—24 pages • Appendix B—6 pages • Appendix C—27 pages • Appendix D—10 pages GEOTECHNICAL INVESTIGATION NORTHSIDE II 48-INCH WATER MAIN PHASE 1- PART 2 FORT WORTH,TEXAS SUBMITTED TO BROWN& GAY ENGINEERS, INC. 500 W. 7TH STREET, SUITE 1800 FORT WORTH,TEXAS 76102 BY HVJ ASSOCIATES,INC. DALLAS,TEXAS NOVEMBER 20,2014 REPORT NO. DG-12-15260.1 CONTENTS Page- 1 EXECUTIVE SUMMARY................................................................................................I 2 INTRODUCTION............................................................................................................1 2.1 Project Description.............................................................................................................1 2.2 Geotechnical Investigation Program...................................................................................1 3 FIELD INVESTIGATION...............................................................................................1 3.1 Geotechnical Borings..........................................................................................................1 3.2 Sampling Methods..............................................................................................................2 3.3 Borehole Completion .........................................................................................................2 4 LABORATORY TESTING...............................................................................................2 4.1 Sample Examination and Classification Testing..................................................................2 4.2 Geotechnical Laboratory Testing........................................................................................3 5 SITE CHARACTERIZATION.........................................................................................3 5.1 Site Location.......................................................................................................................3 5.2 General Geology.................................................................................................................3 5.3 Soil Stratigraphy..................................................................................................................3 5.4 Groundwater......................................................................................................................5 6 WATER LINE DESIGN CRITERIA AND RECOMMENDATIONS............................5 6.1 General...............................................................................................................................5 6.2 Geotechnical Parameters ....................................................................................................5 6.3 Pipe Installation recommendations.....................................................................................7 7 BUTTERFLY VALVE VAULT RECOMMENDATIONS.............................................10 7.1 General.............................................................................................................................10 7.2 Foundation Recommendations.........................................................................................10 7.3 Uplift................................................................................................................................10 7.4 Excavation........................................................................................................................11 7.5 Lateral Earth Pressures.....................................................................................................11 7.6 Select Fill and General Earthwork Recommendations......................................................13 8 SLOPE STABILITY........................................................................................................13 9 UTILITY CONSTRUCTION CONSIDERATIONS......................................................13 9.1 General.............................................................................................................................13 9.2 Boring,Jacking,or Tunneling Construction Considerations..............................................14 9.3 Open-Cut Excavation Considerations............................................................................. 15 9.4 Select Fill and General Earthwork Recommendations......................................................19 9.5 Groundwater Control.......................................................................................................19 9.6 Thrust Force Design Recommendations................:...........................................................19 10 MONITORING...............................................................................................................20 10.1 Excavation Safety.............................................................................................................20 10.2 Construction Materials Testing.........................................................................................20 11 DESIGN REVIEW.........................................................................................................20 12 LIMITATIONS................................................................................................................20 ILLUSTRATIONS Plate SITEVICINITY MAP.....................................................................................................................................1 GEOLOGYMAP.............................................................................................................................................2 PLANOF BORINGS............................................................................................................................3A-3C BORINGLOGS..........................................................................................................................................4-21 KEY TO TERMS &SYMBOLS USED ON BORING LOGS.............................................22A&22B THRUSTFORCE ACTING ON A BEND..............................................................................................23 BRACED EXCAVATION LATERAL EARTH PRESSURE DIAGRAM .......................................24 RIGIDPIPE LOADS....................................................................................................................................25 APPENDIX Appendix SUMMARY OF LABORATORY TEST RESULTS.................................................................................A OSHA TABLE B-1 SLOPE CONFIGURATIONS..................................................................................B RESISTIVITY, SULFATES, CHLORIDES AND PH TEST RESULTS.............................................C PIEZOMETER SCHEMATICS AND WELL REPORTS......................................................................D I EXECUTIVE SUMMARY HVJ Associates, Inc. was retained by Brown & Gay Engineers, Inc. to provide geotechnical investigation for the Northside II 48-inch Water Main Phase 1- Part 2 in Fort Worth, Texas. Northside II 48-inch Water Main is proposed to be approximately 36,270 LF of waterline from the Caylor Tank to the 48-inch water line west of IH 35W at Heritage Trace. The purpose of this investigation is to perform a geotechnical field exploration and provide design recommendations for the proposed waterline. Initially a total of thirty three borings (33) were proposed to perform the subsurface investigations. A total of fifteen (15) borings (i.e. BP-1 to BP-14, and AB-1) were drilled during Part 1 of the project. HVJ Associates submitted Brown& Gay Engineers, Inc. a final report and a memorandum (Report #DG1215260) on January 29, 2104 and February 20, 2014, respectively which consists of design recommendations based on Part 1 borings. A total of eighteen (18) borings (i.e. BP-15 to BP-32) were drilled between Old Denton Road and Heritage Trace Parkway for Part 2 of the project. Borings BP-15 to BP-32 were drilled and sampled to depths of about 20 to 30 feet below the existing surface ground. A brief summary of the investigational findings from borings are as follow: 1. Subsurface conditions encountered during our field activity in the borings are summarized in the following table. Stratum Types Encountered Stratum Type Approximate Depths of Strata Encountered at Borings (ft) B-15 B-16 B-17 B-18 B-19 B-20 B-21 B-22 B-23 Pavement+ Base - 0-1 - - - 0-1.5 0-0.75 - 0-1 Fill/Possible Fill(i) 0-2 1-6 0-4.5 - 0-3 - - 0-3 - Lean/Sandy Lean Clay (CL)(z) - 6-14 lm - - - - - 1-210 Fat Clay (CH)(3) 2-4.5 14- 0 210 3-5 1.5- 0.75- 3 21m 8-210 31(� 10-210 31M 310 Clayey Sand (SC)/Sand(4) - - - - - - - - - Weathered Limestone(5) 4.5-8 - - - 5-10 - - - - Unweathered Limestone(6) - - - - - - - - - Shale(8) - - - - - - - - - Note: (1) Fill;consists of clayey sand to lean clay with sand,limestone seams and gravels. (2) Soft to very stiff,sandy or with sand;occasional limestone seams and calcareous deposits. (3) Soft to very stiff;occasional limestone seams. (4) Loose to dense;occasional limestone seams. (5) Hard to very hard,tan,weathered. (6) Hard to very hard,gray,unweathered. (7) Boring terminati6n depth. (8) Soft to very hard,dark gray,laminated. i Stratum Type Approximate Depths of Strata Encountered at Borings (ft) B-24 B-25 B-26 B-27 B-28 B-29 B-30 B-31 B-32 Pavement+ Base - - - - - 0-1.34 0-1 - - Fill/Possible Fill(1) 0-1.5 0-4.5 0-4 0-2 - - - 0-2 - Lean/Sandy Lean Clay (CL)(2) 8-21M 4.5-18 - 7-15 - - - - - Fat Clay (CH)(3) 1.5-8 18- 4-10 - 0-14 1.9.5 1-15 - 0-16 31MClayey Sand (SC)/Sand(4) - - - - - - - - - Weathered Limestone(5) - - 2-7 - - - 2-10 - Unweathered Limestone(6) - I - - - - - - - Shale(S) - - 10- 15- 14- 9.5- 15- 10- 16- 21m 210 21M 21M 21M 21M 21M Note: (1) Fill;consists of clayey sand to lean clay with sand,limestone seams and gravels. (2) Soft to very stiff,sandy or with sand;occasional limestone seams and calcareous deposits. (3) Soft to very stiff;occasional limestone seams. (4) Loose to dense;occasional limestone seams. (5) Hard to very hard,tan,weathered. (6) Hard to very hard,gray,unweathered. (7) Boring termination depth. (8) Soft to very hard,dark gray,laminated. 2. Groundwater was encountered only in boring B-25 at a depth of approximately 13 and 13.3 feet during and after drilling operations, respectively. Groundwater was not encountered in any borings during or after drilling operations. However, it should be noted that groundwater levels will fluctuate with seasonal changes in moisture conditions. 3. Three utility crossing borings,B-16,B-17 and B-25,were selected for piezometer installation for ground water monitoring. In general, the piezometer set up consists of 2-inch diameter PVC screen surrounded by 20/40 sieve filter pack sand below a 2-inch diameter, PVC riser which is surrounded by hydrated bentonite pellets. The installed piezometers were equipped with steel covers flush-mounted in 4-foot by 4-foot by 4-inch concrete pads. Schematics of the installed piezometers are provided in Appendix D and a table of groundwater measurements is provided below. Piezometer Data e B-16 B-17 B-25 7/23/14 7/23/14 7/23/14 20 31 31 _ 13 6.20 8.54 12.15 MME - 6.06 10.56 10.97 a ii 4. A laboratory testing program, consisting of moisture contents,Atterberg limits, unconfined compression and minus 200 sieve analysis were performed on select soil samples. The testing results were summarized and included in Appendix A. 5. The resistivity, sulfates, chlorides and pH tests were performed on borings at approximate invert depths.The results were summarized and included in Appendix C, 6. We assumed that the invert depth will be between 5 and 30 feet for the tunnel section and between 5 and 20 feet for the remaining sections below the existing ground surface. We also assumed that the water line will be installed using open-cut and/or auguring techniques. Please note that this executive summary does not fully relate our findings and opinions. Those findings and opinions are only presented through our full report. iii 2 INTRODUCTION 2.1 Project Description HVJ Associates, Inc. was retained by Brown & Gay Engineers, Inc. to provide geotechnical investigation for the Northside II 48-inch Water Main Phase 1- Part 2 in Fort Worth, Texas. Northside II 48-inch Water Main is proposed to be approximately 36,270 LF of waterline from the Caylor Tank to the 48-inch water line west of IH 35W at Heritage Trace. The purpose of this investigation is to perform a geotechnical field exploration and provide design recommendations for the proposed waterline. Initially a total of thirty three borings (33) were proposed to perform the subsurface investigations. A total of fifteen (15) borings (i.e. BP-1 to BP-14, and AB-1) were drilled during Part 1 of the project. HVJ Associates submitted Brown & Gay Engineers, Inc. a final report and a memorandum (Report #DG1215260) on January 29, 2104 and February 20, 2014, respectively which consists of design recommendations based on Phase I borings. A total of eighteen (18) borings (i.e. BP-15 to BP-32) were drilled between Old Denton Road and Heritage Trace Parkway for Part 2 of the project. Borings BP-15 to BP-32 were drilled and sampled to depths of about 20 to 30 feet below the existing surface ground.A site vicinity map is included in Plate 1. 2.2 Geotechnical Investigation Program The primary objectives of this investigation were to gather information on subsurface conditions at the site and to provide design recommendations for the proposed water line. The objectives were accomplished by: 1. Drilling eighteen (18) borings (i.e. B-15 to B-32) to determine soil stratigraphy and to obtain samples for laboratory testing; 2. Installing three (3) piezometers at utility crossings to monitor the groundwater levels; 3. Performing laboratory tests on the samples obtained from the borings in order to determine the essential physical and engineering characteristics of the soils;and 4. Performing engineering analyses to develop water line design guidelines. Subsequent sections of this report contain descriptions of the field exploration, laboratory-testing program, general subsurface conditions, water line design guidelines, and general earthwork recommendations. 3 FIELD INVESTIGATION 3.1 Geotechnical Borings The field exploration program for borings B-15 to B-32 were performed.between June 18, 2014 and July 24, 2014. Initially a total of thirty three borings (33) were proposed to perform the subsurface investigations. A total of fifteen (15) borings (i.e. BP-1 to BP-14, and AB-1) were drilled during Part 1 of the project. A total of eighteen (18) borings (i.e. BP-15 to BP-32) were drilled between Old Denton Road and Heritage Trace Parkway and were drilled for Part 2 of the project. Borings BP-15 to BP-32 were drilled and sampled to depths of about 20 to 30 feet below the existing surface 1 ground. A site plan showing the approximate boring locations is presented on the Plan of Borings, Plates 3A to 3C. 3.2 Sampling Methods Soil samples were obtained continuously to 10 feet and at 5-foot intervals thereafter to the maximum termination depth of the borings. Cohesive soil samples were obtained with a three-inch thin-walled (Shelby) tube sampler in general accordance with ASTM D-1587 standard. The shear strength of the cohesive soils was estimated by a hand penetrometer in the field. Granular soils were obtained using a split-spoon sampler to determine penetration resistance values in accordance with ASTM D 1586. This procedure consisted of driving a standardized 1-5/8 inch diameter split-spoon sampler into undisturbed soil with a 140-pound hammer falling 30 inches. The split-spoon sampler was first seated 6 inches to penetrate any loose cuttings, and was then driven an additional 12 inches with blows from the hammer. The number of hammer blows required to drive the sampler each 6-inch increment was then recorded. The penetration resistance, or "N-value," is defined as the number of hammer blows required to drive the sampler the final 12 inches. The N- value was used in the field to estimate either the density of sand/gravel or weathered rock. Each sample was removed from the sampler in the field, carefully examined and then classified. Suitable portions of each sample were sealed and packaged for transportation to our laboratory. Rock encountered was augured to the termination depth and evaluated by TxDOT cone penetrometer test. TxDOT cone penetrometer test was performed at approximately 5-foot intervals thereafter to the maximum termination depth. The test consists of driving a 3-inch diameter cone with a 170-pound hammer,which is dropped for a distance of 2 feet. The cone is seated and driven to 100 blows or 12 inches whichever comes first. Then it is driven for two consecutive 6-inch increments, and the blow counts for each increment are noted. In hard materials, the cone is driven with the resulting penetration in inches recorded for the 50 blows. The numbers of blows for each 6-inch increment and/or the amount of penetration for each 50 blows are presented on the boring logs. Detailed descriptions of the soils encountered in the borings are given on the boring logs presented on Plates 4 through 21. A key to the soils and rock classification and symbols used in the boring logs are also presented on Plates 22A&22B. 3.3 Borehole Completion The project borings were backfilled with soil cuttings and hydrated bentonite chips upon completion of drilling so as to match the existing ground surface. 4 LABORATORY TESTING 4.1 Sample Examination and Classification Testing Soil samples transported to our laboratory were further examined and identified in accordance with ASTM D 2488 —Description and Identification of Soils. A preliminary soil classification was assigned to each soil sample based on ASTM D 2487 — Classification of Soil for Engineering Purposes Classification testing was subsequently conducted on select samples and the result of each test was used to confirm or modify the given preliminary soil classification. 2 4.2 Geotechnical Laboratory Testing Selected soil samples were tested in the laboratory to determine applicable physical and engineering properties. All tests were performed according to the relevant ASTM Standards. These tests consisted of moisture contents, percent passing No. 200 sieve, Atterberg Limits, unconfined compression,unit weight,resistivity, sulfates, chlorides and pH. The Atterberg limits and percent passing No. 200 sieve tests were utilized to verify field classification by the Unified Soils Classification System, and the unconfined compression tests and hand penetrometer were utilized to obtain the undrained shear strength of the soil. The type and number of tests performed for this investigation are summarized below: Type of Test Number of Tests Moisture Content(ASTM D2216) 80 Atterberg Limits (ASTM D4318) 41 Percent Passing No. 200 Sieve (ASTM D1140) 24 Hand Penetrometer 98 Unconfined Compression (Soil) (ASTM D 2166) 37 Unit Dry Weight(ASTM D 2166) 37 Resistivity(MACE) 15 Sulfates (SW-846 9038) 15 Chlorides (SM 4500-CI-B) 15 pH (SW-846 9045C) 15 The summary of laboratory test results is presented in Appendix A. The resistivity, sulfates, chlorides and pH are presented in Appendix C. 5 SITE CHARACTERIZATION 5.1 Site Location The project site is located in the north part of Fort Worth and west part of Keller, Texas. The borings were located from the intersection of Old Denton Road and Golden Triangle Blvd. to Heritage Trace Parkway.A site vicinity map is included in Plate 1. 5.2 General Geology According to the University of Texas at Austin, Bureau of Economic Geology "Geologic Atlas of Texas Dallas Sheet," the project area lies within Denton Clay (map symbol Kpd) deposits and Grayson Marl and Main Street Limestone undivided (map symbol Kgm) deposits. The Denton Clay mainly consists of alternating clay, marl, and limestone, total limestone in unit remains constant as amount of clay and marl varies. Grayson Marl deposits mainly consist of calcareous clay and marl, blocky yellowish gray and medium gray, limestone beds in upper one-third and thickness 60 to 100 feet thins northward. Main street limestone mainly consists of medium grained, chalky, units of calcareous shale, thin bedded to massive and thickness 20 to 35 feet, thins northward. A geology map is presented on Plate 2. 5.3 Soil Stratigranhy Our interpretation of soil and groundwater conditions at the project site is based on information obtained at the boring locations only. This information has been used as the basis for our 3 conclusions and recommendations. Significant variations at areas not explored by the project boring may require reevaluation of our findings and conclusions. Stratum Types Encountered Stratum Type Approximate Depths of Strata Encountered at Borings (ft) B-15 B-16 B-17 B-18 B-19 B-20 B-21 B-22 B-23 Pavement+ Base - 0-1 - - - 0-1.5 0-0.75 - 0-1 Fill/Possible Fill(1) 0-2 1-6 0-4.5 - 0-3 - - 0-3 - Lean/Sandy Lean Clay (CL)(2) - 6-14 1m - - - - - 1-21M Fat Clay (CH)(3) 2-4.5 14- - 0-210 3-5 1.5- 0.75- 3-21M - 8-21rn 310 10-21M 31C7) 310 Clayey Sand (SC)/Sand(4) - - - - - - - - - Weathered Limestone(5) 4.5-8 - - - 5-10 - - - - Unweathered Limestone(6) - - - - - - - - - Shale(8) - - - - - - - - - Note: _ (1) Fill;consists of clayey sand to lean clay with sand,limestone seams and gravels. (2) Soft to very stiff,sandy or with sand;occasional limestone seams and calcareous deposits. (3) Soft to very stiff;occasional limestone seams. (4) Loose to dense;occasional limestone seams. (5) Hard to very hard,tan,weathered. (6) Hard to very hard,gray,unweathered. (7) Boring termination depth. (8) Soft to very hard,dark gray,laminated. Stratum Type Approximate Depths of Strata Encountered at Borings (ft) B-24 B-25 B-26 B-27 B-28 B-29 B-30 B-31 B-32 Pavement+ Base - - - - - 0-1.34 0-1 - - Fill/Possible Fill(') 0-1.5 0-4.5 0-4 0-2 - - - 0-2 - Lean/Sandy Lean Clay (CL)(z) 8-21M 4.5-18 - 7-15 - - - - - Fat Clay (CH)(3) 1.5-8 3- 4-10 - 0-14 1.9.5 1-15 - 0-16 Clayey Sand (SC)/Sand(4) - - - - - - - - - Weathered Limestone(5) - - - 2-7 - - - 2-10 - Unweathered Limestone(6) - - - - - - - - - Shale(8) - 10- 15- 142 9.5- 15- 10- 16- 210 210 210 21M 210 21M 21M Note: (1) Fill;consists of clayey sand to lean clay with sand,limestone seams and gravels. (2) Soft to very stiff,sandy or with sand;occasional limestone seams and calcareous deposits. (3) Soft to very stiff;occasional limestone seams. (4) Loose to dense;occasional limestone seams. (5) Hard to very hard,tan,weathered. 4 (6) Hard to very hard,gray,unweathered. () Boring termination depth. (8) Soft to very hard,dark gray,laminated. Detailed descriptions of the subsurface stratigraphy encountered in the borings are shown on the boring logs presented on Plates 4 through 21.A key to the soils and rock classification and symbols used in the boring logs are also presented on Plates 22A &2213. 5.4 Groundwater Groundwater was encountered only in boring B-25 at a depth of approximately 13 and 13.3 feet during and after drilling operations, respectively. Groundwater was not encountered in any borings during or after drilling operations.However,it should be noted that groundwater levels will fluctuate with seasonal changes in moisture conditions. Three utility crossing borings, B-16, B-17 and B-25, were selected for piezometer installation for ground water monitoring. In general, the piezometer set up consists of 2-inch diameter PVC screen surrounded by 20/40 sieve filter pack sand below a 2- inch diameter, PVC riser which is surrounded by hydrated bentonite pellets. The installed piezometers were equipped with steel covers flush-mounted in 4-foot by 4-foot by 4-inch concrete pads. Schematics of the installed piezometers are provided in Appendix D and a table of groundwater measurements is provided below. Piezometer Data ,e B-16 B-17 B-25 7/23/14 7/23/14 7/23/14 20 31 31 - 13 6.20 8.54 12.15 10.56 10.97 6 WATER LINE DESIGN CRITERIA AND RECOMMENDATIONS 6.1 General The project will involve construction of a new 48-inch water line. We assumed that the invert depth will be between 5 and 30 feet for tunnel section and between 5 and 20 feet for the remaining section below the existing ground surface. We also assumed that all lines will be installed using open-cut and/or auguring techniques. Our analyses and recommendations for open cut and/or auguring techniques are presented below. 6.2 Geotechnical Parameters Geotechnical design parameters are presented in the following table. These design parameters are based on field and laboratory test data obtained from the corresponding boring locations and at the approximate invert depth only. Please note that,because of the nature of the soil stratigraphy at this site, parameters at locations that deviate from the boring locations may vary substantially from values reported in the following table: 5 Undrained Shear Allowable Approximate Strength Boring Total Bearing No. Inve( Fri Depth Soil Description Unit ction Pressure Angle (Ps� (deg) BP15 4.5-8 Weathered Limestone 125 N/A 3000 BP15 8-20 Soft to very stiff Fat Clay 125 1700 2800 BP16P 5-14 Stiff Sandy Clay 125 1000 1600 BP16P 14-30 Soft to hard Fat Clay 125 1900 3200 BP17P 5-31 Very soft to very stiff Lean Clay 125 1600 2600 BP18 5-20 Soft to hard Fat Clay 125 2300 3800 BP19 5-10 Weathered Limestone 125 N/A 3000 BP19 10-20 Soft to very stiff Fat Clay 125 1800 3000 BP20 5-15 Very soft to very stiff Fat Clay 125 1800 3000 BP20 15-30 Stiff to very stiff Fat Clay 125 2000 3300 BP21 5-30 Very soft to very stiff Fat Clay 125 1700 2800 BP22 5-20 Soft to very stiff Fat Clay 125 1600 2600 BP23 5-20 Soft to hard Sandy Clay 125 1800 3000 BP24 5-7 Very soft to stiff Fat Clay 125 1000 1600 BP24 7-20 Soft to very stiff Sandy Clay 125 1800 3000 BP25P 5-17 Soft to stiff Lean Clay 125 1000 1600 BP25P 17-30 Stiff to hard Fat Clay 125 1600 2600 BP26 5-10 Stiff to very stiff Fat Clay 125 1600 2000 BP26 10-20 Weathered Shale 130 N/A 4600 BP27 5-7 Weathered Limestone 125 N/A 3000 BP27 7-15 Very stiff Lean Clay 125 1800 3000 BP27 15-20 Weathered Shale 130 N/A 4000 BP28 5-14 Soft to very stiff Fat Clay 125 1800 3000 BP28 14-20 Weathered Shale 130 N/A 4000 BP29 5-10 Soft to very stiff Fat Clay 125 1500 2500 BP29 10-20 Weathered Shale 130 N/A 4000 BP30 5-15 Very soft to very stiff Fat Clay 125 1200 2000 BP30 15-20 Weathered Shale 130 N/A 4000 BP31 5-10 Weathered Limestone 130 N/A 4000 BP31 10-20 Weathered Shale 130 N/A 4000 BP32 5-16 Soft to hard Fat Clay 125 1800 3000 BP32 16-20 Weathered Shale 130 N/A 4000 The values shown in the above table represent our interpretation of the soil properties based on the available laboratory and field test data. Use of the soil properties shown above may or may not be appropriate for a particular analysis, since choice of design parameters often depends on whether 6 total or effective stress analysis is used, rate of loading, duration of loading,geometry of loaded area, and other factors. The total unit weight values shown above represent our interpretation of soil unit weight at natural moisture content. The undrained shear strength and allowable bearing pressure values represent our interpretation of the shear strength in clay soils based primarily on the results of unconfined compression tests, and hand penetrometer tests. The allowable bearing pressures include a factor of safety of 3. 6.3 Pipe Installation recommendations Pipe Design. The loads imposed on underground pipes depend principally upon the method of installation, the weight of overburden soils, roadway traffic load, and loads due to existing surface structures. For design of rigid pipes installed using open-cut excavation methods, loads due to overburden and traffic can be determined from Plate 25. The traffic load applied to the pipe can be calculated using 85% of wheel load with an impact factor of 1.5 for one foot of soil cover, 50% of wheel load with an impact factor of 1.35 for 2 feet of cover, and 30% of wheel load with an impact factor of 1.15 for 3 feet of cover. This results in a total design traffic load on the pipe or box culvert of about 1.28, 0.68 and 0.35 times the wheel load for 1, 2 and 3 feet of cover, respectively. For pipes or box culvert with four or more feet of cover, the traffic loads may be taken as a surcharge equivalent to 250 psf. The design of flexible pipes requires the modulus of soil reaction of the native soil (En') in the trench wall as input. The En' values are based on empirical relationships to the soil consistency as defined by unconfined compression tests for cohesive soils. En' values for the native soils are presented in the following table. The En' values for short-term conditions in cohesive soils may be assumed to be 1.5 times the long-term values. These values are based on the soil data obtained at the boring locations only and may be used for the noted invert depth zone. Undrained Shear On, Approximate Strength Boring Total Long No. Invert Depth Soil Description Unit (ps0 or Term (fr) Friction (Ps� Angie (deg) BP15 4.5-8 Weathered Limestone 125 N/A 1000 BP15 8-20 Soft to very stiff Fat Clay 125 1700 600 BP16P 5-14 Stiff Sandy Clay 125 1000 300 BP16P 14-30 Soft to hard Fat Clay 125 1900 600 BP17P 5-31 Very soft to very stiff Lean Clay 125 1600 600 BP18 5-20 Soft to hard Fat Clay 125 2300 1000 BP19 5-10 Weathered Limestone 125 N/A 1000 BP19 10-20 Soft to very stiff Fat Clay 125 1800 600 BP20 5-15 Very soft to very stiff Fat Clay 125 1800 600 BP20 15-30 Stiff to very stiff Fat Clay 125 2000 900 BP21 5-30 Very soft to very stiff Fat Clay 125 1700 600 BP22 5-20 Soft to very stiff Fat Clay 125 1600 600 BP23 5-20 Soft to hard Sandy Clay 125 1800 600 BP24 5-7 Very soft to stiff Fat Clay 125 1000 300 7 Undrained Shear On, Approximate Strength BO rmi9 Invert Depth Soil Description Total (Psf)or Long No.. O Unit Term Friction Angle (Psf) (deg) BP24 7-20 Soft to very stiff Sandy Clay 125 1800 900 BP25P 5-17 Soft to stiff Lean Clay 125 1000 300 BP25P 17-30 Stiff to hard Fat Clay 125 1600 600 BP26 5-10 Stiff to very stiff Fat Clay 125 1600 600 BP26 10-20 Weathered Shale 130 N/A 2000 BP27 5-7 Weathered Limestone 125 N/A 1000 BP27 7-15 Very stiff Lean Clay 125 1800 600 BP27 15-20 Weathered Shale 130 N/A 2000 BP28 5-14 Soft to very stiff Fat Clay 125 1800 600 BP28 14-20 Weathered Shale 130 N/A 2000 BP29 5-10 Soft to very stiff Fat Clay 125 1500 300 BP29 10-20 Weathered Shale 130 N/A 2000 BP30 5-15 Very soft to very stiff Fat Clay 125 1200 300 BP30 15-20 Weathered Shale 130 N/A 2000 BP31 5-10 Weathered Limestone 130 N/A 2000 BP31 10-20 Weathered Shale 130 N/A 2000 BP32 5-1= Soft to hard Fat Clay 125 1800 600 BP32 16-20 Weathered Shale 130 N/A 2000 Pipe Bedding and Backfill. Based on the soil borings, it can be expected that shaley fat clays, fat clays, lean clays, clayey sands to sandy clays, weathered shale, unweathered shale, weathered limestone, or unweathered limestone will be encountered within the bedding zone. We recommend that pipe bedding be in accordance with Item 504.2.2 and backfill be in accordance with Item 504.6 of North Central Texas Council of Governments (NCTCOG) standard specification. Compact bedding and backfill material should be laid in 8-inch lifts to 95% of the maximum density, as measured by ASTM D 698. The bottom of the excavation should be dry before the placement of the pipe. If required, we recommend groundwater control be implemented, if required, to achieve stable trench conditions and a satisfactory foundation base. The excavations should be performed with equipment capable of providing a relatively clean bearing. area. Stable soils are essential to provide a strong base during construction. In addition, stable soils enhance trench bottom stability, support for bedding compaction, and minimize possible pipe settlement. Whenever soft foundation soils are encountered during trench excavation we recommend over-excavating 3 feet below the base of the foundation and replacing with on-site soils compacted to at least 95% of maximum dry density in loose lifts not exceeding 8 inches. The pipes should be installed in a bedding envelope. Bedding materials selected for the project may include pea gravel, uncrushed gravel, crushed gravel, crushed stone, stone screenings, and natural/manufactured sand. Based on ASTM C1479M, these materials are expected to fall in 8 category I consisting of well graded sand (SW),poorly graded sand(SP),well graded gravel (GW), or poorly graded gravel(GP). We also recommend flowable fill be used where the groundwater level is above the proposed invert depth. During placing flowable fill, dewatering should be performed to maintain the bottom of excavation dry. ASTM C 1479 categorizes soil into four different groups based on which one can determine if that soil can be used as bedding, embedment or backfill material for rigid and/or semi-rigid pipes. This information is presented in Table below and can be generalized for both rigid and flexible pipes. Soil Categories as per ASTM C1479M Soil Category USCS Classifications Category I SW, SP, GW, GP GM,GC, SM, SC with more than 12% fines Category II CL,ML, CL-ML with more than 30%retained on 75 µm sieve Category III CL,ML, CL-ML with less than 30%retained on 75 µm sieve Category IV MH,CH,OL, OH,PT If these category I soils are used for bedding, category II soils are recommended for embedment to prevent particle migration between different size of soil particles. Category 1I or Category III can be used for backfilling the trenches. Native clayey sands to sandy clays can be considered as Category II. Native lean clays encountered in the -borings can be considered as Category III, and they contained occasional sand. The bedding material must be compatible with the materials in the trench bottom,walls,and backfill so that particle migration from, into, or through the bedding is minimized. Particle migration can occur when open-graded material is placed adjacent to a finer material like silt. Under the action of hydraulic gradient from groundwater flow, fines may migrate into the coarser material. The gradation and relative size of the embedment and adjacent materials must be compatible in order to minimize migration. Trench Backfill. For pipes that will be located under streets or within one foot of streets and curbs, pipe embedment should extend to a minimum of 6 inches above the top of pipe. Trench zone backfill is that portion of trench backfill that extends vertically from the top of pipe embedment up to pavement subgrade or up to final grade when not beneath pavement. Trenches that are located partially within the limit of one foot from streets or curbs should be uniformly backfilled according to the paved area criteria. Backfill material may consist of in-situ soils or imported flexible base materials. Fill material should be placed in loose lifts not exceeding eight inches, and should be compacted to 95% of the standard proctor maximum dry density as determined by ASTM D 698. However, the backfill up to 12 inches above the top of the pipe should be compacted so as to prevent structural damage to the pipe. It is common practice to use the material excavated from the trench as trench backfill regardless of the plasticity index of the soil excavated from the trench. We recommend that for trench backfill with a PI greater than 20, that the loose lift thickness of fill be limited to a maximum of 8.inches. This should provide for better compaction of higher plasticity backfill that will reduce problems for pavement constructed above this fill. For native soil reusability, plasticity indices are presented in Appendix A with depth. 9 7 BUTTERFLY VALVE VAULT RECOMMENDATIONS 7.1 General The project will involve construction of a Butterfly Valve Vault("Vault") structure for the proposed 48-inch Water Main. Based on the profile drawings provided by Brown and Gay Engineers, Inc.we understand that the vaults are installed at stations approximately 5+00, 9+30 and 101+30. Invert depth of the vault structures will be approximately 14 to 18 feet below the existing ground surface. The following sections discuss bearing capacity, uplift, lateral earth pressure design criteria and construction considerations for the vault structures. 7.2 Foundation Recommendations Boring BP-32 was drilled near stations 5+00 and 9+30 and BP-21 was drilled near 101+30. Based on the properties of soil/rock in the provided boring logs, an allowable net bearing pressure of 2,000 psf is recommended,which includes a factor of safety of three. Shaley clay and soft shale was encountered at the proposed invert depths.This bearing capacity recommendation assumes that the base of excavation is adequately dewatered and the bearing surface is relatively dry and undisturbed. The bearing surface can be maintained relatively dry and undisturbed using mud slab or granular fill beneath the slabs or foundations along with appropriate perimeter and/or sub-base drainage. Minimum thicknesses of 2 and 12 inches are recommended for mud slab and granular fill material, respectively. Granular fill material should be crushed rock or gravel without dust, clay and trash. If limestone is encountered use mud slab otherwise use crushed rock as foundation material. Crushed rock material should be graded%inch to No. 4 (19 to 4.5mm) as defined in ASTM C33 for No. 67 coarse aggregate. Only crushed rock with angular particles should be used when the perimeter of the granular fill is not confined or otherwise subject to raveling, such as on a slope. The applied net bearing pressure may be determined by the following criteria. 1. Summing the load applied to the foundation, the weight of the foundation, and the weight of any soil backfill placed directly above the foundation; 2. Subtracting the weight.of soil excavated from above the foundation depth; and 3. Dividing the total by the base area of the foundation. The weight of soil may be taken as 125 pcf for soils above the water table and 62 pcf for soils below the water table. 7.3 Uplift Open-Cut Construction. Buoyant uplift pressures will act on the base of the unit located below the water table. Buoyant uplift pressure is a function of the depth to groundwater. The largest uplift pressure will occur when groundwater is at the ground surface. We recommend that the structure constructed by open-cut excavation method be designed to resist buoyant uplift based on the dead weight of the structure and the weight of any soil backfilled above the structure. If dead weight alone is inadequate to resist uplift forces, a toe may be constructed into the soil at the base of the structure. Construction of a toe is most appropriate when open-cut excavation methods are used. The toe may consist of a bottom slab that extends into adjacent backfill. The weight of the material above the extension can then be relied upon to resist the uplift forces. The unit weight of soils above and below the water table for a compacted backfill will be about 125 and 62 pcf, 10 respectively. Backfill should be placed in loose lifts not exceeding eight inches and should be compacted to 95 percent of standard Proctor maximum dry density as determined by ASTM D698. 7.4 Excavation Excavation Stability. Excavations shall be shored or some other equivalent means may be used to provide safety for workers and adjacent structures. Assessment of the need for excavation shoring or other measures required providing a stable excavation and the use of appropriate construction practices and/or equipment is the contractor's responsibility. The lateral earth pressures recommended for short-term design are generally lower than the long- term pressures as the state of stress in the soil changes from "at rest" to "active" conditions immediately after excavation. In calculating the "design" lateral earth pressures, a combination of lateral soil pressures; hydrostatic water pressures; and surcharge loads need to be considered. We recommend that pressure distribution as shown on Plate 24 be used, and that the hydrostatic water pressure be computed by assuming the groundwater table to coincide with the ground surface. Calculation of these pressure components is explained on Plate 24. For the clay soils encountered in the borings,we recommend a short term active earth pressure coefficient of 0.5, and a long term at- rest earth pressure coefficient of 1.0. This will result in a short term equivalent fluid pressure of 65 pcf,and a long term equivalent fluid pressure of 130 pcf. Bottom Stability. Bottom instability results from inadequate shear strength in clay soils to resist stress relief at the base of the excavation, or from piping of water bearing granular soil. This mode of failure results in loss of ground at the ground surface outside the pit and heave of the excavation base inside the pit. Our calculations indicate that pit will have a factor of safety in excess of 2.0 against bottom heave. Our calculations assume no water is encountered during the excavation. If groundwater is encountered during construction, adequate dewatering of water bearing layers below the base of the pit should be performed to bring the water level in those layers to at least three feet below the base of the excavation. Loss of Ground. Installation of pits may experience some loss of ground around the outside of the excavation due to sloughing of material into the excavation. If proper construction procedures are followed, little or no loss of ground should occur. If loss of ground is excessive, it may cause damage to structures, pavement and services located near the excavation. If loss of ground does occur, soft disturbed soils may develop beneath existing pavement and utilities located close to the excavation location. Corrective measures to address loss of ground problems often include improved dewatering and/or grouting around the pit from the ground surface or within the pit. Repairs associated with loss of ground often include making up for ground loss through placement of cement stabilized sand fill. 7.5 Lateral Earth Pressures The pressures which a soil can be expected to exert on the exterior walls of an underground structure depend on the type of soil and the construction technique. If the construction method encompasses backfilling along the exterior walls of the underground structure, then the lateral earth pressures become a function of the type of backfill and its method of placement. If construction is performed by incorporating temporary excavation sheeting as part of the permanent structure, then the lateral earth pressures would vary with the type of the existing soil. 11 For a backfill type of soil, the following considerations should be taken into account when estimating lateral earth pressure acting on the walls of a permanent underground structure. 1. Over-compaction of backfill and utilization of highly plastic expansive clay backfill are practices, which generally produce the highest wall pressures. In these cases, horizontal earth pressures exceeding the vertical pressure can be expected. Backfill selection and method of placement are critical. 2. Bank sand, cement stabilized sand and select cohesive soil are some types of fill material that can be considered for this project. Bank sand is silty fine sand which contains no more than 15 percent material by weight passing the number 200 sieve, clay lumps or balls not exceeding 2 percent, and free of debris. Cement stabilized sand should be in accordance with City of Fort Worth Standard Specifications. Select cohesive soil should have a plasticity index between 7 and 20. Most of the excavated soils from this site are expected to be mostly cohesive soils with some sand. The backfill to be used should be tested prior to use as explained in the following section. The backfill around the underground structures will impose active to at rest earth pressures against the embedded walls. Design lateral pressures may be calculated for each backfill type using the following equivalent fluid densities for drained or undrained level backfill: Equivalent Fluid Pressure Equivalent Fluid Pressure Strata (Drained) (Undrained) At-rest(rigid), Active(flexible), At-rest(rigid), Active(flexible), pcf pcf pcf pcf Sandy Clay or Select Fill(PI520) 70 50 100 90 On-site Sand,Bank Sand,Gravel, or 55 35 90 80 Cement Stabilized Sand Cohesive Soil(PD_20) 90 70 110 100 Weathered LIMESTONE N/A N/A N/A N/A Competent LIMESTONE N/A N/A N/A N/A Allowable Passive Sub-grade Allowable Strata Passive Pressure modules, Coefficient of Pressure Distribution pci Sliding Resistance Sandy Clay or Select Fill(PI!920) 150 psf/ft Triangular 75 0.24 On-site Sand,Bank Sand,Gravel,or 150 psf/ft Triangular 75 0.34 Cement Stabilized Sand Cohesive Soil(Pl>_20) 100 psf/ft Triangular 50 0.15 Weathered LIMESTONE 1000 psf Rectangular 250 0.4.2 Competent LIMESTONE 2000 psf Rectangular 400 0.48 We recommend a minimum surcharge load of 250 psf be included in the design for the traffic loads. 12 7.6 Select Fill and General Earthwork Recommendations Select fill required to raise the grade or backfill should consist of clayey sand,lean silty or sandy clay with a liquid limit less than 40 and a plasticity index between 7 and 20. Fill material that is used should be placed in loose lifts not exceeding eight inches and should be compacted to 95 percent of standard Proctor maximum dry density as determined by ASTM D698. 8 SLOPE STABILITY On site soils encountered in the borings varied from sand to clay. The following table summarizes the maximum recommended slopes for a factor of safety of 1.3 for long term conditions based on the material plasticity index: Slope Plasticity Index 2.5(H):1 M <5 3(q:1M <20 3.5(1 AM <35 4(q:l M <55 4.5(q:1(V) <85 Based on the plasticity index of the onsite soils, we recommend slopes for excavations to depth 15 feet of 4(H):lM at all the boring locations. It should be noted that the sandy material will be subject to erosion,and we recommend that these slopes be hydroseeded for erosion protection purposes. 9 UTILITY CONSTRUCTION CONSIDERATIONS 9.1 General This section is intended to address issues that might arise during construction. Our recommendations are intended for use as guidelines in dealing with particular soil conditions. The topics addressed in this section include trench excavation stability, groundwater control, open-cut construction and trenchless technique construction considerations. The recommendations contained herein are not intended to dictate construction methods or sequences. Instead they are provided solely to assist designers in identifying potential construction problems related to excavation, based upon findings derived from sampling. Depending upon the final design chosen for the project, the recommendations may also be useful to personnel who observe construction activity. Prospective contractors for the project must evaluate potential construction problems on the basis of their review of the contract documents, their own knowledge of and experience in the local area, 13 and on the basis of similar projects in other localities, taking into account their own proposed methods and procedures. 9.2 Boring,-lacking,or Tunneling Construction Considerations We understand that at some locations the pipeline will be installed using trenchless techniques. Three basic criteria exist for satisfactory construction. First, construction must be feasible which means that it is possible to advance the bore safely and to maintain the integrity of the bore opening at least temporarily. Second, the construction should not result in excessive damage to adjacent or overlying structures, streets, or utilities. Third, the long-term design objectives of the facility must be achieved. A summary of the construction conditions for the project is given below. Pipe Design. For pipes to be installed by trenchless techniques, whereby sections of pipe are jacked forward against the surrounding soil, pipes should be designed to resist significant bending moments, along with the jacking forces exerted on the pipe during installation. These loads generally exceed the overburden pressures that are typically determined based on the prism earth load to the ground surface, plus hydrostatic pressure and surcharge loads as shown on Plate 24. Therefore, pipes designed to resist construction loads during trenchless installation should have adequate strength for most long-term overburden and traffic loads. During design, allowance should be made for any external loads, other than soil and rock loads, which may be exerted on the pipe. These include loads from foundations for structures located near the water line and any possible future excavation to be performed near the water line. Much of the stability of the waterlines is due to the presence of relatively uniform stress conditions in the soil around the pipe. Relief of the earth loads on one side of the waterline due to subsequent adjacent excavation could cause an overstress of the pipe. Alignment. Constructability is determined to a large extent by the type of soil or rock. The best conditions are full-faced conditions. Situations that are more difficult are mixed face conditions where two different types of soil and rock, or two different types of rock are encountered in the excavation face simultaneously. These tunneling conditions should be avoided whenever possible. We do anticipate mixed face conditions at most of the bores at the proposed invert depths. Where mixed face conditions are encountered control of the grade of the face of excavation is more difficult to control, and local instability of the face of the excavation is more likely at and near locations where the boundary between two strata is exposed in the excavation. Face of Excavation Stability. The stability of the face is a function of the shear strength and stress- strain characteristics of the soil or rock, the overburden pressure, the geometry of the cross section, the time-dependent loss of strength, the delayed deformation of some soils, and the construction procedures. When the face consists of more than one kind of soil or rock, the stability of such a face may be assessed by analyzing the different materials independently. For the cohesive soil materials that may be encountered the stability of a face is determined by its existing undrained shear strength. The stability of the unsupported face of the excavation may be evaluated by a ratio of the overburden pressure divided by the undrained shear strength of the soil assuming atmospheric air pressure in the tunnel. This ratio is referred to as the Overload Factor, OF. Based on the measured soil properties,OF values were 3.0 or less. Generally,a design value for the overload factor of 4 or less is desirable in cohesive soils. A value of 4 represents a practical limit below which trenchless construction may be carried out without difficulties. Higher OF values will frequently lead to large deformations of the soil around and ahead of the excavation, with the associated problem of increased subsidence and possible deformations. It should be noted; however, that exposure time of the face is the most important. 14 At the moment of excavation, negative pore pressures are generated. If the soil is left under the same conditions, the pore pressures will dissipate resulting in a reduction of shear strength. Thus,if a slow rate of advance is expected, a higher value of the OF must be used (or a reduced corrected value for the undrained shear strength). Fill material from road grading or in old utility trenches may be encountered. A potential for face instability exists where weak fill soils are encountered. The contractor should be aware of these conditions and make provisions to avoid loss of ground where fill is encountered. Loss of Ground. A properly designed and controlled operation can eliminate or reduce immediate soil movement and subsidence to a tolerable level. Nevertheless, some ground loss should be expected during trenchless operation. With good construction techniques, ground loss can be held to acceptable levels. Generally, pipes bored or jacked beneath pavement and buried utilities can be expected to create a loosened subgrade or bedding condition which may lead to subsequent deformations. Advance rate and excavation rate should be compatible to avoid over excavation or loss of ground in order to minimize deformations. Groundwater may be encountered during tunneling operation. We recommend that equipment providing positive support to the face, such as earth pressure balance equipment, be used when constructing this segment of the project. Large ground loss can result from uncontrolled flowing ground. The potential for such ground loss exists wherever water-bearing sands or silts are encountered along the alignment. Careful dewatering of such layers will reduce the potential for development of flowing conditions. These soils were not encountered, however, if they are encountered during construction tunneling should be halted and measures need to be taken to dewater the area. Ground Surface Movements. The zone of influence of a trenchless crossing extends a distance equal to the invert depth on each side of the centerline of the alignment. No building structures are anticipated to be in the zone of influence. The utility lines located adjacent to or crossing the alignment may experience movement caused by trenchless excavation. Settlement of the utility lines should be within acceptable limits provided good construction practices are followed. Long-term vertical movements caused by consolidation of the ground above the tunnel will occur if leakage into the liner or the sewer pipes impacts groundwater levels in the project area 9.3 Open-Cut Excavation Considerations Excavations should satisfy two requirements. First, the soils above final grade must be removed without disturbing the soil below excavation grade, which will support constructed facilities. Second, the sides of the excavation must be stable to prevent damage to adjacent streets and facilities as a result of either vertical or lateral movements of the soil. In addition, a satisfactory excavation procedure must include an adequate construction dewatering system to lower and maintain the water level at least a few feet below the lowest excavation grade. Excavation Stability. Excavations shall be shored, laid back to a stable slope or some other equivalent means may be used to provide safety for workers and adjacent structures. Earth pressures for braced excavations are presented on Plate 24. Assessment of the need for excavation sloping, use of trench boxes or other measures required providing a stable excavation and the use of appropriate construction practices and/or equipment is the contractor's responsibility. The following comments are intended to represent common solutions to stability problems encountered in similar soil conditions in the Dallas area, and may not be construed as excavation system design recommendations. The excavation operations shall be performed in accordance with 29 CFR Part 1926 subpart P, as amended, including rules published in the Federal Register, Vol. 54, No. 209, 15 dated October 31, 1989, as a minimum. In addition, the provisions of legislation enacted by the Texas Legislature should be satisfied. Excavations. Trenches that are deeper than five feet deep should be appropriately sloped and protected in accordance with Table B-1, and shoring may be constructed in accordance with Table C-1.1,Table C-1.2 and Table C-1.3 of 29 CFR Part 1926. Soil types required by Table C-1.1,Table C-1.2 and Table C-1.3 (Trench Shoring-Minimum Timber Requirements) are given below: OSHA Soil Type Boring No. De th of Trench ft 0-5 5-10 10-15 15-20 20-30 BP-15 C B B B - BP-16 C C C C C BP-17 C B C C C BP-18 B B B B - BP-19 C B B B - BP-20 B B B B B BP-21 B B B B B BP-22 C B B B BP-23 B B B B - BP-24 C B B B - BP-25 C B C C C BP-26 C B B B - BP-27 C B B B - BP-28 B B B B - BP-29 B B B B - BP-30 B B B B - BP-31 C B B B - BP-32 B B B B - * Definitions of Type B soils are presented in the following table. **Definitions of Type C soils are presented in the following table. 16 Definitions of Type B and Type C Soils Type B a. Cohesive soil with an unconfined compressive strength greater than 0.5 tsf(48 kPa) but less than 1.5 tsf(144 kPa); or b. Granular cohesionless soils including: angular gravel (similar to crushed rock), silt, silt loam, sandy loam and,in some cases, silty clay loam and sandy clay loam. c. Previously disturbed soils except those which would otherwise be classed as Type C soil. d. Soil that meets the unconfined compressive strength or cementation requirements for Type A, but is fissured or subject to vibration; or e. Dry rock that is not stable; or f. Material that is part of a sloped,layered system where the layers dip into the excavation on a slope less steep than four horizontal to one vertical (4HAV),but only if the material would otherwise be classified as Type B. Type C a. Cohesive soil with an unconfined compressive strength of 0.5 tsf(48 kPa) or less; or b. Granular soils including gravel,sand, and loamy sand; or c. Submerged soil or soil from which water is freely seeping;or d. Submerged rock that is not stable,or e. Material in a sloped,layered system where the layers dip into the excavation or a slope of four horizontal to one vertical (4H:1V) or steeper. 17 Table B-1 presents maximum allowable slopes and configurations based on the soil types, and they are presented in the following table. Slope Configuration* Excavations made in Type B soil 1. All simple slope excavations 20 feet or less in depth shall have a maximum allowable slope of 1:1. 2. All benched excavations 20 feet or less in depth shall have a maximum allowable slope of 1:1 and maximum bench dimensions shown in Appendix B. 3. All excavations 20 feet or less in depth which have vertically sided lower portions shall be shielded or supported to a height at least 18 inches above the top of the vertical side.All such excavations shall have a maximum allowable slope of 1:1. 4. All other sloped excavations shall be in accordance with the other options permitted in§ 1926.652(b). Excavations made in Type C soil 1. All simple slope excavations 20 feet or less in depth shall have a maximum allowable slope of 11/2:1. 2. All excavations 20 feet or less in depth which have vertically sided lower portions shall be shielded or supported to a height at least 18 inches above the top of the vertical side.All such excavations shall have a maximum allowable slope of 11/2:1. 3. All other sloped excavations shall be in accordance with the other options permitted in 5 1926.652(b). Excavations made in Layered Soils 1. All excavations 20 feet or less in depth made in layered soils shall have a maximum allowable slope for each layer as shown in Appendix B. *Diagrams for slope configuration depending on soils types are presented in Appendix B. In general, it is our opinion that the pressure distribution (for braced walls) should be used for design of sheeting or trench boxes. To reduce the potential for ground movement adjacent to the top of the excavation, the bracing should be preloaded in stages as the excavation is deepened. The detailed earth pressure diagrams are presented on Plate 24. The planned construction will be performed along alignments near existing utility installations (either crossing or paralleling the new alignments). The contractors should be aware of potential excavation stability problems while working in the vicinity of old trenches and the excavation system should be designed to accommodate this weak material (trench backfill). The vertical walls of excavations should be located a safe distance from existing utilities in order to prevent movement in the soil mass behind the excavation that may adversely affect the utilities. We recommend that the horizontal distance should be 4 feet between the existing pipeline and proposed 18 pipeline, and vertical depths should be determined based on the slope configurations in OSHA Table B-1 depending on soil types. 9.4 Select Fill and General Earthwork Recommendations Select fill required to raise the grade or backfill should consist of lean silty or sandy clay with a liquid limit less than 40 and a plasticity index between 7 and 20. Fill material that is used should be placed in loose lifts not exceeding eight inches and should be compacted to 95 percent of standard Proctor maximum dry density as determined by ASTM D698. 9.5 Groundwater Control Assessment of the need for groundwater control and installation of appropriate dewatering equipment is the contractor's responsibility. The following comments are intended to represent common solutions to groundwater control problems encountered in similar soil conditions in the Dallas area,and may not be construed as dewatering system design recommendations. A conventional pump and sump arrangement may be adequate if water bearing cohesive soils are encountered during trench excavations. Well points or eductors may be utilized to lower the groundwater level to at least three feet below the excavation level where water bearing cohesionless soils are encountered. Well points are generally not effective below about 15 feet beneath the top of the well point, and deeper dewatering requires deep wells with submersible pumps and eductors. Based on the subsurface soils encountered, we anticipate groundwater to be controlled using either pump and sump arrangement or well points In any case, the groundwater control system used must provide a relatively dry, stable base for construction. However,it should be noted that groundwater conditions will change due to rainfall and seasonal changes. Control of groundwater should be accomplished in a manner that will preserve the strength of the foundation soils;will not cause instability of the excavation; and will not result in damage to existing structures. Where necessary to this purpose, the water will be lowered in advance of excavation by pump and sump arrangement,wells,well points, or similar methods. Open pumping should not be permitted if it results in boils, loss of fines, softening of the subgrade, or excavation instability. Discharge should be arranged to facilitate sampling by the owner's representative or engineer. 9.6 Thrust Force Design Recommendations Unbalanced thrust forces will be developed in water lines due to changes in direction, cross-sectional areas, or when the pipe is terminated. These forces may cause joints to disengage if not adequately restrained. There will be a slight loss of hydraulic head due to the development of turbulence in bends in the pipes. This loss will cause a pressure change across the bend, but it is usually small enough to be neglected. The thrust force acting on bend is shown in Plate 23. The thrust force may require more reaction than is available just from the pipe bearing against the backfill. In order to prevent intolerable movement and overstressing of the pipe, suitable buttressing should be provided. In general, thrust blocks, concrete encasement, restrained joints and tie rods are common methods of providing reaction for the thrust restraint design. The thrust restraint design provisions described in this section are based on the American Water Works Association Manual M9 (1979). 19 10 MONITORING 10.1 Excavation Safety As required under OSHA regulations, the contractor should provide a "competent person" to inspect trench excavations daily before the start of work, as needed during the shift, and after every rainstorm or other hazard increasing occurrence. When the competent.person finds evidence of a hazardous condition, exposed workers should be removed from the hazardous area until the necessary precautions have been taken to ensure their safety. A competent person means one who is capable of identifying existing and predictable hazards in the surroundings or working conditions which are unsanitary, hazardous or dangerous to workers, and who has authorization to take prompt corrective measures to eliminate them. 10.2 Construction Materials Testing We recommend that backfill be monitored by an accredited testing laboratory to verify that construction is performed in conformance with project specifications. HVJ Associates routinely provides these services and would be pleased to do so for this project. 11 DESIGN REVIEW HVJ Associates, Inc. should review the design and construction plans and specifications prior to release to make certain that the geotechnical recommendations presented herein have been properly interpreted. Our current scope of services does include an allowance for such review. 12 LIMITATIONS This investigation was performed for the exclusive use of Brown & Gay Engineers, Inc. to provide geotechnical investigations for the proposed Northside II 48-inch Water Main Phase 1- Part 2 in Fort Worth, Texas. HVJ Associates, Inc. has endeavored to comply with generally accepted geotechnical engineering practice common in the local area. HVJ Associates, Inc. makes no warranty, express or implied. The analyses and recommendations contained in this report are based on data obtained from subsurface exploration, laboratory testing, the project information provided to us and our experience with similar soils and site conditions. The methods used indicate subsurface conditions only at the specific locations where samples were obtained, only at the time they were obtained, and only to the depths penetrated. Samples cannot be relied on to accurately reflect the strata variations that usually exist between sampling locations. Should any subsurface conditions other than those described in our boring logs be encountered, HVJ Associates, Inc. should be immediately notified so that further investigation and supplemental recommendations can be provided. 20 PLATES S, j, I o}0 it r L � W LU Q G W F� pa. o dc-m m f r cl c. • -�'i'a1JJp'MaU�.i)'ISJ �0 �. W e- F O c'i a ^o a La 00 `r 7 o Q 1- - - - cj Z I I V � r"1 CD I,tgwiS1AX�Pd [� 0 1 I o_ � a„y vn,ae Ru3d m � s y� q)?90 WN hate Beach such F x _ a �J 1, I I w r O W Ey Ir„�:u�l�l��u110j k7�Sell l) Wwl O i� z I IuMml j;,i-" t '' til !, �'�►�` r �� ��.�`•..� -;ate`�r �-�'r�jf i PiloSm N11 ,. wi �:;/ �i /// /�-. �.� `►r MAI IOWA xg Ag r 'tom\ `U *•ter, !!` ` ►i� ,� ti�O\ /� / i�/i � •\��•� etc /MI I o - ! 1 ` IA° X SM SUNtV to • •. . •-•• • I - - Moo HVJ GEOLOGY . Water Main Phase 1-Part 2 i . . . • •• PROJECTNO.: DRAWING NO.: • M 11J W 0 - N w 3 IZ LU z P ri 2' I 'y x 0 O w h vi z .. CD N z Z U b S � Q ° iiiiiiiiiiiiiiiiiiiiiilillillillililljlI 'y o , t i 1� - S o k _O o a. n, o Q S -o s t� , ri► r . Na - r - '' . 06 — p u � r i�' . •� TKO '.. � "Y, AN i 1 v - , Of r v� 0 1 � r _ jl � I� .f- t p id-CIt • y u.7•uc1E�1 . t .0) 2.^l1Vl m p,8.uo 'ie - —Ca-- AI T � -K �t 1 i; ' i I\ LOG OF BORING Project: Northside II 48-inch Water Main Phase 1-Part 2 Project No.: DG1215260.1 Boring No.: BP-15 Drill Date: 6/18/2014 Elevation: Groundwater during drilling: Dry Northing: -- Station: -- Groundwater after drilling: Dry Easting: -- Offset: -- W ELEV. SOIL SYMBOLS z W U) SHEAR STRENGTH,TSF DEPTH, SAMPLER SYMBOLS SOIL/ROCK CLASSIFICATION U)o W 0 -0 X a N r a 0.5 1.0 1.5 2.0 FEET AND FIELD TEST DATA z o MOISTURE O CONTENT,% PLASTIC LIMIT t--I LIQUID LIMIT 0 0 10 20 30 40 50 60 70 80 90 CLAYEY SAND(SC),brown,with limestone seams (possible fill) 34 ° ........................................................................ FAT CLAY(CH),very stiff to hard,dark brown,with limestone fragments .91 ........................................................................ 110 LIMESTONE,tan,weathered 5 5 (50/0.25")-(50/(.25") FAT CLAY(CH),soft to very stiff,reddish brown and gray,with limestone fragments from 8 to 15 feet 10-10 15 -15 (10/6")-(1216") I J • H 20 -20 (8/6")-(13/6") 104 n ——————————————————————— c� w x a 0 N N C9 z 0 2Shear Types: •=Hand Penet. ■=Toivane A= Unconf. Comp. X=UU Triaxial 0 o See Plate 3 for boring location. PLATE 4 RINIJ ASSOCIATES LOG OF BORING Project: Northside 1148-inch Water Main Phase 1-Part 2 Project No.: DG1215260.1 Boring No.: BP-16 P Drill Date: 7/24/2014 Elevation: Groundwater during drilling: Dry Northing: -- Station: -- Groundwater after drilling: Dry Easting: -- Offset: -- ELEV. SOIL SYMBOLS z w SHEAR STRENGTH,TSF DEPTH, SAMPLER SYMBOLS SOIL/ROCK CLASSIFICATION WO 0 A aa.(�+ }a 0.5 1.0 1.5 2.0 FEET AND FIELD TEST DATA zg z O MOISTURE O CONTENT, PLASTIC LIMIT 1 LIQUID LIMIT 0 o ..................;..... .. .... ............................. 10 20 30 40 50 60 70 80 90 9"of Asphaltic Concrete 3"of Base LEAN CLAY WITH SAND(CL),very soft to very stiff, brown(possible fill) 71 113 A 5 -5 (3/6"}(4/6") ...................................................................... SANDY CLAY(CL)stiff,brown and gray 63 10 -10 (11/6"}(16/6") SHALEY FAT CLAY CH),soft to hard,dark gray, 15 -15 (4/6"}(6/6") laminated 104 20 -20 (16/6"}(15/6") 108 v 25 -25 (13/6"}(21/6") F- 0 x a C9 w 30 30 (17/6"){32/6") ——————————————— a N_ 0 O (`I Z 35 -35 Shear Types: •=Hand Penet. ■=Torvane A= Unconf. Comp. CIE= UU Triaxial J_ u) o See Plate 3 for boring location. PLATE 5 c� 0 J ASSOCIATES LOG OF BORING Project: Northside II 48-inch Water Main Phase 1-Part 2 Project No.: DG1215260.1 Boring No.: BP-17 P Drill Date: 6/18/2014 Elevation: Groundwater during drilling: Dry Northing: -- Station: -- Groundwater after drilling: Dry Easting: -- Offset: W ELEV. SOIL SYMBOLS ?w SHEAR STRENGTH,TSF DEPTH, SAMPLER SYMBOLS SOIUROCK CLASSIFICATION U o wc"i ♦ X a N EL 0.5 1.0 1.5 2.0 FEET AND FIELD TEST DATA z p MOISTURE O CONTENT,% PLASTIC LIMIT I— 7 LIQUID LIMIT 0 0 10 20 30 40 50 70 80 90 LEAN CLAY 11UIT1 I$4tVD(CL),stiff to very stiff, i brown and gray(possible fill) 76 i 101 j ..........................................I.................. 5 5 LEAN CLAY(CL),very soft to very stiff,brown and (2/6")-(2/6") gray 5/6"-3/6"-4/6" 102 10-10 15 15 \ 20 -20 (8/6")-(11/6") 106 25 -25 (9/6")-(10/6") -dark gray,laminated 26-31' H x a (9 J 30 w (48/6")-(50/6") a Of N (7 0 (7 0 3Shear Types: •=Hand Penet. ■=Torvane A= Unconf. Comp. X= UU Triaxial i J O o See Plate 3 for boring location. PLATE 6 0 J ASSOCIATES LOG OF BORING Project: Northside II 48-inch Water Main Phase 1-Part 2 Project No.: DG1215260.1 Boring No.: BP-18 Drill Date: 6/18/2014 Elevation: Groundwater during drilling: Dry Northing: -- Station: -- Groundwater after drilling: Dry Easting: -- Offset: -- W ELEV. SOIL SYMBOLS z W SHEAR STRENGTH,TSF DEPTH, SAMPLER SYMBOLS SOIUROCK CLASSIFICATION U w Z LL <o U —�—k�i� a N ° 0.5 1.0 1.5 2.0 FEET AND FIELD TEST DATA Z o MOISTURE O CONTENT,% PLASTIC LIMIT f -1 LIQUID LIMIT 0 0 10 20 30 40 50 70 80 90 . gray .............. FAT CLAY(CFI),soft to}iarci,brown and gray,with limestone seams 92 .27 5 5 91 100 (8/6")-(7/8") I 85 105 \ 10 -10 (6/6")-(6/6') 1 1 1 1 15 -15 109 v r c� = zo 20 102(8/8")-(4/6") a ——————————————————————— C9 w x a N_ 0 O U' Z 25 1 -25 Shear Types: •= Hand Penet. ■=Torvane A= Unconf. Comp. CIE= UU Triaxial J_ O o See Plate 3 for boring location. PLATE 7 0 J ASSOCIATES LOG OF BORING Project: Northside II 48-inch Water Main Phase 1-Part 2 Project No.: DG1215260.1 Boring No.: BP-19 Drill Date: 6/18/2014 Elevation: Groundwater during drilling: Dry Northing: -- Station: -- Groundwater after drilling: Dry Easting: -- Offset: -- ELEV. SOIL SYMBOLS z w SHEAR STRENGTH,TSF DEPTH, SAMPLER SYMBOLS SOIL/ROCK CLASSIFICATION U)C> Z� <c> W U a }a 0.5 1.0 1.5 2.0 FEET AND FIELD TEST DATA z o i 1-MOISTURE O CONTENT,% PLASTIC LIMIT t I LIQUID LIMIT 0 .0 10 20 30 40 50 70 80 90 SANDY CLAY(CL),stiff to i.ard,brown,with,,,,,,,,,,,,,,, limestone seams(possible fill) 70 109 r i ........................................................................ FAT CLAY(CH),stiff,dark gray • O 5 -5 ...................................................................... (50/4" ") LIMESTONE,tan,weathered ........................................................................ 10 -10 FAT CLAY(CH),soft to very stiff,reddish brown and (s/s")-(s/s^) gray 15 -15 105 v \ F- 107 a ——————————————————————— w a1 a N Z 25 1 .25 Shear Types: 0= Hand Penet. ■=Torvane A= Unconf. Comp. CIE= UU Triaxial _J p o See Plate 3 for boring location. PLATE 8 0ElmJ ASSOCIATES LOG OF BORING Project: Northside II 48-inch Water Main Phase 1-Part 2 Project No.: DG1215260.1 Boring No.: BP-20 Drill Date: 7/23/2014 Elevation: Groundwater during drilling: Dry Northing: -- Station: -- Groundwater after drilling: Dry Easting: -- Offset: -- ELEV. SOIL SYMBOLS LU Z w 0) SHEAR STRENGTH,TSF DEPTH, SAMPLER SYMBOLS SOIL/ROCK CLASSIFICATION Uo wU )K a N }IL0.5 1.0 1.5 2.0 FEET AND FIELD TEST DATA z o MOISTURE O CONTENT,% PLASTIC LIMIT F LIQUID LIMIT 0 0 ... .. ............................................. 10 20 30 40 50 60 70 80 90 -=- ��9"of Asphaltic Concrete 9"of Base . ....:................................................................. FAT CLAY(CH),very soft to very stiff,grayish brown to reddish brown • I 1 5 -5 (3/6")-(3/6") I 83 103 \\ 10 -10 (18/6")-(14/6") 15 -15 105 ........................................................................ SHALEY CLAY(CH),stiff to very stiff,dark gray, laminated 20 -20 (10/6"){12/6") 25 -25 (12/5"}(15/6") O 0 C9 a W 30 30 (16/6")-(30/6") ——————————————————————-- x a m N_ L) O Z 35 35 Shear Types: 0= Hand Penet. ■=Torvane A= Unconf. Comp. X= UU Triaxial J 0 o See Plate 3 for boring location. PLATE 9 0 J ASSOCIATES LOG OF BORING Project: Northside II 48-inch Water Main Phase 1-Part 2 Project No.: DG1215260.1 Boring No.: BP-21 Drill Date: 7/23/2014 Elevation: Groundwater during drilling: Dry Northing: -- Station: -- Groundwater after drilling: Dry Easting: -- Offset: -- W } ELEV. SOIL SYMBOLS ?W <n SHEAR STRENGTH,TSF DEPTH, SAMPLER SYMBOLS SOIL/ROCK CLASSIFICATION (n0 o W 0a N o a 0.5 1.0 1.5 2.0 FEET AND FIELD TEST DATA z o MOISTURE O CONTENT,% PLASTIC LIMIT II LIQUID LIMIT 0 0 10 20 30 40 50 60 70 80 90 === 9iP of Asphaltic Concrete ..-- ...................................................................... FAT CLAY WITH SAND(CH)very soft to very stiff, grayish brown to tan,trace gravel 5 -5 (3/6"}(4/6") 82 i 78 109 ........................................................................ SHALEY FAT CLAY(CH)soft to very stiff,dark gray, laminated 15 -15 97 101 41 20 -20 (8/6")(11/6") 25 -25 n 30-30 F- 0 c� x a C9 w (7/6")-(11/6") ------------------------ a N_ Z 35 -15 Shear Types: •= Hand Penet. ■=Torvane A= Unconf. Comp. X= UU Triaxial _J Cn o See Plate 3 for boring location. PLATE 10 0 J ASSOCIATES LOG OF BORING Project: Northside II 48-inch Water Main Phase 1-Part 2 Project No.: DG1215260.1 Boring No.: BP-22 Drill Date: 6/18/2014 Elevation: Groundwater during drilling: Dry Northing: -- Station: -- Groundwater after drilling: Dry Easting: -- Offset: -- ELEV. SOIL SYMBOLS ?w SHEAR STRENGTH,TSF DEPTH, SAMPLER SYMBOLS SOIUROCK CLASSIFICATION o W 0 o T*=„� a N a 0.5 1.0 1.5 2.0 FEET AND FIELD TEST DATA Z MOISTURE O CONTENT,% PLASTIC LIMIT I LIQUID LIMIT 0 o 10 20 30 40 50 60 70 80 90 CLAYEY SANb'(SC),•brown(possibie fili) 48 ........................................................................ FAT CLAY WITH SAND(CH),soft to very stiff, reddish brown,with limestone fragments 92 5 -5 - lot 82 97 10 -10 \ 15 -15 102 v 20 20 (10/6"}(16/6") a ——————————————————————— C9 w 2 a N_ I7 0 z Z 25 -25 Shear Types: •= Hand Penet. ■=Torvane A= Unconf. Comp. CIE= UU Triaxial O o See Plate 3 for boring location. PLATE 11 c� 0 J ASSOCIATES LOG OF BORING Project: Northside II 48-inch Water Main Phase 1-Part 2 Project No.: DG1215260.1 Boring No.: BP-23 Drill Date: 6/19/2014 Elevation: Groundwater during drilling: Dry Northing: -- Station: -- Groundwater after drilling: Dry Easting: -- Offset: -- ELEV. SOIL SYMBOLS z w SHEAR STRENGTH,TSF DEPTH, SAMPLER SYMBOLS SOIL/ROCK CLASSIFICATION U)0 Z LL Qo pd a N 0.5 1.0 1.5 2.0 FEET AND FIELD TEST DATA z MOISTURE O CONTENT,°/u PLASTIC LIMIT I I LIQUID LIMIT 10 20 30 40 50 60 70 80 90 0 0 1Y of Asphaltic Concrete -- ........................................................................ SANDY CLAY(CL),soft to hard,reddish brown with trace limestone layers at 10 feet 95 \ \ \ 51 t 10 10 (50/1.25")-(50/ .25") i i t I i i i i i i 15 -15 (8/6")-(13/6") I i a i i 20 20 107 (18/6")-(290) a' ——————————————————————— w a x a N_ Z 25 -25 Shear Types: •= Hand Penet. ■=Torvane A= Unconf. Comp. CIE= UU Triaxial t J O o See Plate 3 for boring location. PLATE 12 0 J ASSOCIATES LOG OF BORING Project: Northside II 48-inch Water Main Phase 1-Part 2 Project No.: DG1215260.1 Boring No.: BP-24 Drill Date: 6/19/2014 Elevation: Groundwater during drilling: Dry Northing: -- Station: -- Groundwater after drilling: Dry Easting: -- Offset: -- ELEV. SOIL SYMBOLS 0> Z w Fn SHEAR STRENGTH,TSF DEPTH, SAMPLER SYMBOLS SOIUROCK CLASSIFICATION U)0 W U 0 X a N }n 0.5 1.0 1.5 2.0 FEET AND FIELD TEST DATA Z MOISTURE O CONTENT, PLASTIC LIMIT I LIQUID LIMIT 0 0 10 20 30 40 5 60 70 80 90 CLAY NVITIi§ANDAND GRAVEL.,-dark brown... (possible fill) O FAT CLAY,very soft to stiff,brown and gray 104 \ L 5 5 (2/6"}(2/6") ................................ stiff SANDY CLAY(CL)soft to very ,brown to reddish brown,with limestone fragments at 10 feet I 51 j 10 -10 / / / / 15 -15 103 \ \ v \ n \ 0 20 20 (12/6")-(17/6") q w x a V N_ C7 O Z 25 -25 Qf Shear Types: •= Hand Penet. ■=Torvane A= Unconf. Comp. CIE=UU Triaxial ED o See Plate 3 for boring location. PLATE 13 0 J ASSOCIATES LOG OF BORING Project: Northside 11 48-inch Water Main Phase 1-Part 2 Project No.: DG1215260:1 Boring No.: BP-25 P Drill Date: 6/19/2014 Elevation: Groundwater during drilling: 13.3 feet Northing: -- Station: -- Groundwater after drilling: 13 feet Easting: -- Offset: -- ELEV. SOIL SYMBOLS z W SHEAR STRENGTH,TSF DEPTH, SAMPLER SYMBOLS SOIUROCK CLASSIFICATION aio w� a N }a 0.5 1.0 1.5 2.0 FEET AND FIELD TEST DATA z p MOISTURE O CONTENT,% PLASTIC LIMIT I LIQUID LIMIT 0 0 10 20 30 40 50 60 70 80 90 . . . . . .......................................................... -SANI)l'CLAY,soft to very stiff,brown with organics, 7/6"-8/6%8/6" gravel and limestone(possible fill) 52 2/6"-1/6"-2/6" ...................................................................... 5 -5 LEAN CLAY(CL),soft to stiff,brown and gray,with (5/6")-(6/6") gravel and limestone traces 10 -10 (8/6"}(17/6") 15 -15 (9/6"}(8/6") ........................................................................ SHALEY FAT CLAY(CH),stiff to hard,dark gray, laminated 20 -20 25 -25 (48/6")-(50/4") r=. 30-30 0 0 a w (50/2")-(50/3") x a N_ z Of 35 Shear Types: 0= Hand Penet. ■=Toivane A= Unconf. Comp. CIE= UU Triaxial 0 o See Plate 3 for boring location. PLATE 14 0 0 J ASSOCIATES LOG OF BORING Project: Northside II 48-inch Water Main Phase 1-Part 2 Project No.: DG1215260.1 Boring No.: BP-26 Drill Date: 6/20/2014 Elevation: Groundwater during drilling: Dry Northing: -- Station: -- Groundwater after drilling: Dry Easting: -- Offset: -- ELEV. SOIL SYMBOLS c7> w N SHEAR STRENGTH,TSF DEPTH, SAMPLER SYMBOLS SOIL/ROCK CLASSIFICATION W0 zt to o W 0- a N }n 0.5 1.0 1.5 2.0 FEET AND FIELD TEST DATA z a MOISTURE O CONTENT,% PLASTIC LIMIT F— 1 LIQUID LIMIT 0 0 10 20 30 40 50 60 70 80 90 . ................................................. .... .• .• CLAYEY SAND(SC),medium dense,brown,with•��•���•• 10/6"-16/6"-18/ "limestone seams(possible fill) 40 ° FAT CLAY(CFIj,stiff to very stiff,.reddish.mown and..... gray \ 5 -5 (21/6"}(30/6") \ 113 \ \ 10 -10 ......................................................................... (50/5")-(50/4') SHALE(CH),soft,dark gray,weathered 15 15 a n F- 20 -20 (50/5.75")-(50/ ") a ——————————————————————— C9 w 0 a N_ U' O 0 Z 25 -25 Shear Types: •= Hand Penet. ■=Torvane A= Unconf. Comp. X= UU Triaxial J 0 o See Plate 3 for boring location. PLATE 15 0 J ASSOCIATES LOG OF BORING Project: Northside II 48-inch Water Main Phase 1-Part 2 Project No.: DG1215260.1 Boring No.: BP-27 Drill Date: 6/20/2014 Elevation: Groundwater during drilling: Dry Northing: -- Station: -- Groundwater after drilling: Dry Easting: -- Offset: -- w ELEV. SOIL SYMBOLS z W SHEAR STRENGTH,TSF DEPTH, SAMPLER SYMBOLS SOIL/ROCK CLASSIFICATION U)o w0 a N }a 0.5 1.0 1.5 2.0 FEET AND FIELD TEST DATA z p MOISc I-TURE O CONTENT,% PLASTIC LIMIT I LIQUID LIMIT 0 0 .......................................................... 10 20 30 40 50 60 70 80 90 CLAY,sandy,fat,brown,with limestone deposits.......... (possible fill) ........................................................................ 50/3" LIMESTONE,tan,weathered 5 5 (5011.25")-(50/ .25") LEAN CLAY(CL),very stiff to hard,brown,with limestone deposits 10 10 (35/6")-(30/6") 15 -15 ................... 109 (31l6")-(42/6") •SHALE,soft,darkgray,•highlyweathered n o O = 20 -20 (44/6")-(50/4.7 ") a ——————————————————————— C� w a x a N C9 0 0 0 2Shear Types: •= Hand Penet. ■=Toivane ♦= Unconf. Comp. X= UU Triaxial J O o See Plate 3 for boring location. PLATE 16 o I ip J ASSOCIATES LOG OF BORING Project: Northside 1148-inch Water Main Phase 1-Part 2 Project No.: DG1215260.1 Boring No.: BP-28 Drill Date: 6/20/2014 Elevation: Groundwater during drilling: Dry Northing: -- Station: -- Groundwater after drilling: Dry Easting: -- Offset: -- ELEV. SOIL SYMBOLS z W SHEAR STRENGTH,TSF DEPTH, SAMPLER SYMBOLS SOIUROCK CLASSIFICATION o W a N }a 0.5 1.0 1.5 2.0 FEET AND FIELD TEST DATA a z o MOISTURE O CONTENT,% PLASTIC LIMIT Ii LIQUID LIMIT 0 0 10 30 40 50 60 70 80 90 ...................................................... .. .. FAT CLAY,soft to very stiff,reddish brown and gray, \ with limestone seams 5 102 103 10 -10 SHALE,soft,dark gray,highly weathered 15 -15 (20/6")-(23/6") v n F- 0 t7 = zo zo (26/6")-(29/6") a ——————————————————————— C9 w a N_ (7 , (7 Z 25 -25 Shear Types: •= Hand Penet. ■=Torvane A=Unconf. Comp. CIE= UU Triaxial In J_ O o See Plate 3 for boring location. PLATE 17 0 J ASSOCIATES LOG OF BORING Project: Northside 1148-inch Water Main Phase 1-Part 2 Project No.: DG1215260.1 Boring No.: BP-29 Drill Date: 6/20/2014 Elevation: Groundwater during drilling: Dry Northing: -- Station: -- Groundwater after drilling: Dry Easting: -- Offset: -- W ELEV. SOIL SYMBOLS ?w SHEAR STRENGTH,TSF DEPTH, SAMPLER SYMBOLS SOIUROCKCLASSIFICATION v�io WU 0—G—�c—)K a N r a 0.5 1.0 1.5 2.0 FEET AND FIELD TEST DATA o O z o MOISTURE O CONTENT,°/0 PLASTIC LIMIT I LIQUID LIMIT 0 0 ............... ................ ..... — 10 20 30 40 50 60 70 80 90 6 of Asphalt ........................................................................ 01 10"of Base ...............................................................:...... FAT CLAY(CH),soft to very stiff,brown and gray 95 5-5 103 e..ath........ered................. SHALE,soft to hard,gray,highly w 10 -10 (31/6"-(41/6") 103 � 15 -15 (50/1")-(50/1.7 ") v 0 0 20 20 (35/6")-(50/5") a ——————————————————————— w a N_ 0 O 0 2Shear Types: = Hand Penet. ■=Torvane A= Unconf. Comp. CIE=UU Triaxial J_ o See Plate 3 for boring location. PLATE 18 c� 0 ASSOCIATES LOG OF BORING Project: Northside II 48-inch Water Main Phase 1-Part 2 Project No.: DG1215260.1 Boring No.: BP-30 Drill Date: 6/24/2014 Elevation: Groundwater during drilling: Dry Northing: -- Station: -- Groundwater after drilling: Dry Easting: -- Offset: — ELEV. SOIL SYMBOLS SHEAR STRENGTH,TSF DEPTH, SAMPLER SYMBOLS SOIL/ROCKCLASSIFICATION U)o Z" <o W 0- 0—t—* ic- a N }a 0.5 1.0 1.5 2.0 FEET AND FIELD TEST DATA a z o MOISTURE O CONTENT,% PLASTIC LIMIT [ . LIQUID LIMIT 0 o 12"of.....A..sp:ha.lt....................................... .............. 10 20 30 40 50 60 70 80 90 .... . .......... ..... ................................................ FAT CLAY(CH),very soft to very stiff,brown and tan,with limestone seams,with sand at 7 feet I. • I 88 5 -5 94 78 10 -10 .................................................... SHALE,hard to very hard,dark gray,weathered 15 -15 (50/0.75")-(50/(.75") 20-20 n 0 x ----------------------- w a a m N .0 C7 Z 25 -25 Shear Types: •=Hand Penet. ■=Torvane = Unconf. Comp. CIE= UU Triaxial J_ O o See Plate 3 for boring location. PLATE 19 0 J ASSOCIATES LOG OF BORING Project: Northside II 48-inch Water Main Phase 1-Part 2 Project No.: DG1215260.1 Boring No.: BP-31 Drill Date: 6/24/2014 Elevation: Groundwater during drilling: Dry Northing: -- Station: -- Groundwater after drilling: Dry Easting: -- Offset: -- UJ ELEV. SOIL SYMBOLS z w U) SHEAR STRENGTH,TSF U. DEPTH, SAMPLER SYMBOLS SOIUROCK CLASSIFICATION n o W 0 —0—r—A X a$ }a 0.5 1.0 1.5 2.0 FEET AND FIELD TEST DATA o O z O MOISTURE O CONTENT,% PLASTIC LIMIT I LIQUID LIMIT 0 0 10 20 30 40 50 70 80 90 SANDY CLAY,brown,with limestone 11 56 O .............................................................. Limestone,highly weathered,tan 5 5 (42/6")-(38/6") with clay layers 6'-10' 10 -10 ..... ... ... .. . . . .. ..................... (22/s"X27/6") SIiALE,soft,highly weathered,dark gray 7/6"-15/6"-23/6 15 -15 (50/6")-(50/5") v F- 0 c? = 20 -20 (50/5.75")-(50/ 25") a ——————————————————————— w a a m N_ 0 O f7 0 2Shear Types: •= Hand Penet. ■=Torvane A= Uncont Comp. CIE= UU Triaxial J 0 o See Plate 3 for boring location. PLATE 20 0 J ASSOCIATES LOG OF BORING Project: Northside II 48-inch Water Main Phase 1-Part 2 Project No.: DG1215260.1 Boring No.: BP-32 Drill Date: 6/24/2014 Elevation: Groundwater during drilling: Dry Northing: -- Station: -- Groundwater after drilling: Dry Easting: -- Offset: -- ELEV. SOIL SYMBOLS ?w U) SHEAR STRENGTH,TSF DEPTH, SAMPLER SYMBOLS SOIUROCK CLASSIFICATION n o W 0 a N r a 0.5 1.0 1.5 2.0 FEET AND FIELD TEST DATA o C' of Z 0 MOISTURE O CONTENT,% PLASTIC LIMIT I LIQUID LIMIT 0 0 ... . . ...................................................... 10 20 30 40 50 70 80 90 FAT CLAY(CH),soft to hard,brown and reddish brown 89 -with limestone traces 0'-6' I I i 5 101 A (7/6")-(9/6") -with calcareous nodules 6'-14' 1 1 1 .59 102 10 -10 (8/6"}(12/6") kill 1 I 1 1 1 1 15 15 98 SFIAIE,soft to hard,highly weathered,rlarfc'gray... v .38 20 -20 113 _ (25/6")-(50/1.2 ") ----------------------- w a N_ l7 Z 25 -25 Shear Types: •= Hand Penet. _■=Torvane A=Unconf. Comp. CIE= UU Triaxial J O o See Plate 3 for boring location. PLATE 21 0 J ASSOCIATES SOIL SYMBOLS SAMPLER TYPES Soil Types . Thin Wailed Z No Recovery 8 Shelby Tube A Clay Silt Sand Gravel ® Split Barrel Auger Modifiers FA ® D M U Liner Tube i, Jar Sample Clayey Silty Sandy Cemented Construction Materials WATER LEVEL SYMBOLS Groundwater measured after drilling 4 n n n n operations Asphaltic Stabilized Fill or Portland z Groundwater measured during drilling Concrete Base Debris Cement — operations Concrete SOIL GRAIN SIZE Particle Size or Sieve Classification Particle Size No.(U.S.Standard) Clay <0.002 mm <0.002 mm Silt 0.002-0.075 mm 0.002 mm-#200 sieve Sand 0.075-4.75 mm #200 sieve-#4 sieve Gravel 4.75-75 mm #4 sieve-3 in. Cobble 75-200 mm 3 in.-8 in. - - Boulder >200 mm >8 in. DENSITY OF COHESIONLESS SOILS CONSISTENCY OF COHESIVE SOILS Penetration Consistency Undrained Shear Penetration Descriptive Resistance"N"* Strength(tsf) Resistance"N" Term Blows/Foot (Blows/ft Very Soft 0-0.125 <2 Very Loose 0-4 Soft 0.125-0.25 2-4 Loose 4-10 Firm 0.25-0.5 4-8 Medium Dense 10-30 Stiff 0.5—1.0 8-15 Dense 30-50 Very Stiff 1.0—2.0 15-30 Very Dense >50 Hard >2.0 >30 PENETRATION RESISTANCE #-#-# Blows required penetrating each of three consecutive 6-inches per ASTM D-1586* 50/4" If more than 50 blows are required,driving is discontinued and penetration at 50 blows is noted (4/6") Texas Cone Penetration blows required penetrating each of two consecutive 6-inches per TEX-132-E *The N value is taken as the blows required to penetrate the final 12 inches TERMS DESCRIBING SOIL STRUCTURE Slickensided Fracture planes appear polished or Intermixed Soil sample composed of pockets of glossy,sometimes striated different soil type and laminated or Fissured Breaks along definite planes of fracture stratified structure is not evident with little resistance to fracturing Calcareous Having appreciable quantities of calcium Inclusion Small pockets of different soils,such carbonate as small lenses of sand scattered Ferrous Having appreciable quantities of iron through a mass of clay Nodule A small mass of irregular shape Parting Inclusion less than 1/4 inch thick extending through the sample Seam Inclusion 1/4 inch to 3 inches thick s7mi--1 7 Fay Si.zso Dille,TX 752i7 extending through the sample 21"794YMP6 21"78-OM F. Layer Inclusion greater than 3 inches thick nssoclnT�s extending through the sample Laminated Soil sample composed of alternating FKEY TO TERMS AND SYMBOLS partings of different soil type USED ON BORING LOGS Stratified Soil sample composed of alternating seams or layers of different soil type PROJECT NO.: DRAWING NO.: DG-12-15260.1 PLATE 22A ROCK TYPES SAMPLER TYPES Limestone E9 Shale Sandstone , Thin-Walled Rock Core Tube Weathered = Weathered Weathered ® Standard Auger Sample Limestone Shale Sandstone Penetration ZiA Test Highly Dolomite Granite THD Cone Bag Sample Weathered Penetration Limestone --_® Test HARDNESS SOLUTION AND VOID CONDITIONS very soft Can be carved with a knife,broken with finger pressure, or Ucs less than 30 tsf soft Can be gouged or grooved readily with a knife, Void Interstice; a general term for pore space or UCS between 30 and 100 tsf or other openings in rock. Moderately Hard Can be scratched easily with a knife,or UCS between 100 and 250 tsf Hard Can be scratched rarely with a knife,or UCS greater than 250 tsf Cavities Small solutional concavities. Very Hard Cannot be scratched with a knife vuggy Containing small cavities,usually lined WEATHERING GRADES OF ROCKMASS(1) with a mineral of different composition from that of the surrounding rock. Slightly Discoloration indicates weathering of rock material Vesicular Containing numerous small, unlined and discontinuity surfaces. cavities,formed by expansion of gas bubbles or steam during solidification of Moderately Less than half of the rock material is decomposed the rock: - - or disintegrated to a soil. Porous Containing pores, interstices,or other Highly More than half of the rock material is decomposed openings which may or may not or disintegrated to a soil. interconnect. Completely All rock material is decomposed and/or Cavernous Containing cavities or caverns,sometimes disintegrated into soil. The original mass structure quite large. Most frequent in limestones is still largely intact. and dolomites. Residual Soil All rock material is converted to soil. The mass structure and material fabric are destroyed. JOINT DESCRIPTION SPACING INCLINATION SURFACES Very Close <2" Horizontal 0-5 Slickensided Polished,grooved Close 2"-12" Shallow 5-35 Smooth Planar Medium Close 12"-3' Moderate 35-65 Irregular Undulating or granular Wide >3' Steep 65-85 Rough Jagged or pitted Vertical 85-90 REFERENCES: BEDDING THICKNESS(2) (1) British Standard (1981)Code of Practice for Site Investigation, Very Thick >4' BS 5930. Thick 2'-4' Thin 2"-2' (2)The Bridge Div.,Tx. Highway Dept.Foundation Exploration& Very Thin 1/2"-2" Design Manual, 2nd Division, revised June, 1974. Laminated 0.08"-1/2" Thinly Laminated <0.08" Information on each boring log is a compilation of subsurface 8701j,h"a,p F ys"i"2M conditions and soil and rock classifications obtained from the 221"7&RM Ph field as well as from laboratory testing of samples. Strata have '9.OT 2t+67sozsP•. been interpreted by commonly accepted procedures. The stratum lines on the logs may be transitional and approximate in KEY TO TERMS AND SYMBOLS nature. Water level measurements refer only to those observed USED ON BORING LOGS at the times and places indicated, and may vary with time, geologic condition or construction activity. PROJECT NO.: DG-12-15260.1 DRAWING NO.:PLATE 22B I I ; I j , PA V Tx -r- -- X \ d Tx = PA (I—cos 0) Ty = PA sin 0 T = 2 PA sin 0/2 Ty T A = (90-0/2) {Vhere: T is the resultant force on the bend. Tx is the component of thrust force in x—direction. Tv is the component of thrust force in y—direction. P is the maximum sustained pressure. A is the pipe cross—sectional area. 0 is the bend deflection angle. A is the angle between T and X—axis. V is the fluid velocity. D is the inside diameter of conduit. Sample Calculation: Given: P = 150 psi, D = 1.0' = 12" For: 0 = 90' A = (7TD2) /4 = 113.1 in~ Find: T = 2 PA sin0/2 = 2 x 150 x 113.1 x sin (90 '/2) = 23,299 lb = 24.0 kips Tx = PA (I—cos 0) = 150 x 113.1 x (1—cos 90o) = 16,969 lb = 17.0 kips T = PA sin 0= 150 x 113.1 x sin (90°) y = 16,969 lb = 17.0 kips "0'John C.pcn Fwy Suite 250 Diliu,lY 752S7 214b78-01n Ph 21"78=Fa: ASSOCIAi CS DATE:9/9/14 APPROVED BY: PREPARED BY: JP RE THRUST FORCE ACTING ON A BEND PROJECT NO.: DRAWING NO.: DG-12-15260.1 PLATE 23 mcli w a a w n O Z m co J"of 1 O CO a v r _ a W •-� O 0 �>o N Ln co 3 an N x�P. 0 0 A nn FG a •-� o ° z. o p, W W Q o C o c? n2 \ O 0 4 Z iL x + x + x x x o m v ICJ to y Cl2 Cat E p N nD 0 0 �` Q 0.) co T o 0 cz \ � suil co I i .b v U a ,5 ¢ a II vCIO >0 �n co b� U 0 c co O u° to A o nun u a) 3 r w u 0) m �0 O O Nco cz ,Q u u Y L. co co a i/ p o a� a ^c� 0 I�I w a ro a`n ca to> bD nn 0tb 9 s y .° x v o� -0 O y Zij�) q as U Q iG s • W F 0 z P 1 P2 P2 W P3 P3 For P4 Dw < H PI = 7Dw+(H—D`v)(7-7w)+Ps +(H—DIV)7w P2 H [7D`v+(H—Djv)(7-7`v)+Ps]Ko+(H—Dw)7Fv__ P3 = [7Dw+(H+W—Dw)(7-7w)+PJKo+(H+W—Dw)7yv P4 = 7 Dw+(H+W—D`v)(7—7w)+Ps+(H+W—D`v)7`v For Where H < Dw < H+W P1 , P2 , P3 = Pressure imposed on pipe, psf PI = H7+Ps D`V = Depth of groundwater, feet H = Depth of top of pipe P2 = (7H+Ps )KO from ground surface, feet P3 = [7Dw+(H+W—Djv)(7-7w)+PjlKo+(H+W—Dw)7,v IV = Diameter of pipe, feet 7 = Total Unit weight of soil, pcf P4 = 7D}V+(H+W—Dw)(7-7w)-1Pst(H+W—D`V)7w 7w = Unit weight of water, pcf For Ps = Surcharge load, psf Ko = Coefficient of D > (H+W) earth pressure, (1.0 for clays �' — and 0.5 for sands) P I = H 7+Ps P2 = (7 H+Ps )Ko P3 = [(H+W)7+Ps]Ko P4 = (H+W)7+Ps 8701 John C,T—a Fn Suite 250 DA➢ T%75247 '14-68-=Ph 214-6784=Pax ASSOGIAT ES DATE:9/9/14 APPROVED BY: PREPARED BY: JP RE RIGID PIPE LOADS PROJECT NO.: DRAWING NO.: DG-12-15260.1 PLATE 25 APPENDIX A. SUMMARY OF LABORATORY TESTING RESULTS Percent Soil Shear Finer Moisture Dry Shear Str. Liquid Plastic Unit Borehole Depth PI Than Content Strength (Pkt Limit Limit u Weight #200 (/o) UC,Su Pen) Sieve (Pco (tsf) (tsf) BP-15 1 34 3.8 BP-15 2 1.5 BP-15 3 56 15 41 19.3 BP-15 4 51 15 36 18.3 110.2 5.91 1.5 BP-15 14 1.5 BP-15 14.5 24.1 BP-15 19 1.17 BP-15 19.5 60 16 44 24.7 103.7 0.93 BP-16 P 1.5 1.17 BP-16 P 3 1 BP-16 P 3.5 42 15 27 71 19.7 113.37 1.64 BP-16 P 6 0.5 BP-16 P 7.5 63 27.6 BP-16 P 14 0.67 BP-16 P 14.5 65 19 46 25.1 103.92 0.96 BP-16 P 19 1.5 BP-16 P 19.5 22.9 107.89 2.01 BP-16 P 24 1.5 BP-16 P 29 1.5 BP-16 P 29.5 12.7 BP-17 P 0 1.5 BP-17 P 1 76 22.1 BP-17 P 2 0.67 BP-17 P 3 45 17 28 26.8 100.9 1.08 BP-17 P 4 0.67 BP-17 P 7 14.9 BP-17 P 8 1 BP-17 P 9 23 102.3 0.92 BP-17 P 14 1 BP-17 P 14.5 23.9 BP-17 P 19 1.5 BP-17 P 19.5 48 18 30 21.9 106.4 0.81 BP-17 P 24 1.5 BP-17 P 24.5 23.1 8701 John C.T-,Fay SW,.250 MU.s,TX752s7 21"78-M7 Ph • ASSOCIATES 21"78-0226 r- 7PREPARED DATE:9/9/14 APPROVED BY: SUMMARY OF LAB TEST RESULTS(cont...) Northside II 48-inch Water Main Phase 1-Part 2 PROJECT NO.: DRAWING NO.: DG-12-15260.1 Plate A-I Percent Dry Soil Shear Liquid Plastic Unit Finer MoistureShear Str. Borehole Depth PI Than Content Strength (Pkt Limit Limit o(/o) Weight #200 UC,Su Pen) Sieve (pcf) (tsQ (tsf) BP-17 P 29 1.5 BP-17 P 29.5 18.4 BP-18 0 1.5 BP-18 2 1.5 BP-18 3 63 18 45 92 22.4 BP-18 4 1.17 BP-18 4.5 91 21.3 99.7 4.27 BP-18 6 1.17 BP-18 8 1 BP-18 9 54 17 37 85 21.5 105.1 1.78 BP-18 14 1.5 BP-18 14.5 60 17 43 19.4 109.1 1.1 BP-18 19 1.5 BP-18 19.5 63 18 45 23.1 102.4 1.49 BP-19 0 1.5 BP-19 1 _ _.__ _ 70 17 109.1 2.09 BP-19 2 0:83 BP-19 3 64 22 42 36.8 BP-19 4 0.67 BP-19 4.5 34.6 BP-19 14 0.83 BP-19 14.5 56 24 32 22.9 104.9 1.1 BP-19 19 1.5 BP-19 19.5 21.2 106.8 0.95 BP-20 1.5 1.5 BP-20 3 1.17 BP-20 3.5 27.6 BP-20 6 1 BP-20 7 54 18 36 83 26.6 102.84 0.94 BP-20 8 1.5 BP-20 14 1.5 BP-20 14.5 58 19 39 24.4 104.5 1.33 BP-20 19 1.5 BP-20 24 1.5 8701 John C.,p-,Fvy Suite 2.50 D.Uss TX 75247 214678-0227 Ph ASSOCIATES 21"78-028 F.. DATE:9/9/14 APPROVED BY: PREPARED BY: JP RE SUMMARY OF LAB TEST RESULTS(cont...) Northside II 48-inch Water Main Phase 1-Part 2 PROJECT NO.: DRAWING NO.: DG-12-15260.1 Plate A-II Percent D Soil Shear Liquid Plastic Finer Moisture ty Unit Shear Sir. Borehole Depth PI Than Content Strength (Pkt Limit Limit u Weight #200 (/o) UC,Su Pen) Sieve (pco (tst) (tsl) BP-20 24.5 23.2 BP-20 29 1.5 BP-21 1 1.5 BP-21 2 1 BP-21 4 1 BP-21 4.5 53 17 36 82 24 BP-21 6 1.17 BP-21 8 1.5 BP-21 9 51 18 33 78 23.6 108.82 0.92 BP-21 14 1.5 BP-21 14.5 62 19 43 97 26.6 101.42 1.07 BP-21 19 1.5 BP-21 19.5 23.8 BP-21 24 1.5 BP-21 24.5 22 BP-21 29 1.5 BP-22 2 1 48 28.4 BP-22 4 63 19 44 29.8 91.8 0.81 BP-22 6 0.67 BP-22 8 0.83 BP-22 9 60 19 41 82 28.4 96.7 1 BP-22 14 1.5 BP-22 14.5 63 20 43 23.9 101.8 1.13 BP-22 19 1.5 BP-22 19.5 21.9 BP-23 1 1.5 BP-23 2 43 18 25 19.3 94.9 1.79 BP-23 3 1 BP-23 4 28 BP-23 8 1.5 BP-23 9 29 13 16 51 11.9 BP-23 19 1.17 BP-23 19.5 20.5 106.7 2.49 BP-24 0 1.33 8701 JoM Gqenmr Fuy Seim 250 DA.,TC 7s247 21"1-0227 P, A� 211b78 2 8 Fu DATE:9/9/14 APPROVED BY: PREPARED BY: JP RE SUMMARY OF LAB TEST RESULTS(cont...) Northside II 48-inch Water Main Phase 1-Part 2 PROJECT NO.: DRAWING NO.: DG-12-15260.1 Plate A-III Percent Dry Soil Shear Liquid Plastic Finer Moisture Unit Shear Str. Borehole Depth Limit Limit Weight PI Than Content Strength (Pkt #200 (%) g UC,Su Pen) Sieve- (pcf) (tsf) (tsf) BP-24 1 21.6 BP-24 2 0.5 BP-24 3 55 15 40 21 103.6 0.83 BP-24 4 0.67 BP-24 6 0.5 BP-24 8 1.5 BP-24 9 26 13 13 51 13.1 104.2 0.77 BP-24 14 1 BP-24 14.5 25.3 102.8 1.19 BP-24 19 1.5 BP-25 P 2 52 10.2 BP-25 P 6 0.67 BP-25 P 7 44 17 27 19.9 BP-25 P 8 0.5 BP-25 P 19 1 BP-25 P 19.5 65 22 43 25 BP-25 P 29.5 56 20 36 17.9 BP-26 1 40 13.5 BP-26 4 0.83 BP-26 6 1.17 BP-26 7 59 17 42 18.8 112.5 0.82 BP-26 8 1.5 BP-26 9 61 21 40 20.2 BP-27 1 59 17 42 8.7 BP-27 7 20.5 BP-27 14 1.5 BP-27 14.5 38 21 17 20.6 109 2.04 BP-27 19 1.5 BP-27 19.5 16.6 BP-28 0 0.5 BP-28 1 56 17 39 22.1 BP-28 2 0.83 BP-28 4 1.5 BP-28 4.5 58 18 40 35.3 102.2 1.03 8701 John C,pcn Fn Sage 250 D.U.,TS 75247 214-678-OM Ph ,. 214 7&OM Fax DATE:9/9/14 APPROVED BY: PREPARED BY: JP RE SUMMARY OF LAB TEST RESULTS(coot...) Northside II 48-inch Water Main Phase 1-Part 2 PROJECT NO.: DRAWING NO.: DG-12-15260.1 Plate A-IV Percent Soil Shear Finer Moisture Dry Shear Str. Liquid Plastic Unit Borehole Depth PI Than Content Strength (Pkt Limit Limit Weight #200 (o/o) UC,Su Pen) Sieve �c� (tsl) (tsl) BP-28 6 1.5 BP-28 8 1.17 BP-28 9 66 20 46 22.6 102.6 1.14 BP-28 14 1.5 BP-28 14.5 20.1 BP-28 19 1.5 BP-29 1.3 0.5 BP-29 2 1 BP-29 3 53 22 31 95 24.9 BP-29 4 1 BP-29 6 0.5 BP-29 7 56 18 38 23 102.9 1.01 BP-29 8 1.33 BP-29 14 0.5 BP-29 14.5 21.8 102.7 1.33 BP-30 1 0.67 BP-30 2 0.67 BP-30 3 58 19 39 88 20.8 BP-30 4 0.5 BP-30 4.5 29.7 94.2 0.48 BP-30 6 1.5 BP-30 7 60 18 42 78 15.6 BP-30 1 8 1 1.5 BP-30 9 18.5 BP-30 14 1 BP-30 14.5 18.2 BP-31 0 1.5 BP-31 1 56 13.6 BP-32 0 1.5 BP-32 1 89 16.1 BP-32 2 1.5 BP-32 4 1.33 BP-32 4.5 61 18 43 22.9 100.8 1.68 BP-32 6 1 8701 John Gip-Fvy Sri.250 MILV DAu TX 75297 A012tJS7S-0227 Ph IASWCIAIES 214478-02?8 Fax DATE:9/9/14 APPROVED BY: PREPARED BY: JP RE SUMMARY OF LAB TEST RESULTS(cont...) Northside II 48-inch Water Main Phase 1-Part 2 PROJECT NO.: DRAWING NO.: DG-12-15260.1 Plate A-V Percent Dry Soil Shear Liquid Plastic Unit Finer MoistureShear Str. Borehole Depth Limit Limit PI Than Content Weight Strength (Pkt #200 (%) g UC,Su Pen) Sieve (Pcf) (tsf) (tsf) BP-32 7 60 16 44 20.4 BP-32 8 1.17 BP-32 9 22.6 102.4 2.59 BP-32 14 1.5 BP-32 14.5 98 20.3 BP-32 19 1.5 BP-32 19.5 18.5 113.2 3.38 Total number of 41 41 41 24 80 37 37 98 tests: 870t John Caq--Fcy Suite 250 D.U. TX 75247 214-678-0227 Ph ASSOCIATES 213fi78-02--.,8 F.. DATE:9/9/14 APPROVED BY: PREPARED BY: JP RF- SUMMARY OF LAB TEST RESULT'S Northside II 48-inch Water Main Phase 1-Part 2 PROJECT NO.: DRAWING NO.: DG-12-15260.1 I Plate A-VI APPENDIX B 5 OSHA TABLE B-1 SLOPE CONFIGURATIONS B-1.2 Esccasation-.Made in Tvpe B Soil I.All simple slope ennt-ations 20 feet or less in depth shall have a wimmimim allulumble slope of 1:1- T0' Nsx. t 1 S'id@IIE SLOPE 2 AIL benchedamr=atium 23&eetoz less indepth shall ham a maximum aIIowable slope of to and madm>an trench alirr mic- a as follow-- This 6tweb ttlawd to eallessvo *oil only. IQ, Ksx 4• F ♦ F %UG LE BENCH LU(A b+ach i11v..ed is C4%liLVC ■oLt ae1), F' ! ao' w:. �f 44 _-1 f 8701 John Cvp--Fay Seim 250 D.H.,TX 75247 -14-679-0227 Ph ASSEICIATEt 214fi78-IY"'�B Fai DATE:9/9/14 APPROVED BY: PREPARED BY: JP I RE OSHA TABLE B-1 SLOPE CONFIGURATIONS TYPE B SOILS(CONT...) Northside II 48-inch Water Main Phase 1-Part 2 PROJECT NO.: I DRAWING NO.: DG-12-15260.1 Plate B-I B-1._2 Ewa avz6cne in Type B S61(CCrNT-__,°� 3_fill emr-2zaticm 2f1 feetar Le--sin depth porti w.ill he shAdde d.pug supgorted tD a heightatleastIShwhesabuvethemp•of the rertimi Bide.All sxhesra-Atjamshalt.h ama2 im a1lamable-dupe of Support Or a field *"ten 1 W Nina Matti h,iahr of veryrival side n AII.1 Y QED UrMTEEC IPORT71ON 4Anctherslu+pedexe =unss12111bemawcrdan Y--mthd cthomcp=mpam tmdin ;VPZUR-2fU14 7j. C.,p--Fn Snit<250tnrES DATE:9/9/14 APPROVED BY: PREPARED BY: JP RE OSHA TABLE B-1 SLOPE CONFIGURATIONS TYPE B SOILS(CONT...) Northside II 48-inch Water Main Phase 1-Part 2 PROJECT NO.: DRAWING NO.: DG-12-15260.1 Plate B-II E-1.3 Fear atinns Made in Type C Soil 1-AJI simple sivpe eMCatatians 20 feet OE leers in depth shall have a nasiium allowable slope of 1%1_ 20, t ty SUMMESMFE 2.All e=rzf nm 2D fveetca Tessin.depthu-hi rh h=e uerdmlLvsidr Inver pardons shall be s ielded nr suippazted w a heigbtatlemt rS ink abnrethe top of the mertuclsi de.All w&exrwmbnns shal hwe a masimun allowable slope cf l -r.. Support of shield ssco. 20' Naz. 1� 18" Nin, Total height of veirCiret side VMnCAL SUDED LOWER PCIMON 3.All athez slopedesrrasaaoms shzUbe in amwdmm with the od z mptimns permitted in 1926.6 i3 j6 L 8701 John CaT—,F"S dlm 250 D.O.e,7:r 75247 2t4b78-02-n Ph ASSOCIATFS 21"78-02M F- DATE:9/9/14 APPROVED BY: PREPARED BY: JP RE OSHA TABLE B-1 SLOPE CONFIGURATIONS TYPE C SOILS(CONT...) Northside II 48-inch Water Main Phase 1-Part 2 PROJECT NO.: DRAWING NO.: DG-12-15260.1 Plate B-III 13 IA Exnvati®ns 3 ade in layered Soils L All e=asati om 20 feetor lessin depth made in bwered s ift:.hall.hate a mmzn=211cmihte slope for each lavez as set forth belam E �1 A 1 3(4 BCAME C t 'sus A 1 � 9fs c 0 ;£ 1 c s i c'OVER R 8701 J. C.,p—Fwy Suite 250 imam DA8 TX 75247 2:-78-OZ7 M As—,-s 214L78-0128 Fax DATE:9/9/14 APPROVED BY: PREPARED BY: JP RE OSHA TABLE B-1 SLOPE CONFIGURATIONS MULTI LAYERED SOILS(CONT...) Northside II 48-inch Water Main Phase 1-Part 2 PROJECT NO.: DRAWING NO.: DG-12-15260.1 Plate B-IV B-r 4 EMMad03315 1iade in Lavered SG9].ss 4 4 - BAT t$MM B A 4 Zii 1 SZ.O'N'IIIIi.C f a.�U c er sloped e=2raiians shalt be in accurdanee with the odder cpiiums pox ittesl in NZS.02fh,�L 8701 John Cup--F"Suite 250 D.Uu 7X752f7 _1"78-0227 Ph ASSOCIATES 21"78-0228 Frs DATE:9/9/14 APPROVED BY: PREPARED BY: JP RE OSHA TABLE B-1 SLOPE CONFIGURATIONS MULTI LAYERED SOILS Northside II 48-inch Water Main Phase 1-Part 2 PROJECT NO.: DRAWING NO.: DG-12-15260.1 Plate B-V APPENDIX C RESISTIVITY, SULFATES, CHLORIDES AND PH TEST RESULTS Analytical Report 492444 for HVJ Associates-Dallas Project Manager: Fadi Faraj Northside Pipline DG-12-15260.1 08-SEP-14 Collected By:Client XIENCO ; Laboratories 9701 Harry Hines Blvd,Dallas,TX 75220 Xenco-Houston(EPA Lab code:TX00122): Texas(T104704215-14-16-TX),Arizona(AZ0765),Florida(E871002),Louisiana(03054) New Jersey(TX007),North Carolina(681),Oklahoma(9218),Pennsylvania(68-03610) Xenco-Atlanta(EPA Lab Code:GA00046): Florida(E87429),North Carolina(483),South Carolina(98015),Kentucky(85),DoD(1,10-135) Texas(T104704477),Louisiana(04176),USDA(P330-07-00105) Xenco-Lakeland: Florida(E84098) Xenco-Odessa(EPA Lab code:TX00158): Texas(T104704400-TX) Xenco-Dallas(EPA Lab code:TX01468): Texas(T104704295-TX) Xenco Phoenix(EPA Lab Code:AZ00901):Arizona(AZ0757) Xenco-Phoenix Mobile(EPA Lab code:AZ00901): Arizona (AZM757) Xenco Tucson(EPA Lab code:AZ000989): Arizona (AZ0758) Page 1 of 26 Final 1.000 • Table of Contents Cover Letter 3 'OSWA Case Narrative 5 Summary of Quality control 21 s; Chain of Custody 24 RIE05 - a e Page 2 of 26 Final 1.000 • 08-SEP-14 Project Manager:Fadi Faraj HVJ Associates-Dallas 8701 John Carpenter Fwy. Suite 250 Dallas,TX 75247 Reference: XENCO Report No(s):492444 Northside Pipline Project Address:Fort Worth,TX Fadi Faraj: We are reporting to you the results of the analyses performed on the samples received under the project name referenced above and identified with the XENCO Report Number(s) 492444.All results being reported under this Report Number apply to the samples analyzed and properly identified with a Laboratory ID number. Subcontracted analyses are identified in this report with either the NELAC certification number of the subcontract lab in the analyst ID field,or the complete subcontracted report attached to this report. Unless otherwise noted in a Case Narrative, all data reported in this Analytical Report are in compliance with NELAC standards. The uncertainty of measurement associated with the results of analysis reported is available upon request. Should insufficient sample be provided to the laboratory to meet the method and NELAC Matrix Duplicate and Matrix Spike requirements, then the data will be analyzed, evaluated and reported using all other available quality control measures. The validity and integrity of this report will remain intact as long as it is accompanied by this letter and reproduced in full, unless written approval is granted by XENCO Laboratories. This report will be filed for at least 5 years in our archives after which time it will be destroyed without further notice, unless otherwise arranged with you. The samples received, and described as recorded in Report No. 492444 will be filed for 60 days, and after that time they will be properly disposed without further notice, unless otherwise arranged with you. We reserve the right to return to you any unused samples, extracts or solutions related to them if we consider so necessary(e.g., samples identified as hazardous waste, sample sizes exceeding analytical standard practices,controlled substances under regulated protocols,etc). We thank you for selecting XENCO Laboratories to serve your analytical needs. If you have any questions concerning this report, please feel free to contact us at any time. Respectfully, A. floau_o-) �b Monica Tobar Project Manager Recipient of the Prestigious Small Business Administration Award of Excellence in 1994. Certified and approved by numerous States and Agencies. A Small Business and Minority Status Company that delivers SERVICE and QUALITY Houston-Dallas-Odessa -San Antonio -Tampa -Lakeland -Atlanta -Phoenix- Oklahoma -Latin America Page 3 of 26 Final 1.000 Sample Cross Reference 492444 HVJ Associates-Dallas, Dallas,TX Northside Pipline Sample Id Matrix Date Collected Sample Depth Lab Sample Id BP-22 S 06-18-14 12:00 14- 15 ft 492444-001 BP-31 S 06-18-14 12:00 14- 15 ft 492444-002 BP-30 S 06-18-14 12:00 8- 10 ft 492444-003 BP-29 S 06-18-14 12:00 14- 15 ft 492444-004 BP-27 S 06-18-14 12:00 14- 15 ft 492444-005 BP-19 S 06-18-14 12:00 14- 15 ft 492444-006 BP-24 S 06-18-14 12:00 8- 10 ft 492444-007 BP-25 S 06-18-14 12:00 14- 15 ft 492444-008 BP-23 S 06-18-14 12:00 8-9 ft 492444-009 BP-28 S 06-18-14 12:00 14- 15 ft 492444-010 BP-32 S 06-18-14 12:00 14- 15 ft 492444-011 BP-26 S 06-18-14 12:00 8-6 ft 492444-012 BP-18 S 06-18-14 12:00 8- 10 ft 492444-013 BP-17 S 06-18-14 12:00 8- 10 ft 492444-014 BP-15 S 06-18-14 12:00 14- 15 ft 492444-015 Page 4 of 26 Final 1.000 • CASE NARRATIVE Client Name:HVJAssociates-Dallas Project Name:Northside Pipline Project ID: DG1215260.1 Report Date: 08-SEP-14 Work Order Number(s): 492444 Date Received: 0812912014 Sample receipt non conformances and comments: Sample receipt non conformances and comments per sample: None Analytical non conformances and comments: Batch: LBA-949622 Soil Resistivity(Saturated)by NACE Samples received by laboratory out of hold.AS 9/2/14 Page 5 of 26 Final 1.000 0 Certificate of Analytical Results 492444 HVJ Associates-Dallas, Dallas,TX Northside Pipline Sample Id: BP-22 Matrix: Solid Date Received:08.29.14 15.03 Lab Sample Id: 492444-001 Date Collected:06.18.14 12.00 Sample Depth:14-15 ft Analytical Method: Chloride,Mercuric Nitrate Method by SM4500-CI-B Tech: BBK %Moisture: Analyst: BBK Basis: Wet Weight Seq Number: 949914 Parameter Cas Number Result RL Units Analysis Date Flag Dil Chloride 16887-00-6 274 10.0 mg/kg 09.05.14 09.26 K 2 Analytical Method: Soil Resistivity(Saturated)by NACE Tech: ANS %Moisture: Analyst: ANS Basis: Wet Weight Seq Number: 949622 SUB:TX104704215 Parameter. Cas Number Result RL Units Analysis Date Flag Dil Soil Resistivity + RESISTIVITY 606 Ohm-cm 09.02.14 11.27 K 1 Analytical Method: Soil pH by SW-846 9045C Tech: BBK %Moisture: Analyst: BBK Basis: Wet Weight Seq Number: 949691 Parameter Cas Number Result RL Units Analysis Date Flag Dil PH 12408-02-5 7.55 SU 09.03.1410.18 K 1 Analytical Method: Sulfate by SW-846 9038 Tech: ELC %Moisture: Analyst: ELC Basis: Wet Weight Seq Number: 949748 Parameter Cas Number Result RL Units Analysis Date Flag Dil Sulfate 14808-79-8 325 99.7 mg/kg 09.03.14 13.20 K 2 Page 6 of 26 Final 1.000 Certificate of Analytical Results 492444 HVJ Associates-Dallas, Dallas,TX Northside Pipline Sample Id: BP-31 Matrix: Solid Date Received:08.29.14 15.03 Lab Sample Id: 492444-002 Date Collected:06.18.14 12.00 Sample Depth:14-15 ft Analytical Method: Chloride,Mercuric Nitrate Method by SM4500-CI-B Tech: BBK %Moisture: Analyst: BBK Basis: Wet Weight Seq Number: 949914 Parameter Cas Number Result RL Units Analysis Date Flag Dil Chloride 16887-00-6 32.0 5.00 mg/kg 09.05.14 09.26 K 1 Analytical Method: Soil Resistivity(Saturated)by NACE Tech: ANS %Moisture: Analyst: ANS Basis: Wet Weight Seq Number: 949622 SUB:TX104704215 Parameter Cas Number Result RL Units Analysis Date Flag Dil Soil Resistivity + RESISTIVITY 857 Ohm-cm 09.02.14 11.37 K 1 Analytical Method: Soil pH by SW-846 9045C Tech: BBK %Moisture: Analyst: BBK Basis: Wet Weight Seq Number: 949691 Parameter Cas Number Result RL Units Analysis Date Flag Dil pH 12408-02-5 8.40 SU 09.03.1410.18 K 1 Analytical Method: Sulfate by SW-846 9038 Tech: ELC %Moisture: Analyst: ELC Basis: Wet Weight Seq Number: 949748 Parameter Cas Number Result RL Units Analysis Date Flag Dil Sulfate 14808-79-8 812 250 mg/kg 09.03.1413.20 K 5 Page 7 of 26 Final 1.000 Certificate of Analytical Results 492444 HVJ Associates-Dallas, Dallas,TX Northside Pipline Sample Id: BP-30 Matrix: Solid Date Received:08.29.14 15.03 Lab Sample Id: 492444-003 Date Collected:06.18.14 12.00 Sample Depth:8-10 ft Analytical Method: Chloride,Mercuric Nitrate Method by SM4500-CI-B Tech: BBK %Moisture: Analyst: BBK Basis: Wet Weight Seq Number: 949914 Parameter Cas Number Result RL Units Analysis Date Flag Dil Chloride 16887-00-6 21.8 4.96 mgfkg 09.05.14 09.26 K 1 Analytical Method: Soil Resistivity(Saturated)by NACE Tech: ANS %Moisture: Analyst: ANS Basis: Wet Weight Seq Number: 949622 SUB:TX104704215 Parameter Cas Number Result RL Units Analysis Date Flag Dil Soil Resistivity + RESISTIVITY 2200 Ohm-cm 09.02.14 11.47 K 1 Analytical Method: Soil pH by SW-846 9045C Tech: BBK %Moisture: Analyst: BBK Basis: Wet Weight Seq Number: 949691 Parameter Cas Number Result RL Units Analysis Date Flag Dil PH 12408-02-5 8.55 SU 09.03.14 10.18 K 1 Analytical Method: Sulfate by SW-846 9038 Tech: ELC %Moisture: Analyst: ELC Basis: Wet Weight Seq Number: 949748 Parameter Cas Number Result RL Units Analysis Date Flag Dil Sulfate 14808-79-8 307 50.0 mg/kg 09.03.1413.20 K 1 Page 8 of 26 Final 1.000 Certificate of Analytical Results 492444 HVJ Associates-Dallas, Dallas,TX Northside Pipline Sample Id: BP-29 Matrix: Solid Date Received:08.29.14 15.03 Lab Sample Id: 492444-004 Date Collected:06.18.14 12.00 Sample Depth:14-15 ft Analytical Method: Chloride,Mercuric Nitrate Method by SM4500-CI-B Tech: BBK %Moisture: Analyst: BBK Basis: Wet Weight Seq Number: 949914 Parameter Cas Number Result RL Units Analysis Date Flag Dil Chloride 16887-00-6 156 4.99 mgtkg 09.05.14 09.26 K 1 Analytical Method: Soil Resistivity(Saturated)by NACE Tech: ANS %Moisture: Analyst: ANS Basis: Wet Weight Seq Number: 949622 SUB:TX104704215 Parameter Cas Number Result, RL Units Analysis Date Flag Dil Soil Resistivity + RESISTIVITY 484 Ohm-cm 09.02.14 11.57 K 1 Analytical Method: Soil pH by SW-846 9045C Tech: BBK %Moisture: Analyst: BBK Basis: Wet Weight Seq Number: 949691 Parameter Cas Number Result RL Units Analysis Date Flag Dil pH 12408-02-5 7.85 SU 09.03.14 10.18 K I Analytical Method: Sulfate by SW-846 9038 Tech: ELC %Moisture: Analyst: ELC Basis: Wet Weight Seq Number: 949748 Parameter Cas Number Result RL Units Analysis Date Flag Dil Sulfate 14808-79-8 5380 999 mgtkg 09.03.1413.20 K 20 Page 9 of 26 Final 1.000 Certificate of Analytical Results 492444 HVJ Associates-Dallas, Dallas,TX Northside Pipline Sample Id: BP-27 Matrix: Solid Date Reoeived:08.29.14 15.03 Lab Sample Id: 492444-005 Date Collected:06.18.14 12.00 Sample Depth:14-15 ft Analytical Method: Chloride,Mercuric Nitrate Method by SM4500-CI-B Tech: BBK %Moisture: Analyst: BBK Basis: Wet Weight Seq Number: 949914 Parameter Cas Number Result RL Units Analysis Date Flag Dil Chloride 16887-00-6 32.0 4.99 mgtkg 09.05.14 09.26 K 1 Analytical Method: Soil Resistivity(Saturated)by NACE Tech: ANS %Moisture: Analyst: ANS Basis: Wet Weight Seq Number: 949622 SUB:TX104704215 Parameter Cas Number Result RL Units__ ..Analysis Date Flag Dil Soil Resistivity + RESISTIVITY 765 Ohm-cm 09.02.14 12.07 K 1 Analytical Method: Soil pH by SW-846 9045C Tech: BBK %Moisture: Analyst: BBK Basis: Wet Weight Seq Number: 949691 Parameter Cas Number Result RL Units Analysis Date Flag Dil pH 12408-02-5 8.01 SU 09.03.1410.18 K I Analytical Method: Sulfate by SW-846 9038 Tech: ELC %Moisture: Analyst: ELC Basis: Wet Weight Seq Number: 949748 Parameter Cas Number Result RL Units Analysis Date Flag Dil Sulfate 14808-79-8 766 99.8 mgfkg 09.03.1413.20 K 2 Page 10 of 26 Final 1.000 Certificate of Analytical Results 492444 HVJ Associates-Dallas, Dallas,TX Northside Pipline Sample Id: BP-19 Matrix: Solid Date Received:08.29.14 15.03 Lab Sample Id: 492444-006 Date Collected:06.18.14 12.00 Sample Depth:14-15 ft Analytical Method: Chloride,Mercuric Nitrate Method by SM4500-CI-B Tech: BBK %Moisture: Analyst: BBK Basis: Wet Weight Seq Number: 949914 Parameter Cas Number Result RL Units Analysis Date Flag Dil Chloride 16887-00-6 97.0 5.00 mg/kg 09.05.14 09.26 K 1 Analytical Method: Soil Resistivity(Saturated)by NACE Tech: ANS %Moisture: Analyst: ANS Basis: Wet Weight Seq Number: 949622 SUB:TX104704215 Parameter Cas Number Result RL Units Analysis Date Flag Dil Soil Resistivity + RESISTIVITY 1570 Ohm-cm 09.02.14 12.12 K I Analytical Method: Soil pH by S W-846 9045C Tech: BBK %Moisture: Analyst: BBK Basis: Wet Weight Seq Number: 949691 Parameter Cas Number Result RL Units Analysis Date Flag Dil PH 12408-02-5 8.21 SU 09.03.1410.18 K 1 Analytical Method: Sulfate by SW-846 9038 Tech: ELC %Moisture: Analyst: ELC Basis: Wet Weight Seq Number: 949748 Parameter Cas Number Result RL Units Analysis Date Flag Dil Sulfate 14808-79-8 117 49.7 mg/kg 09.03.1413.20 K 1 Page 11 of 26 Final 1.000 ' Certificate of Analytical Results 492444 HVJ Associates-Dallas, Dallas,TX Northside Pipline Sample Id: BP-24 Matrix: Solid Date Received:08.29.14 15.03 Lab Sample Id: 492444-007 Date Collected:06.18.14 12.00 Sample Depth:8-10 ft Analytical Method: Chloride,Mercuric Nitrate Method by SM4500-CI-B Tech: BBK %Moisture: Analyst: BBK Basis: Wet Weight Seq Number: 949914 Parameter Cas Number Result RL Units Analysis Date Flag Dil Chloride 16887-00-6 24.5 4.99 mg/kg 09.05.14 09.26 K 1 Analytical Method: Soil Resistivity(Saturated)by NACE Tech: ANS %Moisture: Analyst: ANS Basis: Wet Weight Seq Number: 949622 SUB:TX104704215 Parameter Cas.Number Result RL Units Analysis Date Flag Dil Soil Resistivity + RESISTIVITY 2370 Ohm-cm 09.02.14 12.17 K 1 Analytical Method: Soil pH by SW-846 9045C Tech: BBK %Moisture: Analyst: BBK Basis: Wet Weight Seq Number: 949691 Parameter Cas Number Result RL Units Analysis Date Flag Dil PH 12408-02-5 8.28 SU 09.03.14 10.18 K 1 Analytical Method: Sulfate by SW-846 9038 Tech: ELC %Moisture: Analyst: ELC Basis: Wet Weight Seq Number: 949748 Parameter Cas Number Result RL Units Analysis Date Flag Dil Sulfate 14808-79-8 114 49.8 mglkg 09.03.1413.20 K 1 Page 12 of 26 Final 1.000 Certificate of Analytical Results 492444 HVJ Associates-Dallas, Dallas, TX Northside Pipline Sample Id: BP-25 Matrix: Solid Date Received:08.29.14 15.03 Lab Sample Id: 492444-008 Date Collected:06.18.14 12.00 Sample Depth:14-15 ft Analytical Method: Chloride,Mercuric Nitrate Method by SM4500-CI-B Tech: BBK %Moisture: Analyst: BBK Basis: Wet Weight Seq Number: 949914 Parameter Cas Number Result RL Units Analysis Date Flag Dil Chloride 16887-00-6 14.5 4.99 mg/kg 09.05.14 09.26 K 1 Analytical Method: Soil Resistivity(Saturated)by NACE Tech: ANS %Moisture: Analyst: ANS Basis: Wet Weight Seq Number: 949622 SUB:TX104704215 Parameter Cas Number Result RL Units Analysis Date Flag Dil Soil Resistivity + RESISTIVITY 1610 Ohm-cm 09.02.14 12.22 K I Analytical Method: Soil pH by SW-846 9045C Tech: BBK %Moisture: Analyst: BBK Basis: Wet Weight Seq Number: 949691 Parameter Cas Number Result RL Units Analysis Date Flag Dil PH 12408-02-5 8.18 SU 09.03.14 10.18 K 1 Analytical Method: Sulfate by SW-846 9038 Tech: ELC %Moisture: Analyst: ELC Basis: Wet Weight Seq Number: 949748 Parameter Cas Number Result RL Units Analysis Date Flag Dil Sulfate 14808-79-8 290 49.8 mg/kg 09.03.1413.20 K 1 Page 13 of 26 Final 1.000 IL Certificate of Analytical Results 492444 HVJ Associates-Dallas, Dallas,TX Northside Pipline Sample Id: BP-23 Matrix: Solid Date Received:08.29.14 15.03 Lab Sample Id: 492444-009 Date Collected:06.18.14 12.00 Sample Depth:8-9 ft Analytical Method: Chloride,Mercuric Nitrate Method by SM4500-CI-B Tech: BBK %Moisture: Analyst: BBK Basis: Wet Weight Seq Number: 949914 Parameter Cas Number Result RL Units Analysis Date Flag Dil Chloride 16887-00-6 <4.99 4.99 mg/kg 09.05.14 09.26 UK 1 Analytical Method: Soil Resistivity(Saturated)by NACE Tech: ANS %Moisture: Analyst: ANS Basis: Wet Weight Seq Number: 949850 SUB:TX104704215 Parameter Cas Number Result RL Units Analysis Date Flag Dil Soil Resistivity + RESISTIVITY 2150 Ohm-cm 09.04.14 13.05 K 1 Analytical Method: Soil pH by SW-846 9045C Tech: BBK %Moisture: Analyst: BBK Basis: Wet Weight Seq Number: 949691 Parameter Cas Number Result RL Units Analysis Date Flag Dil PH 12408-02-5 8.33 SU 09.03.1410.18 K 1 Analytical Method: Sulfate by SW-846 9038 Tech: ELC %Moisture: Analyst: ELC Basis: Wet Weight Seq Number: 949748 Parameter Cas Number Result RL Units Analysis Date Flag Dil Sulfate 14808-79-8 99.7 50.0 mgtkg 09.03.1413.20 K 1 Page 14 of 26 Final 1.000 Certificate of Analytical Results 492444 HVJ Associates-Dallas, Dallas,TX Northside Pipline Sample Id: BP-28 Matrix: Solid Date Received:08.29.14 15.03 Lab Sample Id: 492444-010 Date Collected:06.18.14 12.00 Sample Depth:14-15 ft Analytical Method: Chloride,Mercuric Nitrate Method by SM4500-CI-B Tech: BBK %Moisture: Analyst: BBK Basis: Wet Weight Seq Number: 949914 Parameter Cos Number Result RL Units Analysis Date Flag Dil Chloride 16887-00-6 35.9 4.99 mgtkg 09.05.14 09.26 K 1 Analytical Method: Soil Resistivity(Saturated)by NACE Tech: ANS %Moisture: Analyst: ANS Basis: Wet Weight Seq Number: 949622 SUB:TX104704215 Parameter Cos Number Result RL Units Analysis Date Flag Dil Soil Resistivity + RESISTIVITY 836 Ohm-cm 09.02.14 12.27 K I Analytical Method: Soil pH by SW-846 9045C Tech: BBK %Moisture: Analyst: BBK Basis: Wet Weight Seq Number: 949691 Parameter Cos Number Result RL Units Analysis Date Flag Dil pH 12408-02-5 7.89 SU 09.03.1410.18 K 1 Analytical Method: Sulfate by SW-846 9038 Tech: ELC %Moisture: Analyst: ELC Basis: Wet Weight Seq Number: 949748 Parameter Cos Number Result RL Units Analysis Date Flag Dil Sulfate 14808-79-8 1050 250 mg/kg 09.03.1413.20 K 5 Page 15 of 26 Final 1.000 0 Certificate of Analytical Results 492444 HVJ Associates-Dallas, Dallas,TX Northside Pipline Sample Id: BP-32 Matrix: Solid Date Received:08.29.14 15.03 Lab Sample Id: 492444-011 Date Collected:06.18.14 12.00 Sample Depth:14-15 ft Analytical Method: Chloride,Mercuric Nitrate Method by SM4500-CI-B Tech: BBK %Moisture: Analyst: BBK Basis: Wet Weight Seq Number: 949914 Parameter Cas Number Result RL Units Analysis Date Flag Dil Chloride 16887-00-6 212 .5.00 mgfkg 09.05.14 09.26 K 1 Analytical Method: Soil Resistivity(Saturated)by NACE Tech: ANS %Moisture: Analyst: ANS Basis: Wet Weight Seq Number: 949622 SUB:TX104704215 Parameter Cas Number Result RL Units Analysis.Date._ _ Flag___ __Dil Soil Resistivity + RESISTIVITY 700 Ohm-cm 09.02.14 12.32 K 1 Analytical Method: Soil pH by SW-846 9045C Tech: BBK %Moisture: Analyst: BBK Basis: Wet Weight Seq Number: 949691 Parameter Cas Number Result RL Units Analysis Date Flag Dil pH 12408-02-5 8.46 SU 09.03,14 10.18 K 1 Analytical Method: Sulfate by SW-846 9038 Tech: ELC %Moisture: Analyst: ELC Basis: Wet Weight Seq Number: 949748 Parameter Cas Number Result RL Units Analysis Date Flag Dil Sulfate 14808-79-8 247 49.9 mgtkg 09.03.1413.20 K 1 Page 16 of 26 Final 1.000 XGNCO Certificate of Analytical Results 492444 Laboratories HVJ Associates-Dallas, Dallas,TX Northside Pipline Sample Id: BP-26 Matrix: Solid Date Received:08.29.14 15.03 Lab Sample Id: 492444-012 Date Collected:06.18.14 12.00 Sample Depth:8-6 ft Analytical Method: Chloride,Mercuric Nitrate Method by SM4500-CI-B Tech: BBK %Moisture: Analyst: BBK Basis: Wet Weight Seq Number: 949914 Parameter Cas Number Result RL Units Analysis Date Flag Dil Chloride 16887-00-6 81.9 5.00 mg/kg 09.05.14 09.26 K I Analytical Method: Soil Resistivity(Saturated)by NACE Tech: ANS %Moisture: Analyst: ANS Basis: Wet Weight Seq Number: 949622 SUB:TX104704215 Parameter Cas Number Result, RL Units Analysis Date Flag Dil Soil Resistivity + RESISTIVITY 648 Ohm-cm 09.02.14 12.42 K 1 Analytical Method: Soil pH by SW-846 9045C Tech: BBK %Moisture: Analyst: BBK Basis: Wet Weight Seq Number: 949691 Parameter Cas Number Result RL Units Analysis Date Flag Dil PH 12408-02-5 8.42 SU 09.03.1410.18 K 1 Analytical Method: Sulfate by SW-846 9038 Tech: ELC %Moisture: Analyst: ELC Basis: Wet Weight Seq Number: 949748 Parameter Cas Number Result RL Units Analysis Date Flag Dil Sulfate 14808-79-8 252 49.8 mgfkg 09.03.1413.20 K I Page 17 of 26 Final 1.000 ' Certificate of Analytical Results 492444 HVJ Associates-Dallas, Dallas,TX Northside Pipline Sample Id: BP-18 Matrix: Solid Date Received:08.29.14 15.03 Lab Sample Id: 492444-013 Date Collected:06.18.14 12.00 Sample Depth:8-10 ft Analytical Method: Chloride,Mercuric Nitrate Method by SM4500-CI-B Tech: BBK %Moisture: Analyst: BBK Basis: Wet Weight Seq Number: 949914 Parameter Cas Number Result RL Units Analysis Date Flag Dil Chloride 16887-00-6 87.0 5.00 mg/kg 09.05.14 09.26 K I Analytical Method: Soil Resistivity(Saturated)by NACE Tech: ANS %Moisture: Analyst: ANS Basis: Wet Weight Seq Number: 949622 SUB:TX104704215 Parameter - --- -.Cas Number Result RL Units Analysis Date Flag Dil Soil Resistivity + RESISTIVITY 705 Ohm-cm 09.02.14 12.47 K 1 Analytical Method: Soil pH by SW-846 9045C Tech: BBK %Moisture: Analyst: BBK Basis: Wet Weight Seq Number: 949691 Parameter Cas Number Result RL Units Analysis Date Flag Dil PH 12408-02-5 8.27 SU 09.03.14 10.18 K 1 Analytical Method: Sulfate by SW-846 9038 Tech: ELC %Moisture: Analyst: ELC Basis: Wet Weight Seq Number: 949748 Parameter Cas Number Result RL Units Analysis Date Flag Dil Sulfate 14808-79-8 347 49.8 mgtkg 09.03.1413.20 K 1 Page 18 of 26 Final 1.000 Certificate of Analytical Results 492444 HVJ Associates-Dallas, Dallas,TX Northside Pipline Sample Id: BP-17 Matrix: Solid Date Received:08.29.14 15.03 Lab Sample Id: 492444-014 Date Collected:06.18.14 12.00 Sample.Depth:8-10 ft Analytical Method: Chloride,Mercuric Nitrate Method by SM4500-CI-B Tech: BBK %Moisture: Analyst: BBK Basis: Wet Weight Seq Number: 949914 Parameter Cas Number Result RL Units Analysis Date Flag Dil Chloride 16887-00-6 12.0 5.00 mg/kg 09,05.14 09.26 K 1 Analytical Method: Soil Resistivity(Saturated)by NACE Tech: ANS %Moisture: Analyst: ANS Basis: Wet Weight Seq Number: 949622 SUB:TX104704215 Parameter Cas Number Result RL Units Analysis Date Flag Dil Soil Resistivity + RESISTIVITY 1030 Ohm-cm 09.02.14 12.52 K I Analytical Method: Soil pH by SW-846 9045C Tech: BBK %Moisture: Analyst: BBK Basis: Wet Weight Seq Number: 949691 Parameter Cas Number Result RL Units Analysis Date Flag Dil pH 12408-02-5 8.65 SU 09.03.1410.18 K 1 Analytical Method: Sulfate by SW-846 9038 Tech: ELC %Moisture: Analyst: ELC Basis: Wet Weight Seq Number: 949748 Parameter Cas Number Result RL Units Analysis Date Flag Dil Sulfate 14808-79-8 102 49.7 mgfkg. 09.03.14 13.20 K I Page 19 of 26 Final 1.000 Certificate of Analytical Results 492444 HVJ Associates-Dallas, Dallas,TX Northside Pipline Sample Id: BP-15 Matrix: Solid Date Received:08.29.14 15.03 Lab Sample Id: 492444-015 Date Collected:06.18.14 12.00 Sample Depth:14-15 ft Analytical Method: Chloride,Mercuric Nitrate Method by SM4500-CI-B Tech: BBK %Moisture: Analyst: BBK Basis: Wet Weight Seq Number: 949914 Parameter Cas Number Result RL Units Analysis Date Flag Dil Chloride 16887-00-6 46.9 4.99 mgfkg 09.05.14 09.26 K I Analytical Method: Soil Resistivity(Saturated)by NACE Tech: ANS %Moisture: Analyst: ANS Basis: Wet Weight Seq Number: 949622 SUB:TX104704215 Parameter Cas Number Result RL Units Analysis Date Flag Dil Soil Resistivity + RESISTIVITY 842 Ohm-cm 09.02.14 12.57 K 1 Analytical Method: Soil pH by SW-846 9045C Tech: BBK %Moisture: Analyst: BBK Basis: Wet Weight Seq Number: 949691 Parameter Cas Number Result RL Units Analysis Date Flag Dil pH 12408-02-5 8.14 SU 09.03.14 10.18 K 1 Analytical Method: Sulfate by SW-846 9038 Tech: ELC %Moisture: Analyst: ELC Basis: Wet Weight Seq Number: 949748 Parameter Cas Number Result RL Units Analysis Date Flag Dil Sulfate 14808-79-8 131 49.8 mgtkg 09.03.14 13.20 K I Page 20 of 26 Final 1.000 QC Summary 492444 HVJ Associates-Dallas Northside Pipline Analytical Method: Chloride,Mercuric Nitrate Method by SM4500-CI-B Seq Number: 949914 Matrix: Solid MB Sample Id: 949914-1-BLK LCS Sample Id: 949914-1-BKS LCSD Sample Id: 949914-1-BSD Parameter MB Spike LCS LCS LCSD LCSD Limits %RPD RPD Units Analysis Fla Result Amount Result %Rec Result %Rec Limit Date g Chloride <5.00 50.0 48.9 98 57.0 114 70-125 15 25 mg/kg 09.05.14 09:26 Analytical Method: Chloride,Mercuric Nitrate Method by SM4500-CI-B Seq Number: 949914 Matrix: Solid Parent Sample Id: 492444-001 MS Sample Id: 492444-001 S MSD Sample Id: 492444-001 SD Parameter Parent Spike MS MS MSD MSD Limits %RPD RPD Units Analysis Fla Result Amount Result %Rec Result %Rec Limit Date g Chloride 274 100 374 100 384 110 70-125 3 25 mg/kg 09.05.14 09:26 Analytical Method: Soil Resistivity(Saturated)by NACE Seq Number: 949622 Matrix: Solid Parent Sample Id: 492444-001 MD Sample Id: 492444-001 D Parent MD %RPD RPD Units Analysis Parameter Result Result Limit DateFlag Soil Resistivity 606 604 0 20 Ohm-cm 09.02.14 11:29 Analytical Method: Soil Resistivity(Saturated)by NACE Seq Number: 949622 Matrix: Solid Parent Sample Id: 492444-011 MD Sample Id: 492444-011 D Parameter Parent MD %RPD RPD Units Analysis Flag Result Result Limit Date Soil Resistivity 700 692 1 20 Ohm-cm 09.02.14 12:37 Analytical Method: Soil Resistivity(Saturated)by NACE Seq Number: 949850 Matrix: Solid Parent Sample Id: 492444-009 MD Sample Id: 492444-009 D Parent MD %RPD RPD Units Analysis Parameter Result Result Limit Date Flag Soil Resistivity 2150 2130 1 20 Ohm-cm 09.04.14 13:07 Analytical Method: Soil pH by SW-846 9045C Seq Number: 949691 Matrix: Solid Parent Sample Id: 492444-001 MD Sample Id: 492444-001 D Parameter Parent MD %RPD RPD Units Analysis Flag Result Result Limit Date pH 7.55 Z28 4 20 SU 09.03.1410:18 Page 21 of 26 Final 1.000 QC Summary 492444 HVJ Associates-Dallas Northside Pipline Analytical Method: Sulfate by SW-846 9038 Seq Number: 949748 Matrix: Solid MB Sample Id: 949748-1-BLK LCS Sample Id: 949748-1-BKS LCSD Sample Id: 949748-1-BSD MB Spike LCS LCS LCSD LCSD Limits %RPD RPD Units Analysis Flag Parameter Result Amount Result %Ree Result %Rec Limit Date Sulfate <50.0 200 218 109 213 107 80-120 2 20 mg/kg 09.03.1413:20 Analytical Method: Sulfate by SW-846 9038 Seq Number: 949748 Matrix: Solid Parent Sample Id: 492444-010 MS Sample Id: 492444-010 S MSD Sample Id: 492444-010 SD Parent Spike MS MS MSD MSD Limits %RPD RPD Units Analysis Flag Parameter Result Amount Result %Rec Result %Rec Limit Date Sulfate 1050 1000 1900 85 1920 87 75-125 1 20 mg/kg 09.03.1413:20 Page 22 of 26 Final 1.000 Flagging Criteria X In our quality control review of the data a QC deficiency was observed and flagged as noted. MS/MSD recoveries were found to be outside of the laboratory control limits due to possible matrix/chemical interference,or a concentration of target analyte high enough to affect the recovery of the spike concentration.This condition could also affect the relative percent difference in the MS/MSD. B A target analyte or common laboratory contaminant was identified in the method blank. Its presence indicates possible field or laboratory contamination. D The sample(s)were diluted due to targets detected over the highest point of the calibration curve,or due to matrix interference. Dilution factors are included in the final results.The result is from a diluted sample. E The data exceeds the upper calibration limit;therefore,the concentration is reported as estimated. F RPD exceeded lab control limits. J The target analyte was positively identified below the quantitation limit and above the detection limit. U Aalyte was not detected. , L The LCS data for this analytical batch was reported below the laboratory control limits for this analyte.The department supervisor and QA Director reviewed data.The samples were either reanalyzed or flagged as estimated concentrations. H The LCS data for this analytical batch was reported above the laboratory control limits.Supporting QC Data were reviewed by the Department Supervisor and QA Director.Data were determined to be valid for reporting. K Sample analyzed outside of recommended hold time. JN A combination of the"N"and the"J"qualifier.The analysis indicates that the analyte is"tentatively identified"and the associated numerical value may not be consistent with the amount actually present in the environmental sample. **Surrogate recovered outside laboratory control limit. BRL Below Reporting Limit. RL Reporting Limit MDL Method Detection Limit SDL Sample Detection Limit LOD Limit of Detection PQL Practical Quantitation Limit MQL Method Quantitation Limit LOQ Limit of Quantitation DL Method Detection Limit NC Non-Calculable + NELAC certification not offered for this compound. * (Next to analyte name or method description)=Outside XENCO's scope of NELAC accreditation Recipient of the Prestigious Small Business Administration Award of Excellence in 1994. Certified and approved by numerous States and Agencies. A Small Business and Minority Status Company that delivers SERVICE and QUALITY Houston-Dallas-San Antonio-Atlanta-Midland/Odessa-Tampa/Lakeland-Phoenix-Latin America Phone Fax 4143 Greenbriar Dr,Stafford,TX 77477 (281)2404200 (281)2404280 9701 Harry Hines Blvd,Dallas,TX 75220 (214)902 0300 (214)351-9139 5332 Blackberry Drive,San Antonio TX 78238 (210)509-3334 (210)509-3335 2505 North Falkenburg Rd,Tampa,FL 33619 (813)620-2000 (813)620-2033 12600 West 1-20 East,Odessa,TX 79765 (432)563-1800 (432)563-1713 6017 Financial Drive,Norcross,GA 30071 (770)449-8800 (770)449-5477 3725 E.Atlanta Ave,Phoenix,AZ 85040 (602)437-0330 Page 23 of 26 Final 1.000 N CO `o :woij :dq naa a1eO :UpPV EY m Y - - m U o Euj r papaau se panoidde-aid we sdn-ueelo aldweS oo N + N (panoidde-aid aae pue Aldde ll!m sa6aegoanS)saldweS ploH = 0 Q O C a 1!H 1sa461H S 6}{/6w 6w ano e u c p1 /� a 'M I/ q HVd PPV I C M m PLZ POL PL P9 PE 4817 417Z LlU 49 dVSV 1V1 U U N -a LL. Q m 'II •!E Z {p Q > \ \ ( t dyp m > U (6 C U \ _ r a - o6 co \ Y N`i p N CO C U m o s c N o C) N a J c C - Z-0 Q N to m to 7 (/!B 0 -OI'Q N C7 j J �. > YO .c d m CO d C O Q ^ of C, °' dOSO/803 o a rn=L Z > o Z � ^Q y F- 0 (SBOd 'gJaH Isad SOOAS SOOA SlelaW) d-101 - dldS c" c C o- a y V > o r L o Z xpddV ;xpddV IV1CZ ddC6 9d "- JON 8-VHOH:slelaW E v V v 0 U U C 01 1- Y. O N c saplol;sad dO saplalgiaH S80d saplal;sad 00 C ` o > m N t 3 IIVO Z-xPddb dd IOl 3VSN8 M4 lsll Unj=sOOAS o • N-Vi W o c as LO HdA VW Hd3 VW 08`9 OU(I 9001-X1 v o w 'c O= y ci ¢ m SHVd `O O U U Z Z5 tiq) `p - O Q T J8410 IIVO Z-xpddV 1-xPddV MG IOl dd s,OOA a' � L w � Q O LZ m ❑ ❑ 1Q SVOA SHOn 6tx0 H013 381W-X318 ls!l Ilnj aOp/� e > O 0 Q 0 U Q- C I I I t 1 I ! sangenJasa�d m = 0= •O °- tV OI I I q p � "6 0 Q 0 ad6l,aumquo Z @ o • cd v v N am ; > 7 l azlg�eulquo Q a ca 1 I I a O I ' ' N U co ; N V •i� i `�f� ° 'a I I sJawe3uo0 � ca of c E 16 v N Zr qejE) p ✓ 1 i i.. ,p I V i 0 i - i ? f N t6 N1m� Nm^ NN at `O�i.�....{ ; J I �•/Ii tR O iii � allsoxd„1W13e0W3w m C, C Z , � ❑ x yN m ., :vmNO Vd L';❑ ww' � O O Z IA ;E l" LA, id- V 0 w ul 4 0 1Z Cn1 c i d a _VI l LA -�..•O T �. (A _ �. O I C H i 01-�' 41 a l , 1f VI lVI1i Q„ `V 0 X v ui Ot-I;c ; ; 3i ; OO d ' QO 'Q•• - l ( _ V _ J -p o ¢ m U I 1 d> Q`) QwI,E m -� � E C O . a `t Q t N in m 1ii � Z I- w I d I C > > > IQ i i 1 i_ pi � ' (n '� O O - E, OV0CU 'JC'0 = z Z. lmV N J ; p m N 2 � ; i m � N Q Wi1 - _N @ C ❑ ❑ ❑ of v rn G i� ai ¢ ; m = M 0 0 J Oil' 11 'J LL r-ia i'•7 ; �O Vi i w N V w N 4-V. Vr C, 00 0 1 N n -J ;� pll❑ O; c l E U; E a = n o m "I 'u .d �, s 1° A (`� 0 �- t--'IFIS /'��" �L/l M N > > a m_ ICL R 1.'.Q QiO: ��^_Vi n. l O d; ; (A �C4 l' Q- `' "' C ' C •N N �. 5 C! Q as E z rn a;'m�t ) l . n ,1 t f I 1 Q Z rn X a o > 1 d al a' m 4�'`� � � � R _ U o R o U a�n`. z;a� 'Sm7a ;c>r cs; rn ' "' M naU z Page 24 of 26 Final 1.000 tv wojj :AgAoa ale(] :Uppv ti (D yr h d O cu N a Y wV— w papaau se panoldde-aid aje sdn-ueelo aldweS o aN L � � w 4 (panadde-aid aye pue Rldde plan sa6aeyang)saldweg P1oH � g �m � NN IN Isay61H S 6N/6W 'M l/6W enoge HVd:UPPV > PI,Z P06 PL PS P£ 486 4tZ 4Zt 49 dVSV 1V1 G a o V N 'o-0 v > w O 41 7 t'i 0 T> O Z A - > Ea"= � V m _ °� � � [ v ~ 4dE2 O U wm N - •'o c c U 'o x c W c v C7 A N U o CY -0ro ` ` ` O O a m o f Q. Z0 Io w o> o C. m a� E O'- co ' Qw '0 -0 "s a 1O a Q LO - f1J11 \ ` N U r d N •V 00 N x aQo M m dO80/8a3 0 rn D c Z T N O> r a N -0 (S80d 'g�aH 'lsad s(]OAS s00A SlelaW) d101 dldS = m 3 0 c C m e C- o t L n Z xpddy t xpddy lVl£Z dd£1 gd tY VUOa B-VUOU:sle;a&q ci m o U .m�o Im sP!u sad dO sapolq�OH s80d aplollsad 00 wc o w t6 NvN ° IIVO Z-xpddV dd l01 V8N8 M0 Isll-Ilad:sOOAS3: x E N to to HdA VW Hd3 VIN O2JO 080 9001-X1 N W o w _. sHVd Z �. a It O ¢ J8410 IIVO Z-xpddV l-xPddV MO -10-L dd s,00A rn _ °' CD ❑ ❑ � F _N- sVOA sHOA 6AxO H013 3811N-X318 Is!l-IInd :900A �a o to sanl;eniasaJd m I Y = O m I a I I r ad(1 aauleluoO z cm 0 v °t5 N I m I l 071S Iaule;uo(] o j c I @ 0 ' l A-- U I t o MO l� I I siaule;u00# D. 9 N m E i i R' I I - Q O E N v N. not I I O I - rf n. 1 ge1g c._ V o O N d l 0 l-O I U 13 W. M allsodWO X N m T O i x i i ❑ i0 1-i U y uV C N e ❑ W lLU, y l xl�leW o f y n Q x N c . N I' I lI l M U li O C.v N O Q w za U 4) O9x 4ldaa F a _ X Z Q U N 1 1 r �� n I 2 `� N z r N Oi m ao v o o E c N o W i is ; ° im ; - E `° 2 a S O ,u_ , z c O n Q t r 1 i_ , U UJI 0 0 _ rn m w Fa '; ' C. O r ' 1 1 1 ' _� ' 2 E N c0 lI Z I O i i s i � i co v O U v x Z` 'n rVj 1 I C r I J Z 1 i C _ _ �_ m .0 W Od N 'OS i I i V i iZ WI O l E e `• _� (n V ev e p N i Q i i G i R Lu I A S - fp N O_ I J 1 1 1 I W L) V1 �c -Q. N v E `. Q m ❑ r ❑ 1 IJ U. d i O ._ rQ 61� ' r 10 Q, a i to = cNn U)r U C c CC al l 771 v ILLOia i ' O Vi n e J 7i0 i ° tn A �t- o 1 21 Q _ IX Wu - o o,N lJ L EE elm I.. rn Z m ' ( > °' lrtaE Z 1 a f@ ' cO ' 1 -. . 0 i6 Ui O i Q 'i� i > i � a' ' E N ' 'o_ z I m U) 1 (� n` U 0 N y In m m m o N M Page 25 of 26 Final 1.000 XENCO Laboratories Prelogin/Nonconformance Report-Sample Log-In Client: HVJ Associates-Dallas Acceptable Temperature Range:0- 6 degC Date/Time Received: 08/29/2014 03:03:00 PM Air and Metal samples Acceptable Range:Ambient Work Order#: 492444 Temperature Measuring device used : XDA Sample Receipt Checklist Comments #1 *Temperature of cooler(s)? 17.8 #2*Shipping container in good condition? Yes #3*Samples received on ice? Yes #4*Custody Seals intact on shipping container/cooler? N/A #5 Custody Seals intact on sample bottles? N/A #6*Custody Seals Signed and dated? N/A #7*Chain of Custody present? Yes #8 Sample instructions complete on Chain of Custody? Yes #9 Any missing/extra samples? No #10 Chain of Custody signed when relinquished/received? Yes #11 Chain of Custody agrees with sample label(s)? Yes #12 Container label(s)legible and intact? Yes #13 Sample matrix/properties agree with Chain of Custody? Yes #14 Samples in proper container/bottle? Yes #15 Samples properly preserved? Yes #16 Sample container(s)intact? Yes #17 Sufficient sample amount for indicated test(s)? Yes #18 All samples received within hold time? Yes #19 Subcontract of sample(s)? Yes Xenco Houston #20 VOC samples have zero headspace(less than 1/4 inch bubble)? N/A #21 <2 for all samples preserved with HNO3,HCL, H2SO4? N/A #22>10 for all samples preserved with NaAs02+NaOH,ZnAc+NaOH? N/A *Must be completed for after-hours delivery of samples prior to placing in the refrigerator Analyst: PH Device/Lot#: Checklist completed by: � Date: 08/29/2014 Mandy Watkins Checklist reviewed by: Date: 09/02/2014 Angelica Martinez Page 26 of 26 Final 1.000 APPENDIX D PIEZOMETER SCHEMATICS AND WELL REPORTS Depth Piezometer Details Description 0 Flush Mount Cover Concrete K. 2 e . Bentonite Pellets co a o 80 8 0 0 o e 25 feet. 2" Dia. Sch.40 PVC Blank Op O 0 o� a �0 a 0 a 0 4 Gravel Pack 20/40 5 feet. 2" Dia. Slotted 0.010" Screen 20 Water Level Readings Date Depth (ft.) Elev. (ft.) 7/30/14 6.20 9/2/14 6.06 8701 John C.,p—,Fcy Soitc 250 n.U,TX 75247 11id78-0--7Ph ASSOCIATES 2"7"228 F.. PIEZOMETER SCHEMATIC 71 PIEZOMETER NO.13-16P(Installed on 7/23/14) PROJECT NO.: DRAWING NO.: DG-12-15260.1 PLATE D-I Depth Piezometer Details Description 0 Flush Mount Cover V. Y' Concrete 3 f Bentonite Pellets co a o ° 80 8 0 0 o B 0 25 feet. 2" Dia. Sch. 40 PVC Blank 0 0 O° O 0 00 0 0 0 O 0 00 0 ° 5 Gravel Pack 20/40 5 feet.2" Dia. Slotted 0.010" Screen 30 Water Level Readings Date Depth (ft.) Elev. ft. 7/30/14 8.54 9/2/14 10.56 "01 John G.pene,Fay Suite 250 D.U.,TX 75247 214-078-0227 Ph ASSOCIATES 21"78-0228 Fez PIEZOMETER SCHEMATIC PIEZOMETER NO.13-17P(Installed on 7/23/14) PROJECT NO.: DRAWING NO.: DG-12-15260.1 PLATE D-2 Depth Piezometer Details Description 0 Flush Mount Cover Concrete 5 ® t Bentonite Pellets o ° 8o 8 0 0 o g o 25 feet. 2" Dia. Sch.40 PVC Blank o ° o° o ° 0 o ° O 0 8 Gravel Pack 20/40 5 feet. 2" Dia. Slotted 0.010" Screen 29 Water Level Readings Date Depth (ft.) Elev. ft. 7/30/14 12.15 9/2/14 10.97 17 1-1John Ca.P—Fay Si.250 DAO TY75247 214d78-(P—n Ph A" .0 .ES 214L78-0278 Fax PIEZOMETER SCHEMATIC PIEZOMETER NO.B-25P(Installed on 7/23/14) PROJECT NO.: DRAWING NO.: DG-12-15260.1 PLATE D-3 WeII Report: Tracking#:373238 Page I of 2 STATE OF TEXAS WELL REPORT for Tracking #373238 Owner: City of Fort Worth-Robert Sauceda Owner Well#: BP-16P Address: 1000 Throckmorton Grid M 32-06-5 Fort Worth,TX 76102 Well Location: Old Denton Rd at Golden Triangle Latitude: 320 55'586'N Fort Worth,TX 76137 Well County: Tarrant Longitude: 097°18'26"W Elevation: 774 ft. GPS Brand Used: Magellan eXplorist 210 Type of Work: New Well Proposed Use: Monitor Drilling Date: Started:7/23/2014 Completed:7/23/2014 Diameter of Hole: Diameter:6 In From Surface To 20 ft Drilling Method: Other:Solid Flight Auger Borehole Gravel Packed From:4 ft to 20 ft Completion: Gravel Pack Size:0.02010.04 Annular Seal Data: 1 st Interval:From 0 ft to 2 ft with 1 cement(#sacks and material) 2nd Interval:From 2 ft to 4 ft with 1 bentonite(#sacks and material) 3rd Interval:No Data Method Used:place from surface Cemented By:Ron Randall Distance to Septic Field or other Concentrated Contamination:>200 ft Distance to Property Line:40 ft Method of Verification:site observation Approved by Variance:No Data Surface Alternative Procedure Used Completion: Water Level: Static level:6.2 ft.below land surface on 7/301,2014 Artesian flow:No Data Packers: No Data Plugging Info: Casing or Cement/Bentonite left In well:No Data Type Of Pump: No Data Well Tests: No Data Water Quality: Type of Water:shallow groundwater Depth of Strata:6 ft. Chemical Analysis Made:No Did the driller knowingly penetrate any strata which contained undesirable constituents:No Certification Data: The driller certified that the driller drilled this well(or the well was drilled under the drillers direct supervision)and that each and all of the statements herein are true and correct. The driller understood that failure to complete the required items will result in the log(s)being returned for completion and resubmittal. Company HVJ Associates-Ronald Randall Information: 8701 John Carpenter Fwy ste220 http://texaswellreports.twdb.state.tx.us/drillers-new/insertwellreportprint.asp?track=373238 9/4/2014 Well Report:Tracking#:373238 Page 2 of 2 Dallas,TX 75247 Driller License 59149 Number. Licensed Well 59149 Driller Signature. Registered Driller No Data Apprentice Signature: Apprentice No Data Registration Number: Comments: Surface completion with flush mount steel well cover on road surface.The well is used as a piezometer to measured depth to groundwater IMPORTANT NOTICE FOR PERSONS HAVING WELLS DRILLED CONCERNING CONFIDENTIALITY TEX.OCC,CODE Title 12,Chapter 1901.251.authorizes the owner(owner or the person for whom the well was drilled)to keep information In Well Reports confidential. The Department shall hold the contents of the well log confidential and not a matter of public record if it receives,by certified mail,a written request to do so from the owner. Please include the report's Tracking number(Tracking#373238)on your written request. Texas Department of Licensing&Regulation P.O.Box 12157 Austin,TX 78711 (512)463-7880 DESC.&COLOR OF FORMATION MATERIAL CASING, BLANK PIPE&WELL SCREEN DATA From(ft)To(ft) Description Dia. New/Used Type Setting From(ro 0-0.5 Asphalt 2 New Plastic Blank 0.15-10 0.5-14 Fill,tan clay and sand 2 New Plastic Screen 10-20 0.02 14-20 Weathereed Shale,tan and gray http://texaswellreports.twdb.state.tx.us/drillers-new/insertwellreportprint.asp?track=373238 9/4/20I4 Well Report: Tracking#:373246 Pagel of 2 STATE OF TEXAS WELL REPORT for Tracking#373246 Owner: City of Fort Worth-Robert Sauceda Owner Well#: BP-17P Address: 1000 Throckmorton Grid#: 32-06-5 Fort Worth,TX 76102 Well Location: Golden Triangle Blvd.75'W.Old Denton Rd. Latitude: 320 55'57"N Fort Worth,TX 76137 Well County: Tarrant Longitude: 097°18'28"W Elevation: 775 ft. GPS Brand Used: Magellan eXplorfst 210 Type of Work: New Well Proposed Use: Monitor Drilling Date: Started:7/2312014 Completed:7/23/2014 Diameter of Hole: Diameter:6 in From Surface To 30 ft Drilling Method: Other:Solid Flight Auger Borehole Gravel Packed From:5 ft to 30 ft Completion: Gravel Pack Size:0.02010.04 Annular Seal Data: 1st Interval:From 0 ft to 3 ft with 1 cement(#sacks and material) 2nd Interval:From 3 ft to 5 ft with 1 bentonite(#sacks and material) 3rd Interval:No Data Method Used:place from surface Cemented By:Ron Randall Distance to Septic Field or other Concentrated Contamination:>200 ft Distance to Property Line:100 ft Method of Verification:site observation Approved by Variance:No Data Surface Surface Slab Installed Completion: Water Level: Static level:8.54 ft.below land surface on 7/30/2014 Artesian flow:No Data Packers: No Data Plugging Info: Casing or Cement/Bentonite left in well:No Data Type Of Pump: No Data Well Tests: No Data Water Quality: Type of Water:shallow groundwater Depth of Strata:10 ft. Chemical Analysis Made: No Did the driller knowingly penetrate any strata which contained undesirable constituents:No Certification Data: The driller certified that the driller drilled this well(or the well was drilled under the driller's direct supervision)and that each and all of the statements herein are true and correct. The driller understood that failure to complete the required items will'result in the log(s)being returned for completion and resubmittal. Company HVJ Associates-Ronald Randall Information: 8701 John Carpenter Fwy ste220 http://texaswellreports.twdb.state.tx.us/drillers-new/insertwellreportprint.asp?track=373246 9/4/2014 Well Report: Tracking#:373246 Page 2 of 2 Dallas,TX 75247 Driller License 59149 Number. Licensed Well 59149 Driller Signature: Registered Driller No Data Apprentice Signature: Apprentice No Data Registration Number: Comments: Surface completion with upright steel well cover in concrete pad.The well is used as a plezometer to measured depth to groundwater IMPORTANT NOTICE FOR PERSONS HAVING WELLS DRILLED CONCERNING CONFIDENTIALITY TEX.OCC.CODE Title 12,Chapter 1901.251,authorizes the owner(owner or the person for whom the well was drilled)to keep information in Well Reports confidential. The Department shall hold the contents of the well log confidential and not a matter of public record if it receives,by certified mail,a written request to do so from the owner. Please include the report's Tracking number(Tracking#/373246)on your written request. Texas Department of Licensing&Regulation P.Q.Box 12157 Austin,TX 78711 (512)463-7880 DESC.&COLOR OF FORMATION MATERIAL CASING, BLANK PIPE&WELL SCREEN DATA From(ft)To(ft) Description Dia. New/Used Type Setting From/To 0-5 Fill,dark gray clay with gravel 2 New Plastic Blank 0-20 5-30 Clay,gray and yellowish brown 2 New Plastic Screen 20-30 0.02 http://texaswellreports.twdb.state.tx.us/drillers-new/insertwcllrcportprint.asp?track-373246 9/4/2014 Well Report:Tracking#:373244 Page 1 of 2 STATE OF TEXAS WELL REPORT for Tracking #373244 Owner: City of Fort Worth-Robert Sauceda Owner Well#: BP-25P Address: 1000 Throckmorton Grid M 32-06-5 Fort Worth,TX 76102 Well Location: Harmon Rd north of Josh Lane Latitude: 320 55'44"N Fort Worth,TX 76137 Well County. Tarrant Longitude: 0970 19'24"W Elevation: 792 ft. GPS Brand Used: Magellan eXplorist 210 Type of Work: New Well Proposed Use: Monitor Drilling Date: Started:7/2312014 Completed:7/23/2014 Diameter of Hole: Diameter.6 in From Surface To 29 ft Drilling Method: Other:Solid Flight Auger Borehole Gravel Packed From:8 ft to 29 ft Completion: Gravel Pack Size:0.02010.04 Annular Seal Data: 1 st Interval:From 0 ft to 5 ft with 1 cement(#sacks and material) 2nd Interval:From 5 ft to 8 ft with 1 bentonite(#sacks and material) 3rd Interval:No Data Method Used:place from surface Cemented By:Ron Randall Distance to Septic Field or other.Concentrated Contamination:>200 ft Distance to Property Line:75 ft Method of Verification:site observation Approved by Variance:No Data Surface Surface Slab installed Completion: Water Level: Static level: 12.15 ft.below land surface on 7/30/2014 Artesian flow:No Data Packers: No Data Plugging Info: Casing or Cement/Sentonite left in well:No Data Type Of Pump: No Data Well Tests: No Data Water Quality: Type of Water.shallow groundwater Depth of Strata: 13 ft. Chemical Analysis Made:No Did the driller knowingly penetrate any strata which contained undesirable constituents:No Certification Data: The driller certified that the driller drilled this well(or the well was drilled under the driller's direct supervision)and that each and all of the statements herein are true and correct. The driller understood that failure to complete the required items will result in the log(s)being returned for completion and resubmittai. Company HVJ Associates-Ronald Randall Information: 8701 John Carpenter Fwy ste220 http://texaswellreports.twdb.state.tx.us/drillers-new/insertwellreportprint.asp?track=373244 9/4/2014 Well Report: Tracking#:373244 Page 2 of 2 Dallas,TX 75247 Driller License 59149 Number. Licensed Well 59149 Driller Signature: Registered Driller No Data Apprentice Signature: Apprentice No Data Registration Number,. Comments: Surface completion with upright steel well cover in concrete pad.The well is used as a plezometer to measured depth to groundwater IMPORTANT NOTICE FOR PERSONS HAVING WELLS DRILLED CONCERNING CONFIDENTIALITY TEX,OCC.CODE Title 12,Chapter 1901.251,authorizes the owner(owner or the person for whom the well was drilled)to keep information in Well Reports confidential. The Department shall hold the contents of the well log confidential and not a matter of public record if it receives,by certified mail,a written request to do so from the owner. Please include the report's Tracking number(Tracking#373244)on your written request. Texas Department of Licensing&Regulation P.O.Box 12157 Austin,TX 78711 (512)463-7880 DESC.&COLOR OF FORMATION MATERIAL CASING,BLANK PIPE&WELL SCREEN DATA From(ft)To(11) Description Dia. New/Used Type Setting From/To 0-5 Fill,brown clay with gravel 2 New Plastic Blank 0-18 5-24 CLAY,gray and brown 2 New Plastic Screen 18-28 0.02 24-29 Shaley Clay,dark gray http://texaswellreports.twdb.state.tx.us/drillers-new/insertwellreportprint.asp?track=373244 9/4/2014 Houston 8701 John Carpenter Freeway,Suite 250 Austin Dallas,Texas 75247-4640 Dallas 214.678.0227 Ph San Antonio 214.678.0228 Fax ASSOCIATES www.hvj.com February 20, 2014 Mr. Donald Lange,PE Brown&Gay Engineers, Inc. 500 W. Th Street, Suite 1800 Fort Worth,Texas 76102 Re: Geotechnical Investigation Caylor Tank Resupply Main Fort Worth,Texas Owner: City of Fort Worth HVJ Project No. DG1215260 Dear Mr. Lange: Submitted herein are the design and construction recommendations for Caylor Tank resupply main in Fort Worth, Texas. Additional borings were drilled as part of Phase I to finalize the recommendations, the borings including one boring (BP-8) near Ridgeview Circle and Keller Hicks Road and three borings (BP-12, BP-13 and BP-14) on Keller Hicks Road from Grapeleaf Drive to Old Denton Road. The study was conducted in general accordance with our proposal number DG- 10-16600. A site plan showing the approximate boring locations is presented on the Plan of Borings, Plates 1. 1 FIELD EXPLORATION 1.1 General The field exploration program was performed on February 14, 2014. Subsurface conditions were evaluated by drilling and sampling four borings to depths of approximately 20 feet below the existing ground surface. 1.2 Sampling Methods Soil samples were obtained continuously to 10 feet and at 5-foot intervals thereafter to the maximum termination depth of the borings. Cohesive soil samples were obtained with a three-inch thin-walled (Shelby) tube sampler in general accordance with ASTM D-1587 standard. Each sample was removed from the sampler in the field, carefully examined and then classified. The shear strength of the cohesive soils was estimated by a hand penetrometer in the field. Suitable portions of each sample were sealed and packaged for transportation to our laboratory. Rock encountered was augured to the termination depth and evaluated by TxDOT cone penetrometer test. TxDOT cone penetrometer test was performed at approximately 5-foot intervals thereafter to the maximum termination depth. The test consists of driving a 3-inch diameter cone with a 170-pound hammer,which is dropped for a distance of 2 feet. The cone is seated and driven to 100 blows or 12 inches whichever comes first. Then it is driven for two consecutive 6-inch increments, and the blow counts for each increment are noted. In hard materials, the cone is driven with the resulting penetration in inches recorded for the 50 blows. The numbers of blows for each 1 6-inch increment and/or the amount of penetration for each 50 blows are presented on the boring logs. Detailed descriptions of the soils encountered in the borings are given on the boring logs presented on Plates 2 through 5. A key to the soils and rock classification and symbols used in the boring logs are also presented on Plates 6A&6B. 1.3 Groundwater Observations Groundwater was not encountered in any borings during drilling operations. However, it should be noted that groundwater levels will fluctuate with seasonal changes in moisture conditions. 2 LABORATORY TESTING Selected soil samples were tested in the laboratory to determine applicable physical and engineering properties. All tests were performed according to ASTM standards. These tests consisted of moisture content measurements, Atterberg limits, percent finer than No. 200 sieve, unconfined compression (UC), and unit dry weight tests. Test results are presented on the boring logs, Plates 2 through 5. 3 SITE CHARACTERIZATION 3.1 General Geolou According to the University of Texas at Austin, Bureau of Economic Geology "Geologic Atlas of Texas Dallas Sheet," the project area lies within the surface expression of Denton Clay (map symbol Kpd) deposits and Grayson Marl and Main Street Limestone undivided (map symbol Kgm) deposits. The Denton Clay mainly consists of alternating clay, marl, and limestone, total limestone in unit remains constant as amount of clay and marl varies. Grayson Marl deposits mainly consist of calcareous clay and marl, blocky yellowish gray and medium gray,limestone beds in upper one-third and thickness 60 to 100 feet thins northward. Main street limestone mainly consists of medium grained, chalky, units of calcareous shale, thin bedded to massive and thickness 20 to 35 feet, thins northward. 3.2 Soil Stratigraphy Our interpretation of soil and groundwater conditions at the project site is based on information obtained at the boring locations only. This information has been used as the basis for our conclusions and recommendations. Significant variations at areas not explored by the project borings may require reevaluation of our findings and conclusions. Based on our field investigation, the subsurface soils observed are presented below: Stratum Tvpes Encountered Approximate Depths of Strata Encountered at Borings (ft) Stratum Type BP-8 BP-12 BP-13 BP-14 Pavement+ Base(l) 0-1 0-1 0-1 0-1 2 Approximate Depths of Strata Encountered at Borings (ft) Stratum Type BP-8 BP-12 BP-13 BP-14 Fill(2) - 1-2 1-2 - Lean/Sandy Lean Clay 1-8 - 2-8 1-2 (CL)(3) Fat Clay(CH)(4) - 2-4 - 2-6 Limestone(5) 8-20(7) 4-18 8-200 8-20M Shale(6) - 18-200 - - Note: (1) Asphalt pavement+Base.Review boring logs for actual pavement thickness., (2) Fill material consists of sand with gravel and clay. (3) Soft to very stiff,occasionally sandy with gravel and limestone seams. (4) Very stiff,with sand and limestone seams. (5) Soft to very hard,slightly weathered with occasional shale scams. (6) Soft,weathered. (7) Boring termination depth. Detailed descriptions of the materials encountered in the borings are given on the boring logs presented in Plates 2 through 5. Key to the terms and symbols used for soil and rock classification on the boring logs is given n Plates 6A and 6B. 4 WATER LINE DESIGN CRITERIA AND RECOMMENDATIONS 4.1 General The project will involve construction of a new 42-inch water line. The exact invert depth was not available at the time of writing this report. We assumed that the invert depth will be between 5 and 20 feet below the existing ground surface. We also assumed that all lines will be installed using open- cut and/or auguring techniques. Our analyses and recommendations for open cut and/or auguring techniques are presented below. 4.2 Geotechnical Parameters Geotechnical design parameters are presented in the following table. These design parameters are based on field and laboratory test data obtained from the corresponding boring locations and at the approximate invert depth only. Please note that,because of the nature of the soil stratigraphy at this site, parameters at locations that deviate from the boring locations may vary substantially from values reported in the following table: 3 Undrained Shear Allowable BoringApproximate Stre th Invert Depth Soil Description Total (psi r Bearing No (B) Unit Friction Pressure Angle (psf) (deg) BP-8 5-8 Soft to stiff Lean Clay 125 1,500 2,500 BP-8 8-20 Unweathered Limestone 135 N/A >10,000 BP-12 5-18 Unweathered Limestone 135 N/A >10,000 BP-12 18-20 Weathered Shale 130 N/A 4,500 BP-13 5-8 Soft to very stiff Sandy Clay 125 2,100 3,500 BP-13 8-20 Unweathered Limestone 135 N/A 10,000 BP-14 5-6 Very stiff Fat Clay 125 3,000 4,500 BP-14 6-20 Unweathered Limestone 135 N/A >10,000 The values shown in the above table represent our interpretation of the soil properties based on the available laboratory and field test data. Use of the soil properties shown above may or may not be appropriate for a particular analysis, since choice of design parameters often depends on whether total or effective stress analysis is used, rate of loading, duration of loading, geometry of loaded area, and other factors. The total unit weight values shown above represent our interpretation of soil unit weight at natural moisture content. The undrained shear strength and allowable bearing pressure values represent our interpretation of the shear strength in clay soils based primarily on the results of unconfined compression tests, and hand penetrometer tests. The allowable bearing pressures include a factor of safety of 3. 4.3 Pipe Installation recommendations Pipe Design. The loads imposed on underground pipes depend principally upon the method of installation, the weight of overburden soils, roadway traffic load, and loads due to existing surface structures. The traffic load applied to the pipe can be calculated using 85% of wheel load with an impact factor of 1.5 for one foot of soil cover, 50% of wheel load with an impact factor of 1.35 for 2 feet of cover, and 30% of wheel load with an impact factor of 1.15 for 3 feet of cover. This results in a total design traffic load on the pipe or box culvert of about 1.28, 0.68 and 0.35 times the wheel load for 1, 2 and 3 feet of cover, respectively. For pipes or box culvert with four or more feet of cover, the traffic loads may be taken as a surcharge equivalent to 250 psf. The design of flexible pipes requires the modulus of soil reaction of the native soil Mn') in the trench wall as input. The En' values are based on empirical relationships to the soil consistency as defined by unconfined compression tests for cohesive soils. En' values for the native soils are presented in the following table. The En'values for short-term conditions in cohesive soils may be assumed to be 1.5 times the long-term values. These values are based on the soil data obtained at the boring locations only and may be used for the noted invert depth zone. 4 Undrained Shear E'n, Approximate Strength Boring Invert Depth Soil Description Total (psf)or Long No. (�) Unit Term Friction A (Psi ngle (deg) BP-8 5-8 Soft to stiff Lean Clay 125 1,500 600 BP-8 8-20 Unweathered Limestone 135 N/A 3,000 BP-12 5-18 Unweathered Limestone 135 N/A 3,000 BP-12 18-20 Weathered Shale 130 N/A 2,000 BP-13 5-8 Soft to very stiff Sandy Clay 125 2,100 1,000 BP-13 8-20 Unweathered Limestone 135 N/A 3,000 BP-14 5-6 Very stiff Fat Clay 125 3,000 2,000 BP-14 6-20 Unweathered Limestone 135 N/A 3,000 4.4 Open-Cut Excavation Considerations Excavations should satisfy two requirements. First, the soils above final grade.must be removed without disturbing the soil below excavation grade, which will support constructed facilities. Second, the sides of the excavation must be stable to prevent damage to adjacent streets and facilities as a result of either vertical or lateral movements of the soil. In addition, a satisfactory excavation procedure must include an adequate construction dewatering system to lower and maintain the water level at least a few feet below the lowest excavation grade. Excavation Stability. Excavations shall be shored, laid back to a stable slope or some other equivalent means may be used to provide safety for workers and adjacent structures. Assessment of the need for excavation sloping, use of trench boxes or other measures required providing a stable excavation and the use of appropriate construction practices and/or equipment is the contractor's responsibility. The following comments are intended to represent common solutions to stability problems encountered in similar soil conditions in the Dallas area, and may not be construed as excavation system design recommendations. The excavation operations shall be performed in accordance with 29 CFR Part 1926 subpart P, as amended, including rules published in the Federal Register, Vol. 54, No. 209, dated October 31, 1989, as a minimum. In addition, the provisions of legislation enacted by the Texas Legislature should be satisfied. Excavations . Trenches that are deeper than five feet deep should be appropriately sloped and protected in accordance with Table B-1, and shoring may be constructed in accordance with Table C-1.1, Table C-1.2 and Table C-1.3 of 29 CFR Part 1926. Soil types required by Table C-1.1,Table C-1.2 and Table C-1.3 (Trench Shoring-Minimum Timber Requirements) are given below: Boring OSHA Soil Type No. Depth of Trench(ft) ---F- 0-5 5-10 10-15 15-20 BP-8 B C C C BP-12 C C C C 5 Boring OSHA Soil Type No. Depth of Trench(ft) 0-5 5-10 10-15 15-20 BP-13 C C C C BP-14 B C C C 4.5 Select Fill and General Earthwork Recommendations Select fill required to raise the grade or backfill should consist of lean silty or sandy clay with a liquid limit less than 40 and a plasticity index between 7 and 20. Fill material that is used should be placed in loose lifts not exceeding eight inches and should be compacted to 95 percent of standard Proctor maximum dry density as determined by ASTM D698. 5 DESIGN REVIEW HVJ Associates, Inc. should review the design and construction plans and specifications prior to release to make certain that the geotechnical recommendations presented herein have been properly interpreted. Our current scope of services does include an allowance for such review. 6 LIMITATIONS This investigation was performed for the exclusive use of Brown & Gay Engineers, Inc. to provide geotechnical investigations for the proposed Caylor Tank Resupply Main in Fort Worth,Texas. HVJ Associates, Inc. has endeavored to comply with generally accepted geotechnical engineering practice common in the local area. HVJ Associates, Inc. makes no warranty, express or implied. The analyses and recommendations contained in this report are based on data obtained from subsurface exploration, laboratory testing, the project information provided to us and our experience with similar soils and site conditions. The methods used indicate subsurface conditions only at the specific locations where samples were obtained, only at the time they were obtained, and only to the depths penetrated. Samples cannot be relied on to accurately reflect the strata variations that usually exist between sampling locations. Should any subsurface conditions other than those described in our boring logs be encountered, HVJ Associates, Inc. should be immediately notified so that further investigation and supplemental recommendations can be provided. Sincerely, HVJ ASSOCIATES, INC. Texas Firm Registration No. F-000646 +••�OF����� 11 ot ....:*/I ......FAUI N. FARAJ�rtZl� ...� .............. .......... 96707 Fadi N. Faraj,PE goo el I. NS�� � - Dallas Branch Manager ��``ON;;,`••= FF/RE 2/20/2014 6 Attachments: Plate 1, Plan of Borings Plate 2 through 5,Boring logs Plate 6A and 6B,Key to terms and symbols 7 IY � �� �' 1 - �I- • , r � 1 1 • r' I 1 1 + • i 1 ,l C- i i ; Lip ■� j i I •i' �',ul;alis�nuuua• n. ■ Al •4 •ti ti r� LOG OF BORING Project: CAYLOR TANK RESUPPLY MAIN Project No.: DG-12-15260 Boring No.: BP-8 Drill Date: 2/14/2014 Elevation: Groundwater during drilling: Dry Northing: -- Station: -- Groundwater after drilling: Dry Easting: -- Offset: -- W ELEV. SOIL SYMBOLS Z W in SHEAR STRENGTH,TSF DEPTH, SAMPLER SYMBOLS SOIL/ROCK CLASSIFICATION No w� - CLN oa 0.5 1.0 1.5 2.0 FEET AND FIELD TEST DATA z 0 MOISTURE O CONTENT,%o PLASTIC LIMIT Ii LIQUID LIMIT 0 10 20 30 40 50 60 70 80 90 7 inches of ASPHALT PAVEMENT ........................................................................ LEAN CLAY WITH SAND(CL),soft to stiff,dark brown and yellow,with limestone seams below 5 feet I 80 107 5 (9/6"}(10/6") 75 ........................................................................ LIMESTONE,soft to very hard,tan,weathered,soft layers below 19 feet 10 (50/0.25")-(50/ .125") -15 (50/0.25")-(50/(.25") v 0 a 0 x a z a 20 (16/6')-(19/6') ——————————————————————— w x U Z V N N O U o Shear Types: •= Hand Penet. ■=Torvane A =Unconf. Comp. CIE= UU Triaxial J O o See Plate 3 for boring location. PLATE 2 0 0 J ASSOCIATES LOG OF BORING Project: CAYLOR TANK RESUPPLY MAIN Project No.: DG-12-15260 Boring No.: BP-12 Drill Date: 2/14/2014 Elevation: Groundwater during drilling: Dry Northing: -- Station: - - Groundwaterafter.drilling: Dry Easting: -- Offset: -- W ELEV. SOIL SYMBOLS z w SHEAR STRENGTH,TSF LL DEPTH, SAMPLER SYMBOLS SOIUROCK CLASSIFICATION Uo W0 a N }a 0.5 1.0 1.5 2.0 FEET AND FIELD TEST DATA a z p MOISTURE O CONTENT,% PLASTIC LIMIT 1- i LIQUID LIMIT 0 10 20 30 40 50 60 70 80 90 9 inches of ASPHALT PAVEMENT �'•:: '• SAND 1iVITH•GRAVEIAND CLAY,browri(possible fill) 7 FAT CLAY(CH),very stiff,dark brown,with limestone seams 96 LIMESTONE,soft to hard,tan,weathered,with gray shale seams below 14 feet 10 (50/1")-(50/0.7 ") 15 (31/6")-(47/6") v 41-4 0 a 0 _ SFIALE,soft,dark gray,weathered a C? z w20 (44/6")--(50/5.5" ——————————————————————-- zz v N_ 0 O (7 z -25 Shear Types: •= Hand Penet. ■=Torvane A= Unconf. Comp. CIE= UU Triaxial J_ O o See Plate 3 for boring location. PLATE 3 0 J ASSOCIATES LOG OF BORING Project: CAYLOR TANK RESUPPLY MAIN Project No.: DG-12-15260 Boring No.: BP-13 Drill Date: 2/14/2014 Elevation: Groundwater during drilling: Dry Northing: -- Station: -- Groundwater after drilling: Dry Easting: -- Offset: -- ELEV. SOIL SYMBOLS _z w in SHEAR STRENGTH,TSF DEPTH, SAMPLER SYMBOLS SOIL/ROCK CLASSIFICATION (n0 Z� <0 WU Qa }a 0.5 1.0 1.5 2.0 FEET AND FIELD TEST DATA o p Z o MOISTURE O CONTENT, PLASTIC LIMIT I LIQUID LIMIT 0 10 20 30 40 50 60 70 80 90 ib'i'iches.of ASPHALT PAVEMENT ........................................................................ CLAYEY SAND WITH GRAVEL(SC),dark brown (possible fill) 23 ........................................................................ SANDY CLAY(CL),soft to very stiff,dark brown 105 A 5 (6/6")-(7/6") 67 ........................................................................ LIMESTONE,very hard,tan,weathered,with gray shale seams below 18 feet 10 (50/0.25")-(50/ .25") -15 (50/0.25")-(50/ .25") v 0 a 0 c� a' Z w 20 (50/4.5")-(46/6" — ———————————————— W U Z V N_ N z o Shear Types: •= Hand Penet. ■=Torvane A= Unconf. Comp. CIE= UU Triaxial 3 J_ p o See Plate 3 for boring location. PLATE 4 O J ASSOCIATES LOG OF BORING Project: CAYLOR TANK RESUPPLY MAIN Project No.: DG-12-15260 Boring No.: BP-14 Drill Date: 2/14/2014 Elevation: Groundwater during drilling: Dry Northing: -- Station: - Groundwater after drilling: Dry Easting: -- Offset: -- ELEV. SOIL SYMBOLS z w SHEAR STRENGTH,TSF DEPTH, SAMPLER SYMBOLS SOIL/ROCK CLASSIFICATION U)o W0 W_ a N a 0.5 1.0 1.5. 2.0 FEET AND FIELD TEST DATA o p z MOISTURE O CONTENT,% PLASTIC LIMIT LIQUID LIMIT 0 . . . . 10 20 30 40 50 60 70 80 90 .7 inches of ASPHALT PAVEMENT SANDY CLAY(CL),very stiff,dark brown,with gravel seams 69 ° FAT CLAY(CH),very stiff,brown and gray,with limestone seams at 5 feet 102 (19/6")-(39/6") .....................................................I.................. LIMESTONE,soft to very hard,tan and gray, weathered 10 (50/4.5")-(50/3. ") 15 (50/0.25")-(50/ .25") v 0 a 0 c� a 0 z Wzo (50/0.75")-(50/ .5"j————— ———————————— U Z V N N Z -25 Shear Types: •= Hand Penet. ■=Torvane A = Unconf. Comp. CIE= UU Triaxial J_ O o See Plate 3 for boring location. PLATE 5 0 J ASSOCIATES SOIL SYMBOLS I SAMPLER TYPES Soil Types . Thin Walled � No Recovery M '10 �® Shelby Tube Clay Silt Sand Gravel ® Split Barrel R Auger Modifiers ® ova Liner Tube Jar Sample Clayey Silty Sandy Cemented Construction Materials WATER LEVEL SYMBOLS Groundwater measured after drilling 4 n n n n n�� operations Asphaltic Stabilized Fill or Portland Groundwater measured during drilling Concrete Base Debris Cement — operations Concrete SOIL GRAIN SIZE Particle Size or Sieve Classification Particle Size No.(U.S. Standard) Clay <0.002 mm <0.002 mm Silt 0.002-0.075 mm 0.002 mm-#200 sieve Sand 0.075-4.75 mm #200 sieve-#4 sieve Gravel 4.75-75 mm #4 sieve-3 in. Cobble 75-200 mm 3 in.-8 in. Boulder > 200 mm >8 in. DENSITY OF COHESIONLESS SOILS CONSISTENCY OF COHESIVE SOILS Penetration Consistency Undrained Shear Penetration Descriptive Resistance"N"* Strength(tsf) Resistance"N" Term Blows/Foot Blows/ft Very Soft 0-0.125 <2 Very Loose 0-4 Soft 0.125-0.25 2-4 Loose 4-10 Firm 0.25-0.5 4-8 Medium Dense 10-30 Stiff 0.5—1.0 8-15 Dense 30-50 Very Stiff 1.0—2.0 15-30 Very Dense > 50 Hard >2.0 >30 PENETRATION RESISTANCE ### Blows required penetrating each of three consecutive 6-inches per ASTM D-1586' 50/4" If more than 50 blows are required,driving is discontinued and penetration at 50 blows is noted (4/6") Texas Cone Penetration blows required penetrating each of two consecutive 6-inches per TEX-132-E *The N value is taken as the blows required to penetrate the final 12 inches TERMS DESCRIBING SOIL STRUCTURE Slickensided Fracture planes appear polished or Intermixed Soil sample composed of pockets of glossy,sometimes striated different soil type and laminated or Fissured Breaks along definite planes of fracture stratified structure is not evident with little resistance to fracturing Calcareous Having appreciable quantities of calcium Inclusion Small pockets of different soils,such carbonate as small lenses of sand scattered Ferrous Having appreciable quantities of iron through a mass of clay Nodule A small mass of irregular shape Parting Inclusion less than 1/4 inch thick extending through the sample Seam Inclusion 1/4 inch to 3 inches thick D.U.,T c.�"u gays" zso as, %75217 - extending through the sample 2:4-67"227Ph 24b78.0--S firs Layer Inclusion greater than 3 inches thick nssocures extending through the sample Laminated Soil sample composed of alternating FKEY TO TERMS AND SYMBOLS partings of different soil type USED ON BORING LOGS Stratified Soil sample composed of alternating seams or layers of different soil type PROJECT NO.: DRAWING NO.: DG-12-15260 PLATE 6A ROCK TYPES SAMPLER TYPES Limestone Im Shale : : : : Sandstone , Thin-Wailed Rock Core Tube fl Weathered _= Weathered Weathered ® Standard Auger Sample Limestones Shale Sandstone Penetration Test Highly ®_ Dolomite Granite THD Cone + Bag Sample Weathered Penetration Limestone s Test HARDNESS SOLUTION AND VOID CONDITIONS Very soft Can be carved with a knife,broken with finger pressure, or UCS less than 30 tsf soft Can be gouged or grooved readily with a knife, Void Interstice; a general term for pore space or UCS between 30 and 100 tsf or other openings in rock. Moderately Hard Can be scratched easily with a knife,or UCS between 100 and 250 tsf Hard Can be scratched rarely with a knife,or UCS greater than 250 tsf Cavities Small solutional concavities. Very Hard Cannot be scratched with a knife vuggy containing small cavities, usually lined WEATHERING GRADES OF ROCKMASS(1) with a mineral of different composition from that of the surrounding rock. Slightly Discoloration indicates weathering of rock material Vesicular Containing numerous small, unlined and discontinuity surfaces. cavities, formed by expansion of gas _bubbles or steam during solidification of Moderately Less than half of the rock material is decomposed the rock, or disintegrated to a soil. Porous Containing pores, interstices,or other Highly More than half of the rock material is decomposed openings which may or may not or disintegrated to a soil. interconnect. Completely All rock material is decomposed and/or Cavernous Containing cavities or cavems,sometimes disintegrated into soil. The original mass structure quite large. Most frequent in limestones is still largely intact. and dolomites. Residual Soil All rock material is converted to soil. The mass structure and material fabric are destroyed. JOINT DESCRIPTION SPACING INCLINATION SURFACES Very Close <2" Horizontal 0-5 Slickensided Polished, grooved Close 2"-12" Shallow 5-35 Smooth Planar Medium Close 12"-3' Moderate 35-65 Irregular Undulating or granular Wide >3' Steep 65-85 Rough Jagged or pitted Vertical 85-90 REFERENCES: BEDDING THICKNESS(2) (1) British Standard (1981)Code of Practice for Site Investigation, Very Thick >4' BS 5930, Thick 2'-4' Thin 2"-2' (2)The Bridge Div.,Tx. Highway Dept. Foundation Exploration& Very Thin 1/2"-2" Design Manual, 2nd Division, revised June, 1974. Laminated 0.08"-1/2" Thinly Laminated <0.08" Information on each boring log is a compilation of subsurface 870t JuM Cuff—,Fay5 ire 250 D.U.,TTK 752a7 conditions and soil and rock classifications obtained from the 2nh67802-17Ph field as well as from laboratory testing of samples. Strata have ^_°" ^rE= 2""78-0228F°. been interpreted by commonly accepted procedures. The stratum lines on the logs may be transitional and'approximate in KEY TO TERMS AND SYMBOLS nature. Water level measurements refer only to those observed USED ON BORING LOGS at the times and places indicated, and may vary with time, geologic condition or construction activity. PROJECT NO.:DG-12-15260 DRAWING NO.:PLATE 6B GC-4.04 Underground Facilities CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 m a 0 m � ~ L ry � a Y N � G B U L c Z F A ¢ m U 2 00 � — w m o � � N m pl e`i n n \ W �m m oo cri n m Q ti m E O n n t- � N r1 b r m N tl w 3 0 w O q ._ t � a � O > > w Qj � o w �.. .. . RL .. LN n n r m a 0 0 0 0 m c t a s v N Z Z N E Z Z ul � o N d. m � N a 3 m a o 0 U p w p c m ti ; U a 0 K j LL m c w N o. Z G � E mz — — 3 m E # A w m m GC-6.06.D Minority and Women Owned Business Enterprise Compliance Minority Business Enterprise Specifications - SPECIAL INSTRUCTIONS FOR BIDDERS MBE Subcontractors/Suppliers Utilization Form Prime Contractor Wavier Form MBE Good Faith Effort Form MBE Joint Venture Eligibility Form CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 FO RT WO RT H City of Fort Worth Minority Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract is greater than$50,000,then a MBE subcontracting goal may be applicable. If the total dollar value of the contract is$50,000 or less,then an MBE subcontracting goal is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance applies to this bid. MBE PROJECT GOALS The City's MBE goal on this project is 15 %of the total bid (Base bid applies to Parks and Community Services). Note: If both MBE and SBE subcontracting goals are established for this project,.then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts greater than $50,000 where a MBE subcontracting goal is applied, bidders are required to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation,or; 3. Good Faith Effort documentation,or; 4. Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated, in order wamigiffiNNOW specifications. r Cda a 1� o, . view 1. Subcontractor Utilization Form, if goal is received by 5:00 p.m., five (5) City business days after the bid met or exceeded: opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if participation is less than opening date,exclusive of the bid opening date. stated goal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if no MBE participation: opening date,exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received by 5:00 p.m., five (5) City business days after the bid perform all subcontracting/supplier work: opening date,exclusive of the bid opening date. 5. Joint Venture Form, if utilize a joint venture received by 5:00 p.m., five(5) City business days after the bid to met or exceed goal. opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE,WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions, please contact the M/WBE Office at(817)212-2674. Rev.5/30/12 ATTACHMENT`1A Page 1 of 4 FORT WORTH �,L--- City of Fort Worth MBE Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime PROJECT NAME: M/W/DBE NOWM//WDBE Northside II 48-Inch Water Main, Phase I, Part 2 BID DATE City's MBE Project Goal: Prime's MBE Project Commitment: PROJECT NUMBER 15 Rio Rio 02082 Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening,exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MBE firm(s) listed in this utilization. schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications MBEs listed toward meeting the project goal must be located in the six(6) county marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Dallas, Denton, Johnson, Parker. and Wise counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 1 St tier, a payment by a subcontractor to its supplier is considered 2"d tier ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. If hauling services are utilized, the prime will be given credit as long as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from; another MBE firm, including MBE owner-operators, and receive full MBE credit. The MBE may lease trucks from non-MBEs, including owner-operators, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement. Rev.5/30/12 FOR_T WORTH ATTACHMENT 1A Page 2 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority aril non MBEs. MBE firms are to be listed first,use additional sheets if necessary. If a subcontractor/supplier is identified as an SBE please attach a copy of the firm's SBE certification if they have not previously registered with the City's M/WBE Office,which may be contacted for verification. Please note that only certified MBEs will be counted to meet an MBE goal. Attach N NCTRCA Certificate o SUBCONTRACTORISUPPLIER T n Detail Detail Company Name i Subcontracting Supplies Dollar Amount Address e M W S M Work Purchased Telephone/Fax r B B B B E E E E El El F-1 Rev.5/30/12 FdR TWORTH ATTACHMENT 1A Page 3.of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. Please list MBE firm's first,use additional sheets if necessary. If a subcontractor/supplier is identified as an SBE, please attach a copy of the firms SBE certification if they have not previously registered with the City's MNVBE Office which may be contacted for verification. Please note that only certified MBEs will be counted to meet an MBE goal. Attach N NCTRCA Certificate 0 SUBCONTRACTOR/SUPPLIER T Detail Detail Company Name i Subcontracting Supplies Dollar Amount Address e M W S M Work Purchased Telephone/Fax r B B B B E E E E El E F-1 F-1 Rev.5/30/12 ATTACHMENT 1A FORT WORTH Page 4 of 4 Total Dollar Amount of MBE Subcontractors/Suppliers Total Dollar Amount of Non-MBE Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT.OF ALL SUBCONTRACTORS/SUPPLIERS $ The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval o Change/Addition form. Any unjustified change or deletion shall be a material breach of contract and may _ result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed MBE goal. If the, detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds fa terminating the contract or debarment from City work for a period of not less than three (3) years and fo. initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Authorized Signature Printed Signature Title Contact Name/Title(if different) Company Name Telephone and/or Fax Address E-mail Address City/State/Zip Date Rev.5/30/12 ATTACHMENT I FORT WORTH Page 1 of 1 City of Fort Worth Prime Contractor Waiver Form PRIME COMPANY NAME: Check applicable block to describe prime PROJECT NAME: MM//DBE NON-M/M/DBE Northside II 48-Inch Water Main, Phase I, Part 2 BID DATE City's MBE Project Goal: Prime's MBE Project Commitment: PROJECT NUMBER 15 % I Rio 1 02082 If both answers to this form are YES, do not complete ATTACHMENT 1C (Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1C. This form is only applicable if both answers are yes. Failure to complete.this form in entirety and be received by the Managing Department on or before 6:00 p.m.,five(6) City business days after bid opening, exclusive of the bid opening date,will result in the bid being considered non-responsive to bid specifications. Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this NO project,this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project,this is your normal business practice and provide an inventory profile of your business. NO The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) on this contract, the payment therefore and any proposed changes to the original MBE(s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the MBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one(1) year. Authorized Signature Printed Signature Title Contact Name(if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Rev.5130/12 ATTACHMENT I Page 1 of 3 FORT WORTH City of Fort Worth MBE Good Faith Effort Form PRIME COMPANY NAME: Check applicable block to describe prime PROJECT_NAME: MM//DBE NON-M//WDBE Northside II 48-Inch Water Main, Phase I, Part 2 BID DATE City's MBE Project Goal: Prime's MBE Project Commitment: PROJECT NUMBER -1 5 °i° °i° 02082 if the Offeror did not meet or exceed the MBE subcontracting goal for this project, the Offeror must complete this form. If the Offeror's method of compliance with the MBE goal is based upon demonstration of a "good faith effort", the Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with-each item, 1 thru 11 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts or intentional discrimination by the Offeror. Failure to complete this form, in its entirety with supporting documentation,and it being submitted to and received by the Managing Department on or before 5:00 p.m.five(5) City business days after bid opening, exclusive of bid opening date,will result in the bid being considered non-responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity for the completion of this project, regardless of whether it is to be provided by a MBE or non-MBE. (DO NOT LIST NAMES OF FIRMS) On all projects, the Offeror must list each subcontracting and or supplier opportunity regardless of tier. (Use additional sheets,if necessary' List of Subcontracting Opportunities List of Supplier Opportunities Rev.5/30/12 ATTACHMENT IC Page 2 of 3 2.) Obtain a current(not more than two(2) months old from the bid open date) list of MBE subcontractors and/or suppliers from the City's M/WBE Office or the City's website. Yes Date of Listing "No 3.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? ❑ Yes (If yes,attach MBE mail listing to include name of firm and address and a dated copy of letter mailed.) =No 4.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone,exclusive of the day the bids are opened? Yes (if yes,attach list to include name of MBE firm,person contacted,phone number and date and time of contact.) � pNo 6.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by facsimile(fax), exclusive of the day the bids are opened? _aYes (if yes,attach list to include name of MBE firm,fax number and date and time of contact. In addition,if the fax is returned as undeliverable,then that"undeliverable confirmation"received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation and/or"undeliverable confirmation" documentation may render the GFE non-responsive.) No 6.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by email,exclusive of the day the bids are opened? _Yes (If yes,attach email confirmation to include name of MBE firm,date and time.In addition,if an email is returned as undeliverable,then that"undeliverable message"receipt must be printed directly from the email system for proper documentation. Failure to submit confirmation and/or"undeliverable message"documentation may render the GFE non-responsive.) =No NOTE: The four methods identified above are acceptable for soliciting bids, and each selected method must be applied to the applicable contract. The Offeror must document that either at least two attempts were made using two of the four methods or that at least one successful contact was made using one of the four methods in order to be deemed responsive to the Good Faith Effort requirement. NOTE: The Offeror must contact the entire MBE list specific to each subcontracting and supplier opportunity to be in compliance with questions 3 through 6. 7.) Did you provide plans and specifications to potential MBEs? _Yes F-1 No 8.) Did you provide the information regarding the location of plans and specifications in order to assist the MBEs? Yes No Rev.5/30/12 ATTACHMENT 1C Page 3 of 3 9. Did you prepare a quotation for the MBEs to bid on goods/services specific to their skill set? LJ Yes (if yes,attach all copies of quotations.) No 10. Was the contact information on any of the listings not valid? _JJYes (if yes,attach the information that was not valid in order for the MIWBE Office to address the corrections =No needed.) 11.)Submit documentation if MBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the MBE was rejected and any supporting documentation the Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Offeror will provide for confidential in-camera access to and inspection of any relevant documentation by City personnel. Please use additional sheets,if necessary,and attach. Company Name Telephone Contact Person Scope of Work Reason for Rejection ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain MBE participation on this project. The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or. .knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance shall create a material breach of Rev.5130112 ATTACHMENT 1C Page 4 of 3 contract and may result in a determination of an irresponsible offeror and debarment from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the MBEs) listed was/were contacted in good faith. It is understood that any MBEs) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City's MNVBE Office. Authorized Signature Printed Signature Title Contact Name and Title(if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Rev.5130112 Joint Venture Page 1 of 3 FORT WORTH CITY OF FORT WORTH MBE Joint Venture Eligibility Form All questions must be answered;use"NIA"if not applicable- Name of City project: Northside II 48-Inch Water Main,Phase I,Part 2 A joint venture form must be completed on each project RFPBid/Purchasing Number: 02082 1.Joint venture information: Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Facsimile: E-mail address: Cellular: Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the hint venture MBE firm Non-MBE firm name: T name: Business Address: Business Address: City,State,Zip: City,State,Zip: Telephone Facsimile E-mail Telephone Facsimile Cellular Cellular Certification Status: E-mail address Name of Certifying Agency: 2. Scope of work performed by the Joint Venture: Describe the scope of work of the MBE: Describe the scope of work of the non-MBE: Rev.5/30/12 Joint Venture Page 2 of 3 3.What is the percentage of MBE participation on this joint venture that you wish to be counted toward meeting the project goal? 4.Attach a copy of the joint venture agreement. 5.List components of ownership of joint venture: (Do not complete if this information is described in joint venture agreement) Profit and loss sharing: Capital contributions,including equipment: Other applicable ownership interests: 6.Identify by name,race,sex and firm those individuals(with titles)who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating b. Marketing and Sales c. Hiring and Firing of management personnel d. Purchasing of major equipment and/or supplies Supervision of field operations The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the MBE percentage 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 individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's M/WBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's BDE Ordinance. Rev.5130/12 Joint Venture Page 3 of 3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore,the undersigned shall agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books,records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts. - -- --- -------------------------------------------------------------------------------------------------- Name of MBE firm Name of non-MBE firm Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date Date Notarization State of County of On this day of ,20 , before me appeared and to me personally known and who,being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public Print Name Notary Public Signature Commission Expires (Seat) Rev.5/30/12 GC-6.07 Wage Rates CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 Broom or Sweeper Operator $ 11.74 Concrete Finisher,Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete Saw Operator $ 14.48 Crane Operator,Hydraulic 80 tons or less $ 18.12 Crane Operator,Lattice Boom 80 Tons or Less $ 17.27 Crane Operator,Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 Electrician $ 19.80 Excavator Operator,50,000 pounds or less $ 17.19 Excavator Operator,Over 50,000 pounds $ 16.99 Flagger $ 10.06 Form Builder/Setter,Structures $ 13.84 Form Setter,Paving&Curb $ 13.16 Foundation Drill Operator,Crawler Mounted $ 17.99 Foundation Drill Operator,Truck Mounted $ 21.07 Front End Loader Operator,3 CY or Less $ 13.69 Front End Loader Operator,Over 3 CY $ 14.72 Laborer,Common $ 10.72 Laborer,Utility $ 12.32 Loader/Backhoe Operator $ 15.18 Mechanic $ 17.68 Milling Machine Operator $ 14.32 Motor Grader Operator,Fine Grade $ 17.19 Motor Grader Operator,Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 Reclaimer/Pulverizer Operator $ 11.01 Reinforcing Steel Worker $ 16.18 Roller Operator,Asphalt $ 13.08 Roller Operator,Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 15.96 Spreader Box Operator $ 14.73 Truck Driver Lowboy-Float $ 16.24 Truck Driver Transit-Mix $ 14.14 Truck Driver,Single Axle $ 12.31 Truck Driver,Single or Tandem Axle Dump Truck $ 12.62 Truck Driver,Tandem Axle Tractor with Semi Trailer $ 12.86 Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis-Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas'Standard Job Classifications and Descriptions for Highway, Heavy,Utilities,and Industrial Construction in Texas. Page 1 of 1 GR-01 60 00 Product Requirements CITY OF FORT WORTH Northside II 48-Inch Water Main,Phase I Part 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02082 Revised July 1,2011 CITY OF FORT WORTH WATER DEPARTMENTS UPDATED 10-22-2014 STANDARD PRODUCTS LIST 2 0.. 11 0 O 00 WASTEWATER Manhole Inserts EI-14 M..h.le Insert K..—Ent sty Madeto Oda-PWd. ASTMD 1241 Fm24-dies. EI-14 M®hok ksat South wcst«n Pa Mede.Oder-Ptwi. ASTMD 1249 For24'dia. EI-14 Msnhoklnxd NoOaw-ldlow Mede.Ord<r-Plastic ASTMD 1248 Fer24•die. 092396 E144 M.W.1nsert Somh—tan Peskin &SWs-Ina - Ufts -Steinl<.Stai Fm24'die. 092396 EI-14 ManM1ol<ksut Swthwestan Pa<kin&SWs,fa T.d dok-SteW—SIa1 Fm24'dia Manholes&Bases/Frames&Covers/Rectangular MmM1ole Fnm.and Covsrs Western I—Works,Bass&Ha z Found Mot 24`x40'WD ManM1ole Frame aid Covers Vulcan F..dy 6780 24'z40'WD Manholes&Bases/Frames&Covers/Standard(Round) EI-M Manhole F—..d Cores Weston lore Works,B.s&lU Foond 30024 24'Do. EI.14 Manhole Frames and Coven M.Kinl itm Worts fin. A 24 AM 24'Di.. EI-14 Manhok Fremesend Corers Neenah C.' 24"Dies- EI-14 Manhole Frsm<send Corers Vukm F..Mw 1342 ASTMA48 24'Da. E1-14 Manhole Fnmesmid Corers Si rim MH-144N EI.14 Manhole Frames and Cosecs Si lion MH-143N EI-14 M.W.Frames nd Covers Pont-A-Mmssm GTS-STD 24"di.. M44 Msnhak Fnmesend Colors Neenah Cos' 24-die. 1013 U06 EI-I4 Manhole Frames etd Corers(I6 ed) P—m Hk ed Mail.lore Manimk ASTM A536 24'Die. 725101 EI-14 M.fiole Frames end Corers Sit-G Wn Pi i amres/rexus RE32-REFS 30'Di.. OI/3H06 EI-14 30'DI MH Rin .d Corer Fist Jordan I—Works V 1432-2 nd V 1483 Deli s AASHr0 M30&04 30"Dia- limlo EI-14 30.Df MHRk .M Cora Si MH1651FWN&MH16502 30'Di. O7119111 E1I4 30'DIMHZnS-dCaw S.Fti Pm&- MtD2FM&&DC 30'M O8/10/II EI-14 30-DI MH Rig end Cow A<mc.t 220700 ffnV Dty wilb Caskd Ring 301D'i. 30'ERGO XL Aaeera�y l0/ 13 EI-14 W-M MH Riiead Cow Olmr d 1"61e3 Eu J.,d.lore Woks vrith Cam L- MPfvr-al*r ASSMO MI03&ASM A536 30"Dies Manholes&Bases/Frames&Covers/Water Tight&Pressure Tight E144 Manbole Frames and Gown P-1-A-Mauswn Pami ht 24'Die. EI.14 Manhole Formes erd Covers Neenah Cestin 24' - EI-14 Menhok Frsmesend Covers V.I—F..-Ay 2342 ASMA48 24'D4. Et-14 M.W.F.--d Coven W.—lore WOdts,Basf&My,F—dy 300-24P 24'Di.. s EI-14 M.W.Fmmd and Covers M.Kinle Iron Works I— WPA24AM 24'M. 03109MO ---EI.14 1 -Miubule Frames am Covers Accuc.t RC-2100 ASTMA49 24-EX.. 04rml EI-14 Manhole F—..d Covers Senor industries Private Lid. 300-24-23.75 Ri end Cover ASTMA48 24'Dic Manholes&Bases/New/Components 072397 JUmlh..H m 'lie W,,,.P A.hiK K.K. Adeka Ulme-SW P-201 ASTM D2240/D412)W92 { 0426/00 O0'ut I"'fm4'Dun.MH Henson Coxrete Podu Drswin M-35-0048-001 lE 0426N0 Profile Casket fro'Dem.MH Press-Seal G.kd Co 2504G G.W ASTM G-443/G36I SS MH M2699 HDPE M.M.Adusmrmt Rk Ledtccb,1. HDMAd-.,tenant RingNan-In6e env 5/13A5 Manhok Eztrnul Wn C..--CPS Wm'dScd M.W.E— htim5 — Manholes&Bases/New/Preeast Concrete EI-14 Menhok,Pr Cmeete Hd.CmduilC SPL Item 949 ASTM C479 48' EI-14 Manhole.Prt Cmcmte Wa11 C—rc .Pip,C.I— ASTM C-443 48' EI-14 Manhde.Precast Cmaete Hasm finial Gi0'osd-Hdl ASTM C 478 49' 0426/00 EI-14 MH,Sigl,Offset Seri Joint Henson T FDx 35-0048-001 ASTM C 478 48'Dam MH 092396 EI44 Manhole,Pmcast C.<rete Cmaete Poduct IM. 48-I.D.Mmbole wd 32'Core ASTM C 478 48-w32'cane 0830T)6 EI44 Menhd,Precast C<ncxte The Turner Can 48'I.D.M.hf.w/24'C., ASTM C 478 48' 1027/O6 EI-14 M.hk.PncaslCmeee Oldw0e Pr«.tlnc. 48'I.D.M.hde w/24'Cm< ASMC 478 48"D'umw24'Ri MID9110 EI-14 Minh k,P—(Rcirracc xooncs< US Coen Rdnf cd Nl Carte ASTM C-76 48"m72- Manholes&Bases/New/Fiberglass i2699 F .s Menbolc Fluid CmuinmrnL lea Flowtite ASTM 3753 Nm-m UE.area 08130106 Fibe ass Manlnle LF.Mmufaciurm Nor-tnaic era Manholes&Bases/Rehab Systems/Cementitious E1MennakR<n.bs lama odor 0423N1 EI-14 Manhole RehabB tams Standard C<ment Materiais,I.. Relines MSP EI-14 Menhok Rehabs tams AP/M N-.f 420101 EI-14 Mmhok Rehabs tam Shoe Com n Slmn SW M52A RehsbS teen 5/1293 EI-14 Mnnhde Rehabs tam Pd-tri ezTechnol MH ua to st ina11n0on ASTM D5813 0830/06 GenenlCmcrtle R< Fl<sKrtte Tcchw Wni Pdvo R it Product Mix.Ux Manholes&Bases/Rehab Svstems/NonCementitious 05120M EI-14 M.hok RehebS terns S SRTY Well .th..C.&g ASTM D639ID790 E144 Mmhok Rehabs tams Sun Coast 17J14101 Curtin for Corrosion —im ERTECH Series 20230 end 2100 0131M C. f Carosicn Prot«tiara Ch.-- Am 791,SIHB,SL S2 Acid Resi—Tnt S—A icali<na 8282006 Cmi fm Caroaim Pot«fim W.srtn FnrimnmenW 5-301 and M-301 ScwerA katien 08+30.'06 Curtin forC—i-Polectim - Cimdcl SLS-30 Slid.E SenerA iutwns Pipe/New/Centrifugally Cast Fiberglass Reinforced Pipe/Polymer Modified Concrete 721M Cent Cast Hob.Pip,USA,Ina - Hobos Pi —Nemm ASTM D32627D3754 - 103OM Gl.s-Fba Remformd Pol Pi Amite<h USA Flowlite ASTM D3262JD3754 0327J10 Frbeel.-Pi A-- Bmdsimnd RFMP Pipe ASTM D3262/03754 4/14N5 Pd,—Modified Cmcrte Pi Amitah USA M< Pei erti<Pip, ASTM C33 A276.F477 8"Io 102-,Ci.s V 06109110 El-9 R<inforcad My—Caicrtte Pip, US Corn 'm Pip, Rcinfamed Pot)—Coxrec Pi ASTM C-71 Pipes/New/Concrete ' Ei-04 le..Pip,Reinfrced Well Cmcrec Pip,Co.kn ASTM C76 E1-04 JC22E.Pip.Relnfau<d HydmCoditC,,pmfim Class IB T&G,SPL Iten 977 ASTM C 76 EI-04 CornPim Rdnforced Hansm Cma ,Products SPL Item 895-Mmhde,698-Pip, ASTM C76 E1404 1M. Pi ,Rdnfa<ed C.—Pi &Produw Ca Inc. ASTM C76 Pipes/New/Ductile Iron EI-06 Ductile I—Pip. Griffin Pipe Producls,Ca Sups Bell-Tire Ducfi1.1—Pressure Pip-,Cl— AWWACISO,C151 3'thm 24' EI-06 Drcfile Iron Pipe American D.W.Iron Pipe Co. A=6ri F.file Pipe AW WA C150,C151 4",8'&10' EI-06 Du We Iron Pipe U.S.Pipe and Foundry Co. AWWACISO.CI51 • E1416 Ductile Iron Pipe M<Wme C.t Iron Pipe Ca AWWA CI50,CIS! P.......10/2212014 P...1 CITY OF FORT WORTH WATER DEPARTMENT'S UPDATED.10-22-2014 STANDARD PRODUCTS LIST ( n Hula o 'G Pipes/New/PVC(Pressure) 12102/Il EI-24 DR-14 PVC Prtssurt Pipe Pipelikletmeem PVC Prt Pipe AWWA C900 4'th.12' - 1022/14 33-II-12 DR-N PVC Pmssum Pipe Roy.]Bilding Products Royal S.1 PVC Pmssum Pipe AWWA C900 4.Ouu 12' Pipes/NewJIIDPE(pit) Burstine/Sliplinine) Hi -0«siPip, Phillip,Ddsw- ,Lw. Optiom Dumllc Pot N ..Pi ASTMD 1248 8' Hi -0emi PI_kc ASTM D 1248 8' 1H]sW=i thylpip, PcAly Pim lac ASTM D 1248 8' lHigh-d—ity plyehyk.. CSR Hyd.C.duiM i..Sycw M.C-11 Pip,Fnl mmt ASTMD 1249 PipeB/New/PVC* I VMS EI-31 PVC Corm Ied Sewer Pip, C.rah C.sumtion Pmdmta,kc CwohA-20005ewerPi ASTM F949 8'tluu 36' EI.31 PVC Corn tad Seww Pip, UP—Erf C—py ASTM F949 24•m36'0n1 0594M9 EI-31 PVC C—g,.d Sewer Pi Dievnd PI.'6.0 CORR 21 ASTM F949 241wM'. EI-25 PVC Sewer Pi Cm Te leduahiea ASTM D3034 4'th,12' EI-25 PVC Sewer Pi Ce in-Tad Products Co ASTM D3034 4'th.15' Sewer EI-25 PVC Sr Pi N.P.M.nufaqurin Co ASTM D 30341 D 1794 4'&8' EI-25 PVC Sewer Pi J-M M.d..dn mn C ,I— ASTM D3034 4'-15. 12239 wer Pi7• Et-27 PVC Se Di.mmd Plasti.Co bon SDR-26 ued SDR-35 ASTM F 789,ASTM D 3034 4'th.15' EI-27 PVC Sew«Pi Ismson V Pi ASTM F 789 4'0uu 15' 04/04M7 EI-27 PVC Sewsr Pi Pi life let Slmm SDR-26 and SD,-35 ASTM 03034 4'IhmIS- EI.25 PVC Sewer Pi ExWsion TaMol '.,Ino ASTM D3034 81.10 I11198 EI-29 PVC Sewer Pipc Di--d Pl.ti. n •S-Gmvi Sewer Pi ASTMF679 181to 27' EI-28 PVC Sewer Pi WM.ur.aud Can ,1«. ASTM F679 18'-27' 09/IVi2 EI-28 PVC Sewer Pi Pi lire kl Srnam SDR-26 nd SDr-35 ASTM F4679 is. 11/12/99 EI-29 PVC Tmu Pipe Cmwh Cm-6m Pmdmts,Inc Cmtah PVC T..Pi ASTM D2680 8'thmu 15' 092691 E100.2 Closed PmSIe PVC Pipe IyomnV Pi (Now Prime Cmduie C.d.VA.H.C.M.P.M. ASTM F794 19-t.48' 11/1799 EI00-2 Closed P.M.PVC Pip. Di.-A PWfi..Coepon— ASTM.1803IF794 19'.49- 05N6/03 EI-28 PVC WidW 11 Pipe Diammd Pluli.Capomtim PS 46 ASTM F-679 I8-.48' 0427rp6 EI.25 PVC Sewer Fining, H.— SDR-26 and SDR-35 Gasket nttin ASTMD-3034;D4784,em 4--15- EI-25 PVC Sewer Fillings Platte Tm&,In.c GuWM PVC S-1Win Filan ASTM D3034 Pir)es/NeW/Ribbed Open Profile Large Diameter 0926M EI00-2 jPvc Sewn Pi ,Robed Lams.V km Pi Casl-V.H.C.Closed P.M.Pi ASTMF679 1B'to48' 0926191 E100-2 PVC Sewn Pi ,Rrbbcd E#mtim Tcahnol 'cs,Inn. Ul..M'b Op,P.M.S—Pi ASTMF679 IS-1.48- EI00-2 PVC Sewn Pip,Pbbd U wEn Coemy WWII) (E100-2) cwer(PP) Doubk Wdl Adnn d 8 (ADS) SmTm HP Dadk Wan(cm'F'w) ASFM F2736 24'-30' I1/10/10 (EI00-2) P (PP)8cwcr PiK,Tri.Wall Ada .M S (ADS) S mT NPT'iPkW."Pq. ASIMFZ764 Ar.O' 05/16/l1 SledR fa d ae.Pi C Tah Conmrcti.Products D.— ASTMF2S62 24'.72' Pipes/Rebab/CIPP Cued in Place Pi I.imform T...k,Inc ASTM F 1216 059399 Cured in Place Pi N.6-1 Ensimt«h Gmu NO—I Ui ,SPL It.,827 ASTM F-1216/D-5613 0529196 IC—di.PI—Pip, R Ids k.RnlinuT«hn (inlina USA) ASTMF 1216 Pines/Rehab/Fold&Fopn F.Id and Form Pi Cullum Pi S tams,Inc. 11003/93 Fold and Farm Pi Insituf T«Mdo'a,Inc. I.M.-'N.PI . ASTM F-1504 Fold and Form Pip, American Pipc&PI-im Inc Demo.Pu m One 12/04/00 Fold and Form Pipe Ultnl-.er UI.Iima PVC AI Pi Iina ASTM F-1504,1871 1867 06M9A3 Fold and Farm Pi Miller Pi EX Melh d ASTM F-1504,F-1947 U b 18'die.ekr Pipe Enlarenlent System(Method) PIM S rem PIM Co 6. Pd PIM Co .Pis W.,NJ. A sad Pseviaul McCamdl S sine M.Iat C..s 6. Pot Ime Houton,Texas A v.d Pmvi.sl TRS S stuns Tmahlas A k—t S slam Pdythylm, C.1 ,C..d. A ved Pmviaul Pipe Casing Spacers I IM492 Sled Bud Cuing Spears Advenc.d Pmduas ud Sy—,I.. Cub.91.1 Spacers,Made)51 02JOM3 Stainless Sted Cuing Sp.ca Advanced Fndu and Systems,Inc. Stainless Sleet Spear,Mod d SSI WIM7 C.skg Sp.— G..W.Wetnwurks Mmuf luring C.QSP.- 09/14/10 sw.ka Sled C.d.g Spam FRp1meS.l.nd Ii.I o S—kn Stcd Ca.%Spat Upb48'<I>l 09/14/10 Ca. Skd Caro Spoon Hpcbn.5.l.nd Inmiator Card Sod Cam Spurns Up m 48'<i>Q> 05JI0/11 SW-ka Stcd C.dng Spa« Pawc.s.1 4810Pownrbock Upb48'<I><b Coatings 0225102 u is S mm Swerdaen,Inc Scwertsed 21ORS IA C.. 0210-1.33 12/1491 E limn S lam Enech Tahi.l Cml'm Ed«h 2030 ud 2100 Sai. 04114/05 Inreri.Duc6lc lmn Pi c_.g indumn Pmtab 401 ASTM B"417 D..ik I—Pi One WATER PivesNnlves&Fittings/Combination Air Release EI-II Combinntim Air Rd—Vdw GA Industries,Ina. Empim Aired Vacuum Valw,Mudd 935 ASTM A 126 C1us B,ASTM A 1-&2- EI-11 Combieufi.Air R.k—V.]ve M.Idpk.Mmuf.,.d.Co. Crispin Ak dV....V.Iw;Made)No.A5, 12',V&2• EI-11 Combi.d.Air R.I.—V.]w Vahe ud Primer Co APC'08143C,9145C.,A 8147C Pi-S Vldves&Fittings/Ductile Iron Fittings 072392 EI-07 ...Iran Fittings Stu Pip Pmduas,Inc. _ Mejmml Joint Rttiags AWWA C153&CI10 EI-07 Wail.Ian K16,Ip Gri1Gn Pi Pmd.ts,Co. M.hmic.]loyal Mtti.y AWWAC 110 EI-07 Wane Imn F,'rtie M.Wu fr kr Pwd Union Utilili.DiAsi. M.cF-W kint Fittings,SSB CIus 350 AWWA C 153,C 110,C III 09/10/99 EI-07 W fitlip Siam,C.. CIus 350 C-153 MJ Ftlinp AWWAC153 4'-24' 02W14 EI-07 MJ Htan Acamart Cl—350 C-153 MI Fittings AWWAC153 4•42' 05114NB EI-07 D..k Imo Joint R.m.kts Fob Mda Boz CoNni-Flm a Uni-Hmg.Seri.1400 AWWAC111/CI53 4'm36' 05/14/98 EI-24 PVC.W.R.,Wnts Fod Max Box CoNni-Flan a UnFH.S.Seri.1500 Ci.I.L-k AWWACIII/CI53 4'b24'U> 11/0994 M-01 Ductile tmn Joint Reslniota D..B.IL kc One Bon R..,d dJointF i g AWWACIII(C716/CI53 4'to 12' 0229112 33-11.11 Wedk I—Pip,M«bmi.l kint RMnnt EBAA I—,la. - M.pi.g Sed.1100(fa DI Pip) AWWACIII/C116/C153 4'.42' M9/12 33-11-11 PVCPI Msehmi.l Ma Restraint E➢AA Ian.Ina M.plug Sacks 2000(f PVC Pip) AWWACIII/CI161C153 4'b24- MIM4 Ei-07 M-h i.I Joint R.W.r Gl.nd. Si—C'. Sig..0—Lk M«h-i.1 kim Restrainer AWWACIII/CI53 4'.24• Bulid,Sy—(Diamad Id 21&JM Eagle 10r1210 EI-24 Imerior Reslnmed Joint System S&B T.h..W Produce. im 900) ASTM F-1624 4't.12' 0&11646 EI-07 Mahmi.l Joint Fumg, SIP hdustries Mechd..IJ i.,Hump AWWACI53 4'to 24' ' Pives/Valves&Fittinas/Resilient Seated Gate Valve* R.Bi.t Wed ed G.k Vaiw wino Gun Amdw Flaw C.trol Seder 2500 Dr.win 994-20247 16' 12113/02 R.Bimt W e Gate Val. Amm.m How Cmtrol Series 2530 and Series 1136 AW WA C515 30'and 36' 0M 199 R.ilimt W e G.Ie V.]w American How Cmtro1 Si..2520&2524(SD 94-20255 AW WA C515 20'and 24' 05/18M ReaiG.I Wed.Gate V.]w Amed.o Flow C.w1 Sc k 2516 SD 94-2024 AW WA C515 16' 1024100 EI-26 R.iliml Wed a G.te V.Iw A—dm Flow C.trol Series 2500(Duc6k I—) AW WA C515 4'N 12' 08N5/04 R.ifi-W eG..V.]w Americas How C.wl 12'nd 48'AFC 2500 AWWA C515 42'md4g' 052391 EI.26 RniIimt Wed.Gue V.Iw America AVK C.. Am 6ri AVK R,siH«Sudd GV AWWA C509 4.1.124 WNW EI-26 P—iliml Wd,,0—VJw Amedwn AVK Com 20•md-41l P..e.,.e IM222014 P...2 CITY OF FORT WORTH WATER DEPARTMENTS UPDATED:10-22.2014 STANDARD PRODUCTS LIST PF S o: C1atIasifca on note r o o au a is EI-26 R i imt Sn1M G.I.Val.-e K—m 4'.12- EI.26 Resilimt Smid Gee Velm M&H 4'-12' EI-26 Ruiliml Smtd Get.Vdv. Mudlac.. 4'.12' IIN899 R.AimtMId.Gat.Vdn MueRaCo. S.d„A7361(SD 664 AVIWAC515 16' 012393 R.silimt Wd,Get.Val- Mueller Co. Belies A2360 for 18'-24'SD 6709 AWWA C515 24•ad-AW O5113A5 R.silimt Wdg,Gam Vdse Muclla Co. Mu01a30'&36',C-515 AWWAC515 30'.id 36' 01131,06 RaM—Wdg,Gale Vdn Mueller Co. Muelk,42'&48•,C-515 AWWACS15 42'.M 49' 01r28/88 EI-26 Resilim1Wd,Gat.Vdw Cl—v.[.Co. AWWAC509 4'-127 ION494 11—Ii-Wedg,Gat.Vdn Clow Valor Co. 16'RSGV SDD-2OW5 AWWACS15 16' 11/0899 EI-26 Ra0imt Wcd,Gam Valw CIow V.he Co. Clow RW V.I.SO D-21652) AWWACS15 24'.M-.11a 1129,04 RcsilimtWda Gem Veln Clow Vain Co. CIow30'&36-C-515 AWWAC515 30'ard 36-(Nt.3 11/3Wi2 Rmlimt Wed G.m V.ln Clow Val.Co. Clow Valn Mdc12638 AWWAC515 24'b49'(Ho1.3) 05989 Served 1 EI-26 R.,ilimt Gate Val,, Smckhmn VA—&Fittings Awwwesa9,ANs14E0.n.a,ASltf 4'_120 EI-26 R liwt Seed Gem W. U.S-Pi and F..dy Co. M.1—d 250,re9ui—u SPL 974 3'ro 16' Pi s/VaIves&Fittings/Rubber Seated Butterfly Valve EI.30 Rubbtt Seed Ba"affy Valn Hm P..Co. AWWAC-504 1. EI-30 Rubber S..,1Buaer6 Vein Mudlac.. AWWA C-504 24'.Msm.11er 111199 EI-30 Rubber Satd Butkrli Veh< Dausik Vdns Co. AWWA C-504 24-,d 0611203 EI-30 Vdm.G.Amedun Buse Vain Veim.6e Vdn and Mmuf.mum C,, . Vdmatie Amdwn BulmrR Valn. AWWA C-504 U to 84"dismetcr 04d16V7 EI-30 Rubbm Smtod ButW(Iy VA, M&HVd,e M&H is 4500&1450 AWWA C-504 24'm48' Samplm2 StatlGn 3/1296 1watersmplingsm6m Wetcr Plus B20 Water Smplinx Station Dry Bartel Fire Hydrants 1091/87 E-1-12 Eky Barrel F'—Hydmt Asssdcm-D.din Vdn D—in Nos.90-18608,94.18560 AWWA C-502 03/31/98 E-142 Dy Bartel Fin H drml Amedcan Dedin Vdn Sli Dnwin No.94-18791 AWWA C-502 09/3027 E-1.12 B.—IF,.Hdrmt Clow Co n6m SM Dnwin No.D.19895 AWWA C-502 01/12/93 E442 My Buhl Fim Hydmt Amedran AVK Com Mdd2700 AWWA C-502 0824/88 E-1-12 Buml Fin H rant CIow Co lian Dwinp D20435,D20436,B20306 AWWA C-502 E-1-12 e.rmlFmH rant ITTKenrmd V.In SM Dnwi No.D-80783FW AWWA C-502 09/24/97 E-1-12 Bami FmN rml M&HVaise Can Shp D—in No.13476 AWWA C-502 Shop Drawings N.6461 I0114197 E-1-12 D,B.rnl Fines rant M-fle,Com A<23 C—im AWWA C-502 Shop U.- FH-12 01/1528 EI-12 Buhl Fi.H rant Mother Com n A4235u rCmmrion 200 AWWA C-502 IOA9/87 E-1-12 Barel Fines rml U.S-Pip,&Found Sho Drawin N.960250 AWWA C-502 09MM7 E-1-12 Berml Fines sent Wm—cm Shop D—in No.SK740903 AWWA C-502 ater DDurtenances OBNBN2 El-18A Plsstk Mdcr Boxcb Eut3osdm1rm Work;Inn Memr Box(Pins6cw/CI lid Cl—A B.0 OMM Double Sin Saddle Smith Blk 9317N mCwkd Dmbl.Sln Saddle 0723/12 33-12-M Deubl.Sna Sersim S.Mk Mueller Comp,,C—p,,y DR2S Double SS St. D1 Saddle AWWA C800 1'-2'SVC,u to24'Pi 10,77187 Cusb Sto B.II M,mr V.1— McDmdd 6100M,6100MT&610MT 3/4'.M V 1027/87 C,,b Sto Ball Meta Vdns McDonald 4603B,4604B,6100M,6100TM-d 6101M 1%'.nd2' 0126N0 Coetd Tapping T.ppi.g Saddle with Double SS Sbn s 3CM Industries,Irm 9406 Dbl.Bmd SS Saddle 1'-2'Tap,—up l0 12- 01/30/01 Coatd Tapp'T.ppig Seddl.with Si SS S.p JCM lnduslsim Inc. 9405 Cmld Ta Will. 1'Ta ...p 1.12• W52U12 3312-25 Twm Skcrc(Cow.'d SRO 3CM bd-. Inc. 412 T 'gSl.cn ESS AWWA C223 U m30 VWOm O5110Il T Sim"(SWIlm Sam) P,neat 3490A3 )&3490M3 4•-8'aad 16' 02129A2 3342-25 T Sl.crc Coed Sid) R.mae F(5240 AWWA C-223 U b42'w91A'Out 0229/12 33_12-25 7 - Slme(Smmks Srcd) Rams SS(Stild—Smd AWWAC-223 U m24'w2I2'om 02129/12 3312-25 T Simre(Sfmrle S4m) Romee SSTIB SI6d—Sled AWWA C-223 U w30•ai212'0,t 05110/1l 3aiot ",Clap Powmd 3232 Bd13oet 'C 4'b30' 0ga&06 Plu6e Metro Boa w Cl lid ACCUCAST Cl—A'Plash.Box w/C1 bd Cl—'A' Ogr30:V6 Plufi.Meta Box w/Plastic lid DEW Pl mm Inc. Clw'A'Moo Box W Plastie Lid Cl—'A" Polvethvlene Encasement 05/1205 EI-13 eFnearment Feud P., R.11-E AWWAC105 9mil LLD 05/12A5 EI-13 Ime Enwmml Mmnuin Stain Pl-k,(MSP)brad AEP[,AStmdud tfndaare AWWAC105 BmH LLD 05/12105 EI.13 Pd t knc&+cumml AEP Infiu0ics Bulistmn b Cowloww Bolt&G.W AWWA C105 Smil LLD M&cars 02.05,93 E101-5 Daatm Check Meter A—Co Mde11000 Mtmw,Check Vdn AWWA C550 4•-10' OM5N4 Mn Ui.Orin Wert.]Turbim He M. elk Dd,e Vertid AWWA C701,Class 1 3/4'-V NOTES Fmm Chip-]Snodard Products List <I> Grtia Pi I.D. Q> Abow 48•A rro.dm sue cas.buis <31 30-'d ad k a -Pau t4> Psducl mwd m 36'eHowcnr,C905 PVC Pi -If. ,d a to 24' uR mt i.W acts ri lu mmmru . mn o p acts w r meet c uR -, peRmml b.ten pra iubms Inng uU sty mnsW Wm p)cUs. Specifira0ms for spedfie prduas,am indudd as part u(Urc Cwsbu.6m Cmwet Documents,Oro zi_u ofWe T.hiral Sp fi—mwill ururid.the Fort Woh Wea Depa t'b Stbnd.d Speeifiatims and the Fort Warth Wamr Depas f, Smnd.sd Products Hstand.M—dufthe sped6e pmd—will be bardm th.r.quir.mmlb ofth.Teehnid Spm 6utiw whdh.,or north.specific pmdua meets N.Port Wwth Wea Dep.—'s Smnded Sp.66w6msor is m Om Fu Wasth Wea De is Sbndard Prd-u Iim P.......1022/2014 P...3