Loading...
HomeMy WebLinkAboutContract 59425-PM1FORTWORTH. CONTRACT FOR THE CONSTRUCTION OF CSC No. 59425-PM1 FORT WORTH I.S.D. NEW CENTRAL ADMINISTRATION BUILDING IPRC Record No. IPRC22-0144 FID No.30114-0200431-104280-EO7685 X-27463 City Project No.104280 Mattie Parker Mayor Christopher Harder Director, Water Department David Cooke City Manager Prepared for The City of Fort Worth June2023 OF Ott :. Pacheco Koch ' ®SA a Westwood company ® ROBERT D. EOSTERF, .......... .......... 146099 PACHECO KOCH CONSULTING ENGINEERS, LLC ®'``��'�� 4060 BRYANT IR VIN ROAD l' Qu..........V � FORT WORTH, TX 76109 TX REG. ENGINEERING FIRM F-469 06/ 21/ 2023 TXREG. SURVEYING FIRMLS-10008000 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 00 00 00 TABLE OF CONTENTS Page 1 of 5 SECTION 00 00 10 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00 - General Conditions 0011 13 ln.yit tie t Bidders Bidders Last Revised 03/20/2020 0021 13 004100 00 42 43 0043 3 inst..,,etiors to Bid Fo Proposal Form Unit Price Bid Ben 03/20/2020 040:2,12014 05/22/2019 040:2,12014 0045 12 Prequalification Statement 09/01/2015 nno0 45 13 Bidder- v-o,,,,. lifl .atior kWipa 03 in v 00 45 26 00 45-40 Contractor Compliance with Workers' Compensation Law r, iner-ity u„siness Enterprise Goal 04/02/2014 nQi a 00 52 43 n Certificate of Insurance 06/1 6 07/01/2011 00 61 25 00 62 13 Performance Bond 01/31/2012 00 62 14 Payment Bond 01/31/2012 00 62 19 Maintenance Bond 01/31/2012 00 7300 0073 10 c„rri oment., -y Condition Standard City Conditions of the Construction Contract for Developer 07 in i 1120 i 01/10/2013 Awarded Projects Division 01- General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 08/30/2013 01 31 19 Preconstruction Meeting ,, 08/30/2013 mini i�ni i 013120 ��z 01 32 33 Pr-ejeet Meet - Preconstruction Video 08/30/2013 013300 Submittals 08/30/2013 01 35 13 Special Project Procedures 08/30/2013 01 45 23 Testing and Inspection Services 03/20/2020 01 50 00 Temporary Facilities and Controls 07/01/2011 01 5526 Street Use Permit and Modifications to Traffic Control 07/01/2011 0157 13 Storm Water Pollution Prevention Plan 07/01/2011 01 60 00 Product Requirements 03/20/2020 01 66 00 Product Storage and Handling Requirements 04/07/2014 01 70 00 Mobilization and Remobilization 04/07/2014 01 71 23 Construction Staking 04/07/2014 01 74 23 Cleaning 04/07/2014 01 77 19 Closeout Requirements 04/07/2014 01 78 23 Operation and Maintenance Data 04/07/2014 01 78 39 Project Record Documents 04/07/2014 CITY OF FORT WORTH Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104280 Revised March 20, 2020 00 00 00 TABLE OF CONTENTS Page 2 of 5 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents NONE Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: httv:Hfortworthtexas.2ov/ti)w/contractors/ or htti)s:Hauns.fortworthtexas.2ov/Proi ectResources/ Division 02 - Existing Conditions Last Revised va-rrz3 Accra-eorc0 DL�'�. ,'�ldl 12r20r201s Oq 41 15 v.,ying Removal 02 info Division 03 - Concrete 03-3000 Cmt In nlase Gener-ete 03 34 13 Controlled Low Strength Material (CLSM) 12/20/2012 03 34 16 Concrete Base Material for Trench Repair 12/20/2012 03 80 00 1\Redifie tions to Existing r+, ner-ete c+...,etufes 1�i�� Division 26 - Electrical �50 ..,O:SSn'4'sU6�6,,,," vz,-=vrrv�v Division 31- :arthwork 31 1000 Site Clearing 12/20/2012 3123 16 Unclassified Excavation 01/28/2013 31 '13 '�,2 BOFF0 0V28/2013 31 2n 00 >✓ 1 n1 io 4�14 �rr�-vv ,JYnllm�t6 31 25 00 Erosion and Sediment Control 12/20/2012 313600 Gabiens 1 �_ Division 32 - Exterior Improvements 32 01 14 t 12i20A2012 �o Ta~l�p c�r,� t �-. lrr� i 32 01 29 Concrete Paving Repair 12/20/2012 32 1123 Flexible Base Courses 12/20/2012 1129 Lime T-r-ee oa Brio r,,,,,ses 12QO/2012 11 ✓� Gemen4 TreatedBrio retffse 12�2z 32 �T Ol. EWxdiocc �5 CITY OF FORT WORTH Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104280 Revised March 20, 2020 00 00 00 TABLE OF CONTENTS Page 3 of 5 17�3 A lt?lz:in^ r..,ev aeela 12i�'12 32 13 13 Concrete Paving 12/20/2012 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 06/05/2018 32 1373 Concrete Paving Joint Sealants 12/20/2012 37�v Bfi:lr Unit tel: ing 11 "2042012 H32 16 13 Concrete Curb and Gutters and Valley Gutters 10/05/2016 32 1723 Pavement Markings n aa,.ess 11/22/2013 1 1 in I mo5 '' 13 27�0 Curb, PaipAing Chain Fenees and (`_.,tes Wire >~enees a- d Gates s i219�901/2 iz 12/2042012 Z7�9 32 -12 13 Weed Fences and (`_.,tes Ciact in 1--dace Concrete Retaining W a i2/2z 06AO512A� 3291 19 Topsoil Placement and Finishing of Parkways 12/20/2012 32 92 13 Hydro -Mulching, Seeding, and Sodding 12/20/2012 32 93 43 Trees and Shrubs 12/20/2012 Division 33 - Utilities 22Sewer and Manhole Testi*g 12zz90/2012 22�T 32�o Closed r;,-eu t Television (GGTV) Tnspeetio Bypa&3 1u ,*,,ng f E* stiag Sewer- Syste 03,10 e 17�7r�,�0/ viz � 33 04 10 22�= r„;,.t Beading and Fleet,-; dal �olltial� ('O-,-OSiEffi !'E) t,-„1 Test Ct.,t;.,,-sQ �12012� 1 � 0, 12/20/7�L 33 04 1= >\aag es;,,, nrede C thedie Pr-eteetian S yste,,., 12/�12 33 04 40 Cleaning and Acceptance Testing of Water Mains (''1e.,. 02/06/2013 33-04-50 3305 10 22�2 33 05-13 �� 3305 13.10 ing of Sewer- Mains Utility Trench Excavation, Embedment, and Backfill w.,te,. Line r ,,°Frog Frame, Covet. and GradeRingsinns Cast r,.,,r rrc'H3ie-, cv`r'crc`iilcrvlicidircmg�cvnlpvS��e Fr r d Grade Ring Composite Adjusting inlets, Valve Boxes, Other- Stfu 1'1/7r Q0,12012 12/12/2016 117/7rc zvnviz 0 /70 7�9 0 2,L2 1 � �� �22v5-i4 33 05 20 2R2 9@S) CxG�TGLdTGCCrPTte CTfade Auger Boring zzrzvriviz 12/20/2012 330521 �� T unr�.l r � � � 12/wiz 33 05 22 Steel Casing Pipe 12/20/2012 32�3 33 05 24 Hand Tunneling Installation of Carrier Pipe in Casing or Tunnel Liner Plate 12/20/2012 06/19/2013 33 05 26 Utility Markers/Locators 12/20/2012 33 05 30 Location of Existing Utilities 12/20/2012 33 11 05 Bolts, Nuts, and Gaskets 12/20/2012 33 11 10 Ductile Iron Pipe 12/20/2012 33 11 11 Ductile Iron Fittings 12/20/2012 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 11/16/2018 33 1 1 1 3 C .onx.\%,W Li ss a Pipe, Bar- \x 7,-.,.- ped, Steel Cylinder- Type 112/7 z ✓? 11 11 wed Piro und Fittings 1'/'�iz 33 �o ZZ�i Water-e Boa 1 insh to 2 inei Large UIT.,te,- Mete,-s 024 ,=T 1'f/'f�rzvrzviz CITY OF FORT WORTH Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS CPN 104280 Revised March 20, 2020 00 00 00 TABLE OF CONTENTS Page 4 of 5 33 1220 22�T Resilient Seated Gate Valve 12/20/2012 D„tte«f NT12/ AWWA 33 1225 22 R+b.b.e,- Seated y 00nOz1a Connection to Existing Water Mains 02/06/2013 A;,. 11 2/2�12 b.l;es for 1.130 33 1240 Cemb roan o Valve Assemblies Potable Water Syste Fire Hydrants 01/03/2014 22�0 ��JN ��S�e StmtiiORS 12r2042012 22�0 Standard low off Valve o3oaLY 0649,12013 ?-P 12 Qifod in Ilue D;„o (CIPD\ QQ0,12012 m P. 12 F b.efglass Dei fef:ee,7 Pipe for- Gr-a-,;ty Sanitary SewerP, 1'f/'fzz901/20Q 33 2. 15 22�0 High Horcft,De1yethy en, (LDL) Dl« i€� E��it�r,er 12,20/20�12 Del.,.,;...,! C le -i e !"f ,ity c.,n tafy Sewer- Pipe 06/1 4 333121 (PVC) Polyvinyl Chloride (PVC) Close,Profile (rwy tF/anitar" of ranr/anz Pipe 22 2 22 �� � �� C.,n taffy Se-- T 1290/2012 �--��� Elie �iri;� �� 22 2 22 �� � �� 22�oo C'.,n taffy Se-- D' 1✓ 1290/2012 ���� �o �,nl2l��t �� ee eetions cen4ee e 22 3170 Sanitary Sewer- Setw Gon and Li 04Q6/2013 Cz�1miat"' Air- Valve for- San tafy Sewer- Fofee N4 r12O,QOzz 33 39 1T0 Ce.�.e,-ete Manholes 1212 C—a�t in P.11�.,a �90/20>z 22 2n 2n �s�rzv !� 1290/2012 `iYcl� �� rtravravzz 22�0 33 3940 22�0 y����,�.C�. Fi[,c ga�...s7s Manholes 1290/2012 Wastewater- Aeeess Chamber- (WA!-'') 12 0,12npzl , l:,-.oxy T ; e for- Sanitary Sewer- Stf et,,, -es 12/20 204-2 22�0 22 41 11 s D ei fe -eea Co e,-ete St,,..,v, Sewer- Dire/C hefts 02/0T High Horfov.tPolyethylene (14DPE) Ape for- S or�;is 12,90/20 2 22�2 23 Dei fo-ee.7 Polyetl,le,,e / DE) P*'a 11 /1��5 1 -t' 12 4600 22 4601 �� 201/22012 Slotted S orm. Heins 07i0 /2011 �n 22 4602 �z �}�11 �m�711� on2/01 /2011 22�0 22Ts-4T20 �wn r�'in P..se Aa.,.� holes ..,�..1 T,,,�.eti...,. Bo es 12/220/201Q 12/2r 22�-49 40 G,,,-l.and Drop inlets Q0,12012 ,tomr, DFs� mge442-" r,&ls wid Wingwalls n2/n� 'gin Division 34 34 411 10.01 - Transportation rA-rtttithmenl A Contfoller Gabine 1212/14/2015 n ere ttae�e�t� Eei�tP6lln@i'�pvEifiC-&ti9n 02,12012 �244110 �02 2 n n�03 n� Aaaehmen4 CSe ar-e Spveifi ea4i8I3 " Tempor- ry T,-.,ff;e Signals 1 1 /2Tr 22/2013 1 2 /2i QOA2012 Removing, Tpaff e Signals 34 41 11 34 441 11 3 ✓1 I V 2A�o �'1 R igu -.-.Rar/d F�V ling Beaeo 1 V22,12013 De.lestFia--, 14ybr-id Signal 1 1 /2 4 24 4120 ��I1uri�ti.^�Assembl;es 12Nn/2012 2n n�no.l1 Ato6a11TD I�vdway Lmmima�r-s 06/10 c�15 24 4120.02 ��aminairos Ffee,. ay LED Doad-., r ., 06 e ,/2n1e� 2n�nv2J r ,/201c� �ti/aJ. �H Raadw r�, ./arkrxz:rs 0645,12015 34 4130 �o 2 i1�0 41urvxum, Fi.gns 11 /12/2013 b.ef e e n2 /2o�6 3471 13 Single Mode F Opt; Cable Traffic Control 11/22/2013 CITY OF FORT WORTH Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS CPN 104280 Revised March 20, 2020 00 00 00 TABLE OF CONTENTS Appendix Page 5 of 5 GG 4.01 Wailaylib,-ef-L� CG4.02 Fmbo Irfae nd Phy Fib-4.✓I Undcg oux FE-4.06 &--ardouo Elylimnxta fft 1 Condition t Site GG 6.0E.D Minority and Women Owned Business Enterprise Compliance GG 6.07 1Vff .o W--S GC-6.09 Permits and Utilities GC—E.21 N isccilsinati.aff GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104280 Revised March 20, 2020 00 42 43 DAP - BID PROPOSAL Page I o1`2 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item SpecificationSectio.1 Unit of I Quantity U.,, Price Bid Value No. Description I No. Measure UNIT 1: WATERAMPROVEMENTS 1 3311.0241 8" Water Pipe �6 1116, LF 12 $101.95 $1,223.40 3311 12 2 3�wbiob trench Safety 33 05 10 LF 12 $1.95 $23.40 nbs.i 103 n- Casing By Other Than _ Open Cut 33 05 24 LF 110 $566.89 $62,357.90 4331_1.0,0_01 Ductile Iron Water Fittings wl Restraint 3311 11 TON 0.1 $11,435.62 $1,143.56 6 3311.0243 8" Water Pipe, Select Backfill 3311 10, LF 12 $115.25 $1,383.00 3311 12 _6 331 1A251 8" DIP Water . .......... 3-31-1 -1-6- LF 110 $101.95 $11,214.50 7­ 31312.0001 Fire H ta'-661iT� $6,689.32 Hydrant 1 6- 33U.0110 Connection to q 36" Water Main 33 12 25 EA 1 $8,548.26 $8,548.26 9 3312 . 4311 36" x 8" Tapping Sleeve & Valve 33 12 25 EA 1 $15,808.14 $15,808.14 10 3312.3003 8" Gate Valve 33 12 20 EA 1 $4,595.00 $4,695.00 11 3213.0301 4" Conc Sidewalk 32 13 20 SF 96 $30.00 $2,880.00 12 3291 .01 00 Topsoil 3291 19 CY 2 $275.00 $550.00 13 3292.0100 Block Sod Placement 32 92 13 SY 73 $15.07 $1,100.11 14 3471.0001 Traffic Control 3471 13 MO 1 $4,349.00 $4,349.00 15 16 17 18 1 11 9 20 21 TOTAL UNIT 1: WATER JNPBPYgHWNT� $121,865.59 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43—aid Proposal DAD 00 42 43 DAP - BID PROPOSAL Pagc 2 of 2 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item) I Description Specification Section I Unit of I Bid Unit Price Bid Value No. No. Measure Quantity Bid Summary UNIT I: WATER IMPROVEMENTS $121,865.59 Total Construction Bid $121,865.59 This Bid is submitted by the entity named below: BIDDER: / \ I 6,dh �,-^ C,10, BY: TITLE: ` DATE: r014 Flo, 1 ?'--X 7M � Contractor agrees to complete WORK for FINAL ACCEPTANCE within (� 0 working days after the date when the CONTRACT commences to run as provided in the General Conditions. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal DAB 0045 12 DAP PREQUALIFICATION STATEN= Page 1 of 1 SECTION 00 45 12 DAP — PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the "Mai or Work Tvrie" box provide the complete maior work tvpe and actual description as Drovided by the Water Department for water and sewer and TPW for paving. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Water New Development Other than Open Cut (24" and under) �Y N /10 nAY'0;6Qnc iW / C 41,;�v p ^# The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: t � xl06DYt ANuirli onSentboBY: kctrz) C� 2h7 n lE • P W, sera sac. Pit N✓cU 1Tr{k 7 too z4A TITLE: DATE: END OF SECTION CITY OF FORT WOflTH STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT— DEVELOPER AWARDED PROJECTS Form Version September 1, 2015 GIJ9 /Z3 00 9512_Prequalifica[ion Statement 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 31 32 33 34 35 36 37 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. CPN 104280. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: Reeder General Contractors, Inc. Company 6600 Hawks Creek Ave Address Fort Worth, TX 76114 City/State/Zip THE STATE OF TEXAS § COUNTY OF TARRANT § By: Jeff Stephens ease Print) ----- Signature: /or Title: Project Manager (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared 4 known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged 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. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 9u,L, , 20R3. �li�i�/ Notary Pub11c In and fo�tli61"State of Texas 38 END OF SECTION i<PpY °osn ANDREA GINGER FRIZZELL Notary ID #6846210 39 a� +� My Commission Expires 'orb April 30, 2024 CITY OF FORT WORTH Camp Bowie West Blvd., US HWY 80, Texas HWYSpur 580 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104280 Revised April 2, 2014 - Document A133n — 2019 Standard Form of Agreement Between Owner and Construction Manager as Constructor where the basis of payment is the Cost of the Work Plus a Fee with a Guaranteed Maximum Price AGREEMENT made as of the Third day of January in the year Two thousand Twenty Two (In words, indicate day, month, and year.) BETWEEN the Owner: (Name, legal staltrs, address, and other information) Fort Worth Independent School District 100 N. University Drive Fort Worth, Texas 76107 and the Construction Manager: (Name, legal status, address, and other information) Reeder+ Summit, Joint Venture (Reeder, Principal) 6600 Hawks Creek Ave, Suite #200 Fort Worth, Texas, 76114 for the following Project: (Name, location, and detailed description) Renovation of the New Central Administration Building 7060 Camp Bowie Blvd. Fort Worth, Texas 76116 The Architect: (Name, legal status, address, and other information) Huckabee & Associates 801 Cherry Street, Suite #500 Fort Worth, Texas 76102 The Owner's Designated Representative (Name, address, and other information) Dr. Kent P. Scribner, Superintendent or Designee The Construction Manager's Designated Representative (Name, address, and other information) Cole Reeder 6600 Hawks Creek Ave, Suite #200 Fort Worth, Texas, 76114 ADDITIONS AND DELETIONS: The author of this document has added information needed for its completion. The author may also have revised the text of the original AIA standard form. An Additions and Deletions Report that notes added information as well as revisions to the standard form text is available from the author and should be reviewed. A vertical line in the left margin of this document indicates where the author has added necessary information and where the author has added to or deleted from the original AIA text. This document has important legal consequences. Consultation with an attorney Is encouraged with respect to Its completion or modification. AIA Document A201 TM-2017, General Conditions of the Contract for Construction, is adopted in this document by reference. Do not use with other general conditions unless this document is modified. Init AIA Document A133' - 2o1 s. Copyright 01991, 2003- 2009, and 2019 by The American Institute of Architects. All rights reserved. The-Amencan Institute of Architects ,"AIA,'the AIA Logo, and 'AIA Contract Documenis' are reg stored trademarks and may not be used without permission. This document was produced by AIA software at 15:41:22 ET on 01106/2022 under Order No.8545826211 which expires on 0712412022, is not for resale, is licensed for one-time use only, and t may only be used in accordance with the AIA Contract Documentse Terms of Service. To report copyright violations, e-mall copyright®aeorg. User Notes: (1763191907) The Architect's Designated Representative: (Name, address and other information) Shannon Bearden Huckabee & Associates 801 Cherry Street, Suite #500 Fort Worth, Texas, 76102 The Owner and Construction Manager agree as follows. TABLE OF ARTICLES 1 GENERAL PROVISIONS 2 CONSTRUCTION MANAGER'S RESPONSIBILITIES 3 OWNER'S RESPONSIBILITIES 4 COMPENSATION AND PAYMENTS FOR PRECONSTRUCTION PHASE SERVICES 5 COMPENSATION FOR CONSTRUCTION PHASE SERVICES 6 COST OF THE WORK FOR CONSTRUCTION PHASE (Paragraphs deleted) 7 PAYMENTS FOR CONSTRUCTION PHASE SERVICES 8 INSURANCE AND BONDS 9 DISPUTE RESOLUTION 10 TERMINATION OR SUSPENSION 11 MISCELLANEOUS PROVISIONS (Paragraphs deleted) 12 SCOPE OF THE AGREEMENT ARTICLE 1 GENERAL PROVISIONS § 1.1 The Contract Documents The Contract Documents consist of this Agreement, as amended, Conditions of the Contract (General, Supplementary and other Conditions), as amended, Drawings, Specifications, Addenda issued prior to the execution of this Agreement, all sections of the Project Manual, other documents listed in this Agreement, Modifications issued after execution of this Agreement, the proposal signed by the Construction Manager, the request for proposals, payment and performance bonds and proof of insurance, all of which form the Contract and are as fully a part of the Contract as if attached to this Agreement or repeated herein. Upon the Owner's acceptance of the Construction Manager's Guaranteed Maximum Price proposal, the Contract Documents will also include the documents described in Section 2.2.3 and identified in the Guaranteed Maximum Price Amendment and revisions prepared by the Architect and furnished by the Owner as described in Section 2,2.8. The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations, representations or agreements, either written or oral. If anything in the other Contract Documents, other than a Modification, is inconsistent with this Agreement, this Agreement shall govern. Any reference to AIA Document A201-2007 in this Agreement shall be construed as the AIA Document A201-2007, as amended. Init. AIA Document A133' _ 2019. Copyright* 1991, 2003, 2009 and 2019 by The American institute of Architects All rights reserved. The 'Amen can Institute of Architects,' 'AIA ' the AIA Logo and 'AIA Contract Documents' are registered trademarks and may not be used without permission This document was produced Z by AIA software at 15:41:22 ET on 01/0812022 under Order No.8545826211 which expires on 07/24MD22, is not for resale, Is licensed for one-time use only and 1 may only be used in accordance with the AIA Contract Documents" Terms of Service. To report copyright violations, a•mal copynghtQais.org User Notes: (1783191907) (Paragraphs deleted) In the event of conflict, terms and conditions contained in this Agreement, as amended, shall take precedence over terms and conditions contained in the General Conditions, as amended, and the terms and conditions in the General Conditions, as amended, shall take precedence overall other terms and conditions contained in the other Contract Documents. I f the Request for Proposals and the Proposal are included in the Contract Documents, then the Request for Proposals shall take precedence over the Proposal, unless specifically agreed otherwise herein. (Paragraphs deleted) § 1.2 Relationship of the Parties The Construction Manager accepts the relationship of trust and confidence established by this Agreement and covenants with the Owner to cooperate with the Architect and exercise the Construction Manager's skill and judgment in furthering the interests of the Owner; to perform the Work defined in the Contract Documents, in accordance with the Owner's requirements and construction cost limitations, as approved by the Owner's Board of Education as set forth in the Contract Documents; to furnish efficient construction administration, management services and supervision; to furnish construction services if allowed in accordance with law; to furnish at all times an adequate supply of workers and materials; and to perform the Work in an expeditious and economical manner consistent with the Owner's interests. The Owner agrees to furnish or approve, in a timely manner, information required by the Construction Manager and to make payments to the Construction Manager in accordance with the requirements of the Contract Documents. The Owner and Construction Manager shall endeavor to promote harmony and cooperation among the Owner, Architect, Construction Manager, Construction Manager's subcontractors, and other persons or entities employed by the Owner for the Project. § 1.3 General Conditions For the Preconstruction Phase, AIA Document A20 i T^L-2007, General Conditions of the Contract for Construction, shall apply only as specifically provided in this Agreement. For the Construction Phase, the general conditions of the contract shall be as set forth in AIA Document A201-2007, which document is incorporated herein by reference. The term "Contractor" as used in AIA Document A201-2007 shall mean the Construction Manager. ARTICLE 2 CONSTRUCTION MANAGER'S RESPONSIBILITIES The Construction Manager's Preconstruction Phase responsibilities are set forth in Sections 2.1 and 2.2. The Construction Manager's Construction Phase responsibilities are set forth in Section 2.3. The Owner, and Construction Manager may agree, in consultation with the Architect, for the Construction Phase to commence prior to completion of the Preconstruction Phase, in which case, both phases will proceed concurrently. The Construction Manager shall identify a representative authorized to act on behalf of the Construction Manager with respect to the Project. § 2.1 (Paragraphs deleted) Preconstruction Phase § 2.1.1 The Construction Manager shall provide a preliminary evaluation of the Owner's program, schedule, and construction budget requirements, each in terms of the other. § 2.1.2 Consultation The Construction Manager shall schedule and conduct meetings with the Architect and Owner to discuss such matters as procedures, progress, coordination, and scheduling of the Work. The Construction Manager shall advise the Owner and the Architect on proposed site use and improvements, selection of materials, and building systems and equipment. The Construction Manager shall also provide recommendations consistent with the Project requirements to the Owner and Architect on constructability; availability of materials and labor; time requirements for procurement, installation and construction which shall satisfy Owner's time requirements; and factors related to construction cost including, but not limited to, costs of alternative designs or materials, preliminary budgets, life -cycle data, and possible cost reductions as it pertains to work packages and packaging strategies. § 2.111 During the Preconstruction Phase, the Construction Manager shall review the Contract Documents to ascertain whether the components of the plumbing, electrical, and mechanical systems may be constructed without interference with each other, or with the structural or architectural components of the Project, or with existing systems. In the event that conflicts between the systems are discovered, the Construction Manager shall promptly notify the Owner and Architect in writing. Init• AIA Document A133- - 2019. Copyright C 1991, 2003, 2C09, and 2019 by The American Institute of Arrhitecls. All rights reserved The -American Institute of Architects ' 'AIA' the AIA Logo, and *AIA Contract Documents' are registered trademarks and may not be used without permission This document was produced by AIA software at 154122 ET on 01/06/2022 under Order No.0545826211 which expires on 07/24/2022, is not for resale, is licensed for one-time use only, and t may only be used in accordance with the AIA Contract Documents* Terms of Service. To report copyright violations, e-mail copyright@aia.org User Notes: (1783191907) § 2.1.2.2 Notwithstanding any provision of the General Conditions of the Contract for Construction to the contrary, the Construction Manager shall not be entitled to additional compensation for any delay or disruption to the Work arising from any conflict between the mechanical, electrical, and plumbing systems with each other, or with the structural or architectural components of the Work, or with existing systems, if such conflicts should have been discovered during the Construction Documents Phase by the Construction Manager through the exercise of reasonable diligence, and the Owner and Architect were not informed of such conflicts as required by subparagraph2.1.2.1. This provision shall apply only with respect to conflicts appearing in the Drawings and Specifications provided for the Construction Manager's review prior to proposal of a Guaranteed Maximum Price. § 2.1.3 Project Schedule When Project requirements in Section 3.1.1 have been sufficiently identified, the Construction Manager shall prepare and periodically update a Project schedule for the Architect's review and the Owner's acceptance. The Construction Manager shall obtain the Architect's approval for the portion of the Project schedule relating to the performance of the Architect's services. The Project schedule shall coordinate and integrate the Construction Manager's services, the Architect's services, other Owner consultants' services, and the Owner's responsibilities and identify items that could affect the Project's timely completion. The updated Project schedule shall include the following: submission of the Guaranteed Maximum Price proposal; components of the Work; times of commencement and completion required of each Subcontractor; ordering and delivery of products, including those that must be ordered well in advance of construction; dates of Substantial Completion and Final Completion; and the occupancy requirements of the Owner. If updated Project schedules indicate that previously -approved schedules may not be met, then the Construction Manager shall make appropriate recommendations to the Owner and Architect, and upon written approval of both, shall implement necessary corrective action. § 2.11A Phased Construction The Construction Manager shall provide recommendations with regard to accelerated or fast -track scheduling, procurement, or phased construction. The Construction Manager shall take into consideration cost reductions, cost information, constructability, provisions for temporary facilities and procurement and construction scheduling issues. The Construction Manager shall make recommendations to the Owner and Architect regarding the phased issuance of Drawings and Specifications so as to facilitate the proposal of a Guaranteed Maximum Price when all elements of the Construction Documents within said work packages attain at [cast fifty (50) percent Construction Documents, unless mutually agreed otherwise by the Architect, Owner and the Construction Manager. § 2.1.5 Preliminary Cost Estimates § 21,51 Based on the preliminary design and other design criteria prepared by the Architect, the Construction Manager shall prepare preliminary estimates of the Cost of the Work or the cost of program requirements using area, volume or similar conceptual estimating techniques for the Architect's review and Owner's approval. If the Architect or Construction Manager suggests alternative materials and systems, the Construction Manager shall provide cost evaluations of those alternative materials and systems. § 2.1.5.2 As the Architect progresses with the preparation of the Schematic Design, Design Development and Construction Documents, the Construction Manager shall prepare and update, at appropriate intervals agreed to by the Owner, Construction Manager and Architect, estimates of the Cost of the Work of increasing detail and refinement and allowing for the further development of the design until such time as the Owner and Construction Manager agree on a Guaranteed Maximum Price for the Work. Such estimates shall be provided for the Architect's review and the Owner's approval. The Construction Manager shall inform the Owner and Architect when estimates of the Cost of the Work exceed the latest approved Project budget and make recommendations for corrective action and/or cost reductions, including but not limited to, substitution of materials or revisions or alterations to the Design Development Documents or the Construction Documents to bring the Project within the Owner's budget, but shall not delete necessary components of the Project without Owner's consent. § 2.1.6 Subcontractors and Suppliers The Construction Manager shall develop bidders' interest in the Project. To the extent not inconsistent with the Construction Manager's requirements under Texas Government Code Chapter 2269, Subchapter F, the Construction Manager shall seek to develop subcontractor interest in the Project and shall furnish to the Owner and Architect for their information a list of possible subcontractors, including suppliers who are to furnish materials or equipment fabricated to a special design, from whom proposals will be requested for each principal portion of the Work. The will promptly reply in Init AIA Document A133• - 2n19. Copyright O 1991, 2003, 2009, and 2019 by The American Institute of Architects. All rights reserved. The 'American Institute of Architects,' 'AIA 'the AIA Logo, and 'AIA Contract Documents" are registered trademarks and may not be used without permission This document was produced 4 by AIA software at 15:41:22 ET on 01/0612022 under Order No.e545626211 which expires on 07124/2022, is not for resale, is licensed for one -lima use only, and may only be used in accordance wkh the AIA Contract Documentsi° Terms of Service. To report copynghl violations, e-mail copyright®aia org User Notes: (1783191907) writing to the Construction Manager if the Architect or Owner know of any objection to such a subcontractor or supplier. The receipt of such list shall not require the Owner or Architect to investigate the qualifications of proposed subcontractors or suppliers, nor shall it waive the right of the Owner or Architect later to object to or reject any proposed subcontractor or supplier. § 2.1.7 The Construction Manager shall prepare, for the Architect's review and the Owner's acceptance, a procurement schedule for items that must be ordered well in advance of construction. The Construction Manager shall expedite and coordinate the ordering and delivery of materials that must be ordered well in advance of construction. If the Owner agrees to procure any items prior to the establishment of the Guaranteed Maximum Price, the Owner shall procure the items on terms and conditions acceptable to the Construction Manager. Upon the establishment of the Guaranteed Maximum Price, the Owner shall assign all contracts for these items to the Construction Manager and the Construction Manager shall thereafter accept responsibility for them. § 2.1.8 Extent of Responsibility The Construction Manager shall exercise reasonable care in preparing schedules and estimates. The Construction Manager, however, does not warrant or guarantee estimates and schedules except as may be included as part of the Guaranteed Maximum Price. The recommendations and advice of the Construction Manager concerning design alternatives and potential cost savings shall be subject to the review and approval of the Architect, Owner, and the Owner's professional consultants. The Construction Manager is not required to ascertain that the Drawings and Specifications are in accordance with applicable laws, statutes, ordinances, codes, rules and regulations, or lawful orders of public authorities, but the Construction Manager shall promptly report to the Architect and Owner any nonconformity discovered by, or that reasonably should have been discovered by, or made known to the Construction Manager as a request for information in such form as the Architect may require. § 2.1.9 Notices and Compliance with Laws The Construction Manager shall comply with applicable laws, statutes, ordinances, codes, rules and regulations, and lawful orders of public authorities applicable to its performance under this Contract, and with equal employment opportunity programs, and other programs as may be required by governmental and quasi -governmental authorities for inclusion in the Contract Documents. § 2.2 (Paragraphs deleted) Guaranteed Maximum Price Proposal and Contract Time § 2.2.1 When all elements of the Construction Documents are at least fifty (50) percent complete, or as mutually agreed upon by the Owner, the Construction Manager, and the Architect, the Construction Manager shall prepare a Guaranteed Maximum Price proposal for the Owner's review and acceptance. The Guaranteed Maximum Price in the proposal shall be the sum of the Construction Manager's estimate of the Cost of the Work, including contingencies described in Section 2.2.4; the general conditions; and the Construction Manager's Fee. If any Guaranteed Maximum Price proposal submitted to the Owner exceeds previously -approved estimates or the Owner's budget, then the Construction Manager shall make appropriate recommendations to the Owner and Architect for cost reductions, including but not limited to, substitution of materials or revisions or alterations to the Construction Documents, to bring the Project within the Owner's budget, but shall not delete necessary components of the Project without Owner's consent. In the event that the quality or scope identified in the proposal are unacceptable or exceed the Owner's identified budget, the Construction Manager shall work with the and Architect to develop options that are acceptable to Owner, are within the Owner's budget, and meet the Owner's requirements for dates of Substantial Completion and Final Completion. The Construction Manager may propose separate Guaranteed Maximum Prices for separate Work within the Project (work packages), as schedules and efficiencies dictate. The Construction Manager will work with the and Architect to achieve a Guaranteed Maximum Price that is fully acceptable to Owner and is within the Owner's budget for the Work and for the Project. § 2.2.2 To the extent that the Drawings and Specifications are anticipated to require further development by the Architect, the Construction Manager shall provide in the Guaranteed Maximum Price for such further development consistent with the Contract Documents and reasonably inferable therefrom. § 2.2.3 The Construction Manager shall include with the Guaranteed Maximum Price proposal a written statement of its basis, which shall include the following: .1 A list of the Drawings and Specifications, including all Addenda thereto, and the Conditions of the Contract; Init AIA Document A133- _ zoi 9. Copyright C 1991, 2003, 2009, and 2019 by The American Instilute of Architects All rights reserved. The "American Institute of Architects,' 'AIA,' the AIA Logo, and 'AIA Contract Documents' are registered trademarks and may not be used without permission This document was produced by AIA software at 15:41 22 ET on DVOW2022 under Order No,8545826211 which expires on 07/2412022. is not for resale, Is licensed for one-time use only, and Ji may only be used in accordance with the AIA Contract Documentse Terms of Service. To report copyright violations, e-mail copyright®aia.org User Notes: (1783191907) .2 A list of the clarifications and assumptions made by the Construction Manager in the preparation of the Guaranteed Maximum Price proposal, including assumptions under Section 2.2.2, to supplement the information provided by the Owner and contained in the Drawings and Specifications; .3 A statement of the proposed Guaranteed Maximum Price, including a statement of the estimated Cost of the Work organized in CSl Master format, April 2012, sites and trade categories or systems, allowances, contingencies, general conditions, and the Construction Manager's Fee; .4 The anticipated date of Substantial Completion upon which the proposed Guaranteed Maximum Price is based; and ,5 The date of Final Completion upon which the proposed Guaranteed Maximum Price is based, which date shall be not more than 30 days after the date of Substantial Completion; .6 The Guaranteed Maximum Price proposal may not be based in any part on any subcontractor or material supply contract which would require the Owner to compensate the Construction Manager on other than a maximum price basis. § 2.2.4 In preparing the Construction Manager's Guaranteed Maximum Price proposal, the Construction Manager shall include its contingency for the Construction Manager's use as approved by the Owner, to cover those costs considered reimbursable as the Cost of the Work but not included in a Change Order, The Guaranteed Maximum Price shall include a separately -identified contingency amount of no more than two percent (2%) (the "Construction Contingency"), The Construction Contingency is not allocated to any particular item of the Cost of the Work and is established for the Construction Manager's use, upon the approval of the Owner, as it may be required for costs incurred in the Work from unforeseeable causes, or details which should have been anticipated by the Construction Manager at the time of the Owner's approval of the Guaranteed Maximum Price. Such unforeseeable causes or unanticipated details include, but are not limited to, refinement of details of design within the scope of standards, quality and quantities which are reasonably inferable from the Guaranteed Maximum Price documents, the correction of minor defects not relating to design, delays in receipt of materials, and additional costs relating to Subcontractor defaults not reimbursed by the Subcontractor's bonding company. The Construction Manager, with Owner's written approval, may utilize the Construction Contingency for any of the above items within the Cost of the Work without the necessity of a Change Order, without constituting a Change in the Scope of the Work, and without resulting in any change in the Guaranteed Maximum Price. Any unforeseeable causes or unanticipated details which exceed the Construction Contingency shall be borne by the Construction Manager at the Construction Manager's sole risk. All savings will accrue and be available for use, only as detailed above, by the Construction Manager until the Construction Manager's final accounting. All supporting documentation for all uses of the Construction Contingency shall be provided to the Owner. Upon final accounting, all remaining monies in the Construction Contingency, shall accrue to the Owner. § 2.2.4.1 The Guaranteed Maximum Price shall also include a separately -identified contingency amount, an "Owner's Contingency," which is defined as a contingency fund within the Guaranteed Maximum Price established by the Owner for the Owner's exclusive use. Monies from Owner's Contingency may be spent in the discretion of Owner's and without additional Board of Education approval, but with subsequent notice to Owner's Board of Education. Any unused Owner's contingency shall accrue to the Owner, if Construction Manager does not include a specific line item for Owner's contingency in the Guaranteed Maximum Price, then the identified contingency amount shall be split as follows: 20% shall be the Construction Contingency and 80% shall be Owner's Contingency. Upon final accounting, any unused Construction Contingency, Owner's Contingency, Buyout Savings and General Conditions shall accrue to the Owner, § 22.5 The Construction Manager shall meet with the Owner and Architect to review the Guaranteed Maximum Price proposal. In the event that the Owner and Architect discover any inconsistencies or inaccuracies in the information presented, they shall promptly notify the Construction Manager, who shall make appropriate adjustments to the Guaranteed Maximum Price proposal, its basis, or both. As soon as feasible and after Owner's preliminary approval of the Construction Manager's proposed Guaranteed Maximum Price, the will prepare the Amendment forms and return them to the Construction Manager for review, signature, and return. § 2.2.6 The Owner shall be allowed not less than forty-five (45) days after receipt of the Construction Manager's signed Guaranteed Maximum Price Amendment to review and take action on the Amendment. Following acceptance of a Guaranteed Maximum Price Amendment, the Owner shall execute the Guaranteed Maximum Price Amendment amending this Agreement, a copy of which shall be provided to the Architect. The Guaranteed Maximum Price Init, AIA Document A133' - zo1 s. Copyright m 1991, 2003, 2009, and 2019 by The American Institute of Architects. All rights reserved. The'Ame6can Institute of Architects,' 'AIA 'the AIA logo. and 'AIA Contract Documents' are registered trademarks and may not be used without permission Th+s document was produced s by AIA software at 15:41.22 ET on 01/06/2022 under Order No.854582621 1 which expires on 07/24/2022, is not for resale, is kensed for one-time use only, and 1 may only be used in accordance with the AIA Contract Documents• Terms of Service. To report copyright violations, e-mad copyright@aia org User Notes: (1783191907) Amendment shall set forth the agreed upon Guaranteed Maximum Price with the information and assumptions upon which it is based. § 2.2.7 The Construction Manager shall not incur any cost to be reimbursed as part of the Cost of the Work prior to the commencement of the Construction Phase, unless the Owner provides prior written authorization for such costs. § 21.8 The Owner shall authorize the Architect to provide the revisions to the Drawings and Specifications to incorporate the agreed -upon assumptions and clarifications contained in the Guaranteed Maximum Price Amendment. The Owner shall promptly furnish those revised Drawings and Specifications to the Construction Manager as they are revised. The Construction Manager shall notify the Owner and Architect of any inconsistencies between the Guaranteed Maximum Price Amendment and the revised Drawings and Specifications. § 2.2.9 The Construction Manager shall not include in the Guaranteed Maximum Price any taxes from which Owner is exempt. § 2.2.10 The Construction Manager shall diligently advance the work to achieve Substantial and Final Completion of the Work as it pertains to work packages, phases, or stages of the project throughout the construction phase and as provided in the Amendment. § 2.3 Construction Phase § 2.3.1 General § 2.3.1.1 The date of commencement of the Work shall mean the date of commencement of the Construction Phase as provided in Section 8.1.2 of AIA Document A201-2007. § 2.3.1.2 Intentionally left blank. § 2.3.2 Administration (Paragraphs deleted) § 2,321 Pursuant to Texas Government Code Chapter 2269, Subchapter F, the Construction Manager shall publicly advertise and solicit through competitive purchasing, as required by law, competitive sealed proposals from Subcontractors and from suppliers of materials or equipment fabricated specifically for the performance of all major elements of the Work. The Owner shall then determine, with the advice of the Construction Manager and the Architect, which proposals will be accepted. The Construction Manager shall not be required to contract with anyone to whom the Construction Manager has reasonable objection. The Construction Manager may seek to perform portions of the Work required to be publicly advertised. If the Construction Manager submits its own proposal for any portion of the Work, it shall do so in the same manner as required of all subcontractors. The Owner shall decide whether or not Construction Manager's proposal for self -performing portions of the Work offers the best value to Owner. In opening proposals, neither Construction Manager nor Owner shall disclose the contents of a proposal. All proposals shall be made public within seven days after the Owner's final selection. If Construction Manager's proposal is selected by the Owner, the proposed cost for the self -performed work shall be paid to the Construction Manager, pursuant to progress payments, as if Construction Manager were a subcontractor. Such payments to Construction Manager shall be included in the Cost of the Work, but the Construction Manager shall not receive an additional Construction Manager's fee for self -performed work. § 2.322 Pursuant to Texas Government Code Chapter 2269, Subchapter F, if during the course of recommending proposals, the Construction Manager recommends to Owner a proposal from a subcontractor, but the Owner requires another proposal to be accepted, the Owner shall compensate the Construction Manager by a change in price, time, and/or Guaranteed Maximum Price for any additional cost and risk that the Construction Manager may incur as a result, if such change exists. Construction Manager shall state the additional cost and/or risk in writing and shall provide written proof of same before Owner compensates Construction Manager. § 2.3.2.2.1 The Construction Manager shall include the following specific notices in the information to proposers: .1 The successful proposer's responsibility to provide worker's compensation insurance in accordance with Texas Labor Code Chapter 406; ,2 The successful proposer's responsibility to pay the general prevailing wages in the locality of Fort Worth Independent School District, as approved by the Fort Worth ISD Board of Education in April 2014, pursuant to Texas Government Code Chapter 2258, .3 A notice of the sales tax exemption for the Work and the procedure for obtaining any required exemption verification or certificate; Init.AIA Document A133• - 20 19. Copyright ® 1991, 2003, 2009, and 2019 by The American Institute of Architects. All rights reserved The 'American Institute of Architects," 'AIA,' the AIA Logo, and'AfA Contract Documents' are registered trademarks and may not be used without permission This document was produced by AIA software at 15:41:22 ET on 01/06/2022 under Order No-8545826211 which expires on 0712412022, is not for resale. is licensed for one-time use only, and ! may only be used in accordance with the AIA Contract Documents' Terms of Service To report copyright violations, e-mail copynght@aia org User Notes: (1763191907) .4 The notice regarding trench and shoring safety required by Texas Health and Safety Code Section 756.02 Owner and Owner's authorized representatives shall be given the opportunity to review all Construction Documents prior to release of the Construction Documents for bidding, proposal, or negotiation purposes. Construction Manager's bid specifications and any subsequent contract shall not deny or diminish the right of a person to work because of the person's membership or any other relationship status with respect to any organization. Texas Government Code 2269.054 (see Section 2.3.2.2.2), § 2.312.2 Construction Manager shall also add the following language in any document issued to solicit bids or competitive scaled proposals an the Project: "By submitting a proposal, each proposer agrees to waive any claims it has or may have against the Owner, the Construction Manager, the Architect, and their respective employees, agents, or representatives, arising out of or in connection with the administration, evaluation, recommendation, or selection of any proposal; waiver of any requirements under the proposal documents or contract documents; acceptance or rejection of any proposal; and award of the contract." § 2.3.2.2.3 Nothing herein shall preclude the Construction Manager from including other notices required or allowed by law. § 2.3.2.3 Subcontracts or other agreements shall conform to the applicable payment provisions of this Agreement, and shall not be awarded on the basis of cost plus a fee without the prior consent of the Owner. If the Subcontract is awarded on a cost-plus a fee basis, the Construction Manager shall provide in the Subcontract for the Owner to receive the same audit rights with regard to the Subcontractor as the Owner receives with regard to the Construction Manager in Section 6.11 below. § 2,314 If the Construction Manager recommends a specific proposer that may be considered a "related party" according to Section 6.10, then the Construction Manager shall promptly notify the Owner in writing of such relationship and notify the Owner of the specific nature of the contemplated transaction, according to Section 6.10.2. § 2.3.2.5 The Construction Manager shall schedule and conduct weekly or otherwise regularly scheduled meetings at which Owner, Architect, Construction Manager, and appropriate Subcontractors discuss such matters as procedures, progress, design, coordination, scheduling, and status of the Work throughout the pre -construction and construction phases of the project. The Construction Manager shall prepare and promptly provide minutes to the Owner and Architect. The Construction Manager shall provide periodic presentations updating the progress, quality and status of the Work to Owner at no additional cost to Owner. § 2.3.2.6 Upon the execution of the Guaranteed Maximum Price Amendment by Owner and Construction Manager, the Construction Manager shall prepare and submit to the Owner and Architect a construction schedule for the Work and submittal schedule in accordance with Section 3.10 of AIA Document A201-2007, including the Owner's occupancy requirements. § 2.3.2.7 The Construction Manager shall record the progress of the Project as defined by the Owner. On a monthly basis, or otherwise as agreed to by the Owner, the Construction Manager shall submit written progress reports to the Owner and Architect, showing percentages of completion and other information required by the Owner, The Construction Manager shall also keep, and make available to the Owner and Architect at any time, including at the meetings referenced in paragraph 2.3.2.5, a daily log containing a record for each day of weather, portions of the Work in progress, number of workers on site, identification of equipment on site, problems that might affect progress of the work, accidents, injuries, and other information required by the Owner. § 23.2.8 The Construction Manager shall develop a system of cost control for the Work, including regular monitoring of actual costs for activities in progress, including changes to the Work approved by Owner, and estimates for uncompleted tasks and proposed changes as defined by the Owner. The Construction Manager shall identify variances between actual and estimated costs and report the variances to the Owner and Architect and shall provide this information in its monthly reports to the Owner and Architect, in accordance with Section 2.3.2.7 above. {nit AIA Document A133' - za19. Copy dght ® 1991, 2003, 2009, and 2019 by The American Institute of Architects, All rights reserved The -American Institute of Architects.' "AIA,' the AIA Logo, and 'AIA Contract Documents' are registered trademarks and may not be used without permission This document was produced by AIA software at 15:41,22 ET on 01106/2022 under Order No.8545826211 which expires on 07/2412022, is not for resale, is licensed for one-time use only, and I may only be used in accordance with the AIA Contract Documental" Terms of Service. To report copyright violations, e-mail copyrght@ala org User Notes: (1783191907) § 2.3.3 To the extent that any portion of the Work requires a trench excavation exceeding five (5) feet in depth, in accordance with Texas Health and Safety Code Section 756.023(a), Construction Manager shall fully comply, and shall require any applicable subcontractor to comply, with: .1 The Occupational Safely and Health Administration standards for trench safety in effect for the Construction of the Work. .2 The special shoring requirements, if any, of the Owner. .3 Any geotechnical information obtained by Owner for use by the Construction Manager in the design of the trench safety system. § 2.3.4 Trench excavation safety protection shall be a separate pay item and shall be based on linear -feet of trench excavated. Special shoring requirements shall also be a separate pay item and shall be based on the square feet of shoring used. Said cost shall be included within the Guaranteed Maximum Price. § 2.4 Professional Services Section 3,12,10 of A201-2007 shall apply to both the Preconstruction and Construction Phases. § 2.6 Hazardous Materials Section 10.3 of AIA Document A201-2007 shall apply to both the Preconstruction and Construction Phases. § 2.6 Per Texas Government Code, §2269.257, if a selected trade contractor or subcontractor defaults in the performance of its work or fails to execute a subcontract after being selected, the Construction Manager may itself fulfill, without advertising, the contract requirements or select a replacement trade contractor or subcontractor to fulfill the contract requirements. Construction Manager shall be paid for its own performance in accordance with §2.3.2.1 and §6.2.1 herein. ARTICLE 3 OWNER'S RESPONSIBILITIES § 3.1 Information and Services Required of the Owner § 3.1.1 The Owner shall provide information with reasonable promptness, regarding requirements for and limitations on the Project, including a written program which shall set forth the Owner's objectives, constraints, and criteria, including schedule, space requirements and relationships, Flexibility and expandability, special equipment, systems, sustainability and site requirements. § 3.1.2 Intentionally left blank. § 3.1.3 The Owner shall establish and periodically update the Owner's budget for the Project, including (1) the budget for the Cost of the Work as defined in Section 6.1.1, (2) the Owner's other costs, and (3) reasonable contingencies related to all of these costs, including the Owner's Contingency as provided in Section 2.2.4, if the Owner significantly increases or decreases the Owner's budget for the Cost of the Work, the Owners hall notify the Construction Manager and Architect. The Owner and the Architect, in consultation with the Construction Manager, shall thereafter agree to a corresponding change in the Project's scope. (Paragraphs deleted) § 3.1.4 Structural and Environmental Tests, Surveys and Reports. During the Preconstruction Phase, the Owner shall furnish the following information or services with reasonable promptness. Such documents shall be provided for information only and are not warranted or represented to show the conditions at the Project site accurately. Construction Manager may use the information at its own risk and shall use customary precautions relating to the performance of the Work. Notwithstanding the preceding sentences and the delivery of surveys or other documents and reports by Owner, Construction Manager shall perform all work in such a non -negligent manner so as to avoid damaging any utility lines, cables, pipes, or pipelines on the Property. Contractor shall be responsible for any damage done to such lines, cables, pipes and pipelines during the Work. (Paragraphs deleted) § 3.1.4.1 The Owner shall furnish tests, inspections and reports required by law and as otherwise agreed to by the parties, such as structural, mechanical, and chemical tests, tests for air and water pollution, and tests for hazardous materials. loft AIA Document A133' - 2019. Copyright Q 1991, 2003. 2009, and 2019 by The American Institute of Architects. NI rights reserved The 'American Jnstitule of Architects ' 'AIA,' the AIA Logo, and 'AIA Contract Documents' are registered trademarks and may net be used without permission This document was produced 9 by AIA software at 15:41:22 ET on 0110812022 under Order No_8645826211 which expires on 07124/2022, is not for resale, is licensed for one-tlme use only, and t may only be used in accordance with the AIA Contract Documents° Terms of Service. To report copyright violations, a -mar copyright(8aia org User Notes: (1783191907) § 3.1 A.2 The Owner shall furnish surveys as provided in Section 2.2.3 of AIA Document A201-2007. § 3.1.4.3 Unless provided by the Architect by agreement with the Owner, the Owner, when such services are reasonably required by the scope of the Work and are requested by the Architect or Construction Manager and approved by the Owner, shall furnish services of geotechnical engineers, which may include but are not limited to test borings, test pits, determinations of soil bearing values, percolation tests, evaluations of hazardous materials, seismic evaluation, ground corrosion tests and resistivity tests, including necessary operations for anticipating subsoil conditions, with written reports and appropriate recommendations. § 3.1.4.4 During the Construction Phase, the Owner shall furnish information or services required of the Owner by the Contract Documents with reasonable promptness. The Owner may also furnish any other information or services under the Owner's control and relevant to the Construction Manager's performance of the Work with reasonable promptness after receiving the Construction Manager's written request for such information or services. § 3.2 Owner's Designated Representative Notwithstanding the duties reserved only to the Board of Education of Owner as stated in Section 1.2, the Owner shall identify a representative authorized to act on behalf of the Owner with respect to the Project. The Owner shall render decisions promptly and furnish information expeditiously, so as to avoid unreasonable delay in the services or Work ofthe Construction Manager. Except as otherwise provided in Section 4.2.1 of AIA Document A201 72007, the Architect does not have such authority. § 3.2.1 Legal Requirements. The Owner shall furnish all legal, insurance and accounting services, including auditing services, that the Owner may determine to be reasonably necessary at any time for the Project to meet the Owner's needs and interests. Construction Manager shall furnish all legal, insurance and accounting services that Construction Manager may determine to be necessary to meet Construction Manager's needs and interests. (Paragraphs deleted) § 3.3 Architect The Construction Managers services shall be provided in conjunction with the services of an Architect The terns of the agreement between the Owner and the Architect shall be available for inspection by the Construction Manager upon request, § 3.4 INSPECTION AND TESTING Pursuant to Texas Government Code Section 2269.058, the Owner shall provide or contract for, independently of the Construction Manager, the inspection services, the testing of construction materials engineering, and the verification testing necessary for acceptance of the Work by Owner. (Paragraphs deleted) ARTICLE 4 COMPENSATION AND PAYMENTS FOR PRECONSTRUCTION PHASE SERVICES § 4.1 Compensation § 4.1.1 For the Construction Manager's Preconstruction Phase services, the Owner shall compensate the Construction Manager as follows: § 4.1.2 For the Construction Manager's Preconstruction Phase services described in Sections 2.1 and 2,2: (Insert amount of, or basis for, compensation and include a list of reimbursable cost items, as applicable.) Fifteen Thousand Dollars and NO1100 ($15,000.00) § 4.1.3 If the Preconstruction Phase services covered by this Agreement have not been completed within four ( 4 ) months of the date of this Agreement, through no fault of the Construction Manager, the Construction Manager's compensation for Preconstruction Phase services may be equitably adjusted. § 4.1.4 Compensation based on Direct Personnel Expense includes the direct salaries of the Construction Manager's personnel providing Preconstruction Phase services on the Project and the Construction Manager's costs for the Init AIA Document A133- - tot %, CopyNht 01991. 2003. 2009, and 2019 by The American Institute of Architects. All rights reserved, The 'American Institute of Architects, "AIA' the AIA Logo, and 'AIA Contract Documents' are registered trademarks and may not be used without permis:. •.n This document was produced 10 by AIA software at 15:41:22 ET on OU06l2022 under Order No.8545826211 which expires on 0712412022, is not for resale, is licensed for one-Wne use only, and may only be used in accordance with the AIA Contract Documentas Terms of Service, To report copyright violations, a -mad copydght®aia org. User Notes: (1783191907) mandatory and customary contributions and benefits related thereto, such as employment taxes and other statutory employee benefits, insurance, sick leave, holidays, vacations, employee retirement plans and similar contributions. (Paragraphs deleted) § 4.2 (Paragraphs deleted) Payments § 4.2.1 Unless otherwise agreed, payments for services shall be made monthly in proportion to services performed, (Paragraphs deleted) § 4.22 Payments are due and payable as detailed in Article 9 of the AIA Document A201-2007, as amended. ARTICLE 5 COMPENSATION FOR CONSTRUCTION PHASE SERVICES § 5.1 For the Construction Manager's performance of the Work as described in Section 2.3, the Owner shall pay the Construction Manager the Contract Sum in current funds provided sufficient backup for General Conditions as well as Cost of Work and as approved by the Owner. The Contract Sum is the Cost of the Work as defined in Section 6.1,1 in addition to the items identified in Section 2.2 and the total of which shall not exceed the Guaranteed Maximum Price. § 5.1.1 The Construction Manager's Fee: (Slate a lump sum, percentage of Cost of the Work or other provision for determining the Construction Manager's Fee.) The fee shall be calculated as a percentage of the Cost of the Work, General Conditions, and Contingencies. 2% of the Cost of the Work (Paragraphs deleted) § 5.1.2 The method of adjustment of the Construction Manager's Fee for changes in the Work: Only by agreement of Owner's Board of Trustees. (Paragraph deleted) ('Table deleted) § 5.1.3 Limitations, if any, on a Subcontractor's overhead and profit for increases in the cost of its portion of the Work: See Article 7 of the AIA Document A201-2007, as amended. § 5.1.4 GENERAL CONDITIONS All items to be paid as general conditions shall be listed in this section. All charges for general conditions may not exceed the rate proposed for General Conditions in the Construction Manager's proposal, shall be delineated separately in the Guaranteed Maximum Price Amendment, and may include only the following: costs associated with the Superintendent, Project Manager, staff, Field Engineering Labor, staff insurance, job office, storage trailers, temporary power, Chem -Toilets, temporary water connections, job telephonelinternet/2-way radio/cell phones, layout, auto and trucks (including oil and fuel), office supplies, office equipment, postage and express shipping charges, dumpsters, miscellaneous document printing for field office use only, miscellaneous small tool and consumables, vehicle insurance, All -Risk Builder's Insurance, General Commercial Liability Insurance, construction clean up, erosion control, barricades/protection/safety rails/equipment, equipment rental/scaffolding, Contractor Bond, Subcontractor Bond, contractor insurance, accounting and data processing fees, drinking water, temporary fencing, progress photos, drag screens, progress schedules, , safety/first aid supplies/fire extinguishers, construction work that may be included in the general conditions as allowed by Texas Government Code Section 2269.255, and items described in more detail below. § 5.1.4.1 Rental rates for Construction Manager -owned or rented equipment shall be subject to the Owner's prior approval and shall not exceed ninety percent (90%) of the standard rate paid at the place of the Project. § 5.1.4,2 Wages or salaries of the Construction Manager's supervisory and administrative personnel when stationed at the site with the Owner's prior approval. § 6.1.4.3 Costs paid or incurred by the Construction Manager for taxes, insurance, contributions, assessments and benefits required by law or collective bargaining agreements and , for personnel not covered by such agreements, customary benefits such as sick leave, medical and health benefits, holidays, vacations and pensions, provided such casts are based Init. AIA Document A133` - 2a r s. Copyright m 1991. 2003. 2009, and 2019 by The American Instltute of Architects All rights reserved The 'American Instilule of Architects ' "AIA,' the AIA Logo, and 'AIA Contract Documents' are registered trademarks and may not be used without perrnis.:,n This document was produced 11 by AIA software at 15:41.22 ET on 01/0612022 under Order No.a545826211 which expires on 07124/2022, is not for resale, is Ilcensed for one-time use only and 1 may only be used in accordance with the AIA Contract Documents* Terms of Service. To report copyright violations, e-mail copyrlghtgaia.org. User Notes: (1783191907) on wages and salaries, for Construction Manager's on -site Project Manager, on -site Project and Site Superintendents, on -site Assistant Superintendents, and Construction Manager's supervisory and administrative personnel when stationed at the site with the Owner's prior approval. § 51.4.4 Actual rental charges for temporary facilities, machinery, equipment, and hand tools not included in Section 6.5.1 and not customarily owned by construction workers that are provided by the Construction Manager at the site and costs of transportation, installation, minor repairs, dismantling, and removal. § 6.1.4.5 The general conditions shall not include the following: all reimbursement for profit; indirect costs; all facsimile charges; home office personnel and benefits assigned to the Project; home office overhead and expenses; home office personnel relocation; all home office accounting, audit, legal and data processing fees and expenses. § 5.1.4.6 The general conditions for this Project shall not exceed the following percentages and amounts unless agreed to by Owner in writing as required by this Agreement. Shall not exceed One Million Two Hundred and Thirty -Three Thousand Eight Hundred and Ninety Two Dollars and NO/100 ($1,233,892,00) § 5.1.5 Unit prices, if any are stated in Exhibit D. § 5.2 Guaranteed Maximum Price § 5.2.1 The Construction Manager guarantees that the Contract Sum shall not exceed the Guaranteed Maximum Price set forth in the Guaranteed Maximum Price Amendment, as it is amended from time to time, as approved by Owner. To the extent the Contract Sum exceeds the Guaranteed Maximum Price, the Construction Manager shall bear such costs in excess of the Guaranteed Maximum Price without reimbursement or additional compensation from the Owner. Should the final audited Contract Sum be less than the Guaranteed Maximum Price, then the difference between the Contract Sum and the Guaranteed Maximum Price shall be considered as savings to the Owner, and Owner shall have no obligation to pay same to the Construction Manager. Construction Manager shall also consider as savings to the Owner all unused funds from any Contingency account or Buyout Savings. The Construction Manager shall not participate in any savings; all savings shall be credited to Owner. § 5.2.2 (Paragiwjhhs deleted) The Guaranteed Maximum Price is subject to additions and deductions by Change Order as provided in the Contract Documents and the Dates of Substantial Completion and Final Completion shall be subject to adjustment as provided in the Contract Documents. § 6.3 Changes in the Work § 5.3.1 The Owner may, without invalidating the Contract, order changes in the Work within the general scope of the Contract consisting of additions, deletions or other revisions. The Owner shall issue such changes in writing. The Architect may make minor changes in the Work as provided in Section 7.4 of AIA Document A201-2007, General Conditions of the Contract for Construction. Either the Construction Manager or the Owner, as appropriate, may be entitled to an equitable adjustment in the Contract Time as a result of changes in the Work. § 5.3.2 Increases or decreases, if any, to the Guaranteed Maximum Price on account of changes in the Work subsequent to the execution of the Guaranteed Maximum Price Amendment may be determined by any of the methods listed in Section 7.2 of AIA Document A201-2007, General Conditions of the Contract for Construction. § 5.3.3 In calculating adjustments to subcontracts (except those awarded with the Owner's prior consent on the basis of cost plus a fee), the term "cost" as used in Section 7.3.6 of AIA Document A201 -2007, as amended, shall have the meaning assigned in AIA Document A201-2007, as amended, and shall not be modified by Sections 5.1 and 5.2, Sections 6.1 through 6.7, and Section 6.8 of this Agreement. Adjustments to subcontracts awarded with the Owner's prior consent on the basis of cost plus a fee shall be calculated in accordance with the terms of those subcontracts. Init. AIA Document A133- - iol s. Copyright t3 1991, 2003, 20D9, and 2019 by The American Institute of Architects. All rights reserved. The 'American Institute of Architects,' 'AIA,' She AIA Logo, and `AIA Contract Documents' are registered trademarks and may not be used without pormBa.on The dowment was produced Z by AIA software at 15:41:22 ET on 01/0612022 under Order No,854562621 t which expires on 0712412022, is not for resa:e, is licensed for one-time use only and 1 may only be used in accordance with the AIA Contract Documents" Terms of Service. To report copyright violations, e-mail copyright@aia org User Notoe: (1783191907) § 5.3,4 In calculating adjustments to the Guaranteed Maximum Price, the terms "cost" and "costs" as used in the above -referenced provisions of AIA Document A201 2007 shall mean the Cost of the Work as defined in Sections 6.1 to 6.7 of this Agreement and the term "fee" shall mean the Construction Manager's Fee as defined in Section 5.1 of this Agreement. § 5.3.5 if no specific provision is made in Section 5. t.2 for adjustment of the Construction Manager's Fee in the case of changes in the Work, or if the extent of such changes is such, in the aggregate, that application of the adjustment provisions of Section 5.1.2 will cause substantial inequity to the Owner or Construction Manager, the Construction Manager's Fee shall be equitably adjusted on the same basis that was used to establish the Fee for the original Work, and the Guaranteed Maximum Price shall be adjusted accordingly. ARTICLE 6 COST OF THE WORK FOR CONSTRUCTION PHASE § 6.1 Costs to Be Reimbursed § 6.1.1 The term Cost of the Work shall mean the following costs necessarily incurred by the Construction Manager in the proper performance of the Work, except those costs compensated as general conditions under Section 5.1.4 above. Such costs shall be at rates not higher than the standard paid at the place of the Project except with prior consent of the Owner. The Cost of the Work shall include only the items set forth in Sections 6, l through 6.7. Cost of the Work that exceeds the Guaranteed Maximum Price shall be borne by the Construction Manager. § 6.1.2 Where any cost is subject to the Owner's prior approval, the Construction Manager shall obtain this approval prior to incurring the cost. The parties shall endeavor to identify any such costs prior to executing the Guaranteed Maximum Price Amendment. (Paragraphs deleted) § 6.2 (Paragraphs deleted) Labor Costs § 6.2.1 Wages of construction workers directly employed by the Construction Manager to perform any portion of the construction of the Work at the site or, with the Owner's prior written approval, at off -site workshops, to the extent allowed by Government Code Sections 2269.255 or 2269.257. § 6.2.2 Intentionally left blank. § 6.2.3 Wages and salaries of the Construction Manager's supervisory or administrative personnel engaged at factories, workshops or on the road, in expediting the production or transportation of materials or equipment required for the Work, but only for that portion of their time required for the Work, to the extent not compensated under general conditions. § 6.2.4 Costs paid or incurred by the Construction Manager for taxes, insurance, contributions, assessments and benefits required by law or collective bargaining agreements and, for personnel not covered by such agreements, customary benefits such as sick leave, medical and health benefits, holidays, vacations and pensions, provided such costs are based on wages and salaries included in the Cost of the Work under Sections 6.2. l through 6.2.3 to the extent not compensated under general conditions. § 6.2.5 Intentionally left blank. § 6.3 Subcontract Costs Payments made by the Construction Manager to Subcontractors in accordance with the requirements of the subcontracts. Any Subcontract Work to be performed by the Construction Manager's own forces on the basis of a bid or proposal submitted by the Construction Manager per Section 2.321, as amended, shall be treated as Work performed by a Subcontractor under this Section. The Construction Manager's compensation for such Subcontract Work performed shall be based on the amount of the bid or proposal submitted by the Construction Manager for such Work, rather than "actual costs" as provided elsewhere in Article 6 of this Agreement. lnit AIA Document A133' - 2ois. Copyright O 1991, 2003.2009. and 2019 by The American Institute of Architects All rights reserved The 'Am erican Institute of Architects,' AIA,' the AIA Logo, and 'AIA Contract Documents' are reg stered trademarks and may not be used without permiss!on This document was produced 13 by AIA software at 15:41:22 ET on 01/06/2022 under Order No.8545626211 which expires on 07/2412022, is not for resale, is licensed for one-time use only, and t may only be used in accordance with the AIA Contract Documents* Terms of Service. To report copyright violations, a -mail copyright@aia org User Notes: (1783191907) § 6.4 Costs of Materials and Equipment Incorporated in the Completed Construction § 6.4.1 Costs, including transportation and Owner -approved storage, of materials and equipment incorporated or to be incorporated in the completed construction. § 6.4.2 Costs of materials described in the preceding Section 6.4.1 in excess of those actually installed to allow for reasonable waste and spoilage. Unused excess materials, if any, shall become the Owner's property at the completion of the Work or, at the Owner's option, shall be sold by the Construction Manager. Any amounts realized from such sales shall be credited to the Owner as a deduction from the Cost of the Work. § 6.5 Costs of Other Materials and Equipment, Temporary Facilities and Related Items § 611 Costs of transportation, storage, installation, maintenance, dismantling and removal of materials, supplies, temporary facilities, machinery, equipment and hand tools not customarily owned by construction workers that are provided by the Construction Manager at the site and fully consumed in the performance of the Work. Costs of materials, supplies, temporary facilities, machinery, equipment and tools that are not fully consumed shall be based on the cost or value of the item at the time it is first used on the Project site less the value of the item when it is no longer used at the Project site. Costs for items not fully consumed by the Construction Manager shall mean fair market value. (Paragraph deleted) § 6.6.2 Intentionally left blank. § 6.5.3 Costs of removal of debris from the site of the Work and its proper and legal disposal, other than final clean-up. (Paragraph deleted) § 6.5.4 Intentionally left blank. § 6.5.5 Intentionally left blank. (Paragraph deleted) § 6.5.6 Costs of materials and equipment suitably stored off the site at a mutually acceptable location, subject to the Owner's prior written approval. § 6.6 Miscellaneous Costs (Paragraph deleted) § 6.6.1 Premiums for that portion of insurance and bonds required by the Contract Documents that can be directly attributed to this Contract. § 6.6.2 Sales, use or similar taxes imposed by a governmental authority for materials that are related to the Work, but not incorporated into the Work, and for which the Construction Manager is liable and Owner is not exempt. (Paragraph deleted) § 6.6.3 Fees and assessments for the building permit and for other permits, licenses and inspections will be paid by the owner. . § 6.6.4 Fees of laboratories for tests required by the Contract Documents and paid by the Construction Manager, except those related to defective or nonconforming Work for which reimbursement is excluded by Section 13.5.3 of AIA Document A201-2007 or by other provisions of the Contract Documents. (Paragraph deleted) § 6.6.5 Royalties and license fees paid for the use of a particular design, process or product required by the Contract Documents. If such royalties, fees and costs are excluded by the last sentence of Section 3.17 of AIA Document A201-2007 or other provisions of the Contract Documents, then they shall not be included in the Cost of the Work. § 6.6.6 Intentionally left blank. § 6.6.7 Deposits lost for causes directly resulting from the Owner's actions or decisions. § 6.6.8 Intentionally left blank. Ult AIA DocumentA133- - 2019. Copyright* 1991, 2003, 2009, and 2019 by The American Institute of Architects All rights reserved The 'American Institute of Architects, "AIA.' the AIA Logo, and `AIA Contract Documents" are registered trademarks and may not be used without perms. Eton This document was produced 14 by AIA software at 15:41 22 ET an 01/0612022 under Order No.8545826211 which expires on 0712412022, Is not for resale, is licensed for one-time use only, and t may only be used in accordance with the AIA Contract Documents° Terms of Service. To report copyright violations, e-mail copynght@aia.org User Notes: (1783191907) § 6.6.9 Intentionally left blank. § 6.7 Other Costs and Emergencies § 6.7.1 Other costs incurred in the performance of the Work if, and to the extent, approved in advance in writing by the Owner. § 6.7.2 Costs incurred in taking action to prevent threatened damage, injury or loss in case of an emergency affecting the safety of persons and property, as provided in Section 10.4 Emergencies of A[A Document A201-2007, as amended. § 6.7.3 Intentionally left blank. § 6.7,4 The costs described in Sections 6.1 through 6.7 shall be included in the Cost of the Work, notwithstanding any provision of AIA Document A201, 2007 or other Conditions of the Contract which may require the Construction Manager to pay such costs, unless such costs are excluded by the provisions of Section 6.3 or other provision of or amendments to this Agreement. However, notwithstanding anything in Article 6 to the contrary, no reimbursable cost or expense will be paid again if it is also included and paid in any general conditions amount submitted by Construction Manager. § 6.8 Costs Not To Be Reimbursed § 6.6.1 The Cost of the Work shall not include the items listed below: .1 Salaries and other compensation of the Construction Manager's personnel stationed at the Construction Manager's principal office or offices other than the site office, except as specifically provided in Section 6.2, or as may be provided in Article 11; .2 Expenses of the Construction Manager's principal office and offices other than the site office; .3 Overhead and general expenses, except as may be expressly included in Sections 6.1 to 6.7; .4 The Construction Manager's capital expenses, including interest on the Construction Manager's capital employed for the Work; .5 Costs due to the negligence or failure of the Construction Manager, Subcontractors and suppliers or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable to fulfill a specific responsibility of the Contract; A Any cost not specifically and expressly described in Sections 6.1 to 6.7; .7 Costs, other than costs included in Change Orders approved by the Owner, that would cause the Guaranteed Maximum price to be exceeded; and .8 Costs for services incurred during the Preconstruction Phase .9 Delay damages or claims; .10 Storage costs, unless with prior written Owner approval; .11 All costs intentionally deleted from Section 6 above, including all subsections; and .12 All items included in either general conditions under Section 5.1,4 above, or the Construction Manager's Fee in Section 5.1.1 above § 6.9 Discounts, Rebates and Refunds § 6.9.1 Construction Manager shall take advantage of all available discounts, rebates (including but not limited to Federal, State, and Local Government rebate programs), and refunds for supplies, materials and equipment connected with the Work and which conform to the Contract Documents, which discounts, rebates, and refunds shall accrue to the benefit of the Owner. Cash discounts obtained on payments made by the Construction Manager shall accrue to the Owner, Trade discounts, rebates, refunds and amounts received from sales of surplus materials and equipment shall accrue to the Owner, and the Construction Manager shall make provisions so that they can be obtained. § 6.9.2 Amounts that accrue to the Owner in accordance with the provisions of Section 6.9.1 shall be credited to the Owner as a deduction from the Cost of the Work. § 6.10 Related Party Transactions § 6.10.1 For purposes of Section 6.10, the term "related party" shall mean a parent, subsidiary, affiliate or other entity having common ownership or management with the Construction Manager; any entity in which any stockholder in, or management employee of, the Construction Manager owns any interest in excess of ten percent in the aggregate; or any InIL AIA Document A 133- - zots. Copyright® 1991, 2003, 2009, and 2019 by The American Instilute of Architects. All rights reserved The 'American Institute of Architects,' AIA,' the AIA Logo, and 'AIA Contract Documents' are registered trademarks and may not be used without permi zi.or This document was produced 15 by AIA software at 15:4122 ET on 01/06/2022 under Order No 8545826211 which expires on 0712412022, Is not for resale, is licensed for one-time use only, and f may only be used in accordance with the AIA Contract Documents" Terms of Service To report copyright violations a-mal copyright@ais org User Notes: (1783191907) person or entity which has the right to control the business or affairs of the Construction Manager. The term "related party" includes any member of the immediate family of any person identified above. § 6.10.2 If any of the costs to be reimbursed arise from a transaction between the Construction Manager and a related party, the Construction Manager shall notify the Owner in writing of the specific nature of the contemplated transaction, including the identity of the related party and the anticipated cost to be incurred, before any such transaction is consummated or cost incurred. If the Owner, after such notification, authorizes the proposed transaction in writing, then the cost incurred shall be included as a cost to be reimbursed, and the Construction Manager shall procure the Work, equipment, goods or service from the related party, as a Subcontractor, according to the terms of Sections 2.3.2.1, 2.3.2.2, 2.3.2.2.1, 2.3.2.2.2, and 2.3,23, If the Owner fails or refuses to authorize the transaction, the Construction Manager shall procure the Work, equipment, goods or service from some person or entity other than a related party according to the terms of Sections 2.3.2.1, 2.3.2.2, 2.3.2.2.1, 2.3.2.2.2, and 2.3.2.3. § 6.11 Accounting Records The Construction Manager shall keep full and detailed records and accounts related to the cost of the Work and exercise such controls as may be necessary for proper financial management under this Contract and to substantiate all costs incurred. The accounting and control systems shall be satisfactory to the Owner. The Owner and the Owner's auditors, and other representatives, shall, during regular business hours and upon reasonable notice, be afforded access to, and shall be permitted to audit and copy, the Construction Manager's records and accounts, including complete documentation supporting accounting entries, books, correspondence, instructions, drawings, receipts, subcontracts, Subcontractor's proposals, purchase orders, vouchers, memoranda and other data relating to this Contract. The Construction Manager shall preserve these records for a period of twelve years after the date of Final Completion, or for such longer period as may be required by law. ARTICLE 7 PAYMENTS FOR CONSTRUCTION PHASE SERVICES § 7.1 Progress Payments § 7.1.1 Based upon Applications for Payment submitted to the Architect by the Construction Manager and Certificates for Payment issued by the Architect, the Owner shall make progress payments on account of the Contract Sum to the Construction Manager as provided below and elsewhere in the Contract Documents. § 7.1.2 The period covered by each Application for Payment shall be one calendar month ending on the last day of the month. § 7.1.3 The Construction Manager shall submit monthly Applications for Payment to both the Architect and if applicable, on AIA Form G702 for approval. Continuation sheets shall be submitted on AIA Form G703. If the Architect and approve the application, then they shall submit a Certificate for Payment to the Owner. The Architect and may require any additional information deemed necessary and appropriate to substantiate the Application for Payment. Materials that are verified to be on the jobsite or other approved location for use in the Project may also be incorporated into the Application for Payment. The Architect and shall have seven (7) days from date or receipt from the Construction Manager of an Application for Payment to approve or reject all or any part of the Application for Payment. The Owner shall pay the undisputed amounts certified by the Architect to the Construction Manager within forty-five (45) days of receipt of the Certificate for Payment from the Architect unless otherwise provided in the Contract Documents. Undisputed amounts unpaid after the date on which payment is due shall bear interest pursuant to Texas Government Code Section 2251.025. (Federal, state or local Imvs may require payment within a certain period of time.) § 7.1.4 With each Application for Payment, the Construction Manager shall submit payrolls, petty cash accounts, receipted invoices or invoices with check vouchers attached, and any other evidence required by the Owner or Architect to demonstrate that cash disbursements already made by the Construction Manager on account of the Cost of the Work equal or exceed progress payments already received by the Construction Manager, less that portion of those payments attributable to the Construction Manager's Fee, plus payrolls for the period covered by the present Application for Payment, Each Application for Payment shall also include a list, with backup data, of how each payment shall be spent, including a list detailing which subcontractors and suppliers will be paid out of funds paid by the Owner and the amount of such payments to subcontractors and suppliers, and in the next payment cycle, proof of each payment to Construction Manager's subcontractors and suppliers after payment. Init. AIA Document A133` - 2019. Copyright m 1991, 2003, 2009. and 2019 by The American InstItute of Architects. All rights reserved. The 'America n Instltu[act Architects,' 'AIA,' AIA Logo, and 'AIA Contract Documents' are registered trademarks and may not be used without permi s.,,, This document was produced 16 by AIA software at 15:41:22 ET on 01/06/2022 under Order No.8545826211 which expires on 0712412022, is not for resale, is licensed for one-time use only, and ! may only be used in accordance with the AIA Contract Documents* Terms of Service. To report copyright violations, e-mail copyright®aia.org. User Notes: (1783191907) § 7.1.5 Each Application for Payment shall be based on the most recent schedule of values submitted by the Construction Manager in accordance with the Contract Documents. The schedule of values, less any unused Owner's contingency and unused Construction Manager's contingency, shall allocate the entire Guaranteed Maximum Price among the various portions of the Work, except that the Construction Manager's Fee shall be shown as a single separate item. The schedule of values shall be prepared in such form and supported by such data to substantiate its accuracy as the Architect may require. This schedule, unless objected to by the Architect, shall be used as a basis for reviewing the Construction Manager's Applications for Payment, § 7.1.6 Applications for Payment shall show the percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment. The percentage of completion shall the percentage of that portion of the Work which has actually been completed., § 7.1.7 Subject to other provisions of the Contract Documents, the amount of each progress payment shall be computed as follows: .1 Take that portion of the Guaranteed Maximum Price properly allocable to completed Work as determined by multiplying the percentage of completion of each portion of the Work by the share of the Guaranteed Maximum Price allocated to that portion of the Work in the schedule of values. Pending final determination of cost to the Owner of changes in the Work, amounts not in dispute shall be included as provided in Article 7 of AIA Document A201-2007; .2 Add that portion of the Guaranteed Maximum Price properly allocable to materials and equipment delivered and suitably stored at the site for subsequent incorporation in the Work, or if approved in advance by the Owner, suitably stored off the site at a location agreed upon in writing; .3 Add the Construction Manager's Fee. The Construction Manager's Fee shall be computed upon the Cost of the Work at the rate stated in Section 5.1 or, if the Construction Manager's Fee is stated as a fixed sum in that Section, shall be an amount that bears the same ratio to that fixed -sum fee as the Cost of the Work bears to a reasonable estimate of the probable Cost of the Work upon its completion; .4 Not used. .5 Subtract the aggregate of previous payments made by the Owner; .6 Subtract the shortfall, if any, indicated by the Construction Manager in the documentation required by Section 7.1 A to substantiate prior Applications for Payment, or resulting from errors subsequently discovered by the Owner's auditors or other representatives in such documentation; and .7 Subtract amounts, if any, for which the Architect has withheld or nullified a Certificate for Payment as provided in Section 9.5 of AIA Document A201-2007. .8 Subtract retainage of five percent (5%) of the remaining amount, including the Construction Manager's Fee, of the progress payment. .9 The progress payment amount determined in accordance with this Section shall be further modified under the following circumstances; .1 Add, if Final Completion of the Work is thereafter materially delayed by Owner or Owner's agents through no fault of the Construction Manager, any additional amounts payable in accordance with Section 9,10.3 of AIA Document A201-2007, as amended. .2 If Owner is entitled to deduct liquidated dames, or any other damages or amounts provided in the Contract Documents, including clean-up fees, then Owner shall be entitled to deduct such liquidated damages, amounts and fees due Construction Manager at any time. .31f Construction Manager fails or refuses to complete the Work, or has unsettled claims with Owner, then any final payment to Construction Manager shall be subject to deduction for such amounts as the Architect shall determine as the cost for completing incomplete Work and the value of unsettled claims. § 7.1.8 The Owner and Construction Manager shall agree upon a mutually acceptable procedure for review, supporting documentation required and approval of payments to Subcontractors. The percentage of retainage held on Subcontracts shall be the same percentage of retainage withheld from Construction Manager. The Construction Manager shall execute subcontracts that contain the same terms and conditions as those contained in this Agreement. § 7.1.9 Except with the Owner's prior written approval, or as otherwise provided in Section 9.3.2 of the AIA Document A201-2007, the Construction Manager shall not make advance payments to suppliers for materials or equipment which have not been delivered and stored at the site. Init. AIA Document A133- - zili t. Copyright D 1991, 2003. 2009, and 2019 by The American Institute of Architects. All rights reserved. The `American Institute of Architects,* 'AIA,' the AIA Logo, and 'AlA Contract Documents' are registered trademarks and may not be used without permi ::, , This document wa3 produced , 7 by AIA software at 15:4122 ET on 01/06/2022 under Order No.8545826211 which expires on 0712412022, is not for resale, is licensed for one -lime use only and 1 may only be used in accordance with the AIA Contract Documents"' Terms of Service. To report copyright violations, e-mail copyrighteafa org User Notes: (1783191907) § 7.1.10 In submitting Construction Manager's Applications for Payment, the Construction Manager shall be responsible for all errors and omissions. Owner shall not be responsible for Construction Manager's errors or omissions. § 7.2 Final Payment § 7.2.1 Final payment shall be made by the Owner to the Construction Manager when .1 the Construction Manager has fully performed the Contract including the Construction Manager's responsibility to correct Work except for the Construction Manager's responsibility to satisfy other requirements, if any, which Owner agrees in writing necessarily extend beyond final payment; ,2 the Construction Manager has submitted a final accounting for the Cost of the Work and a final Application for Payment that are certified by Construction Manager and reviewed and approved by the Owner's auditors or other representatives; .3 a final Certificate for Payment has been issued by the Architect and approved by Owner; .4 Construction Manager has provided all documents required; and .5 Owner's Board of Trustees has voted to accept the Work and approve Final Payment. The Owner's final payment to the Construction Manager shall be made no later than 30 days after Board approval. § 7.2.1.1 The amount of the final payment shall be calculated as follows: .1 Begin with the actual Cost of the Work substantiated by the Construction Manager's final accounting, which includes deductions for all discounts and unused contingencies, and construction savings achieved in the Cost of the Work, if applicable; .2 Add the actual expended general conditions substantiated by the Construction Manager's final accounting, which includes savings to the Owner for unused general conditions. .3 Add the Construction Manager's Fee .4 Subtract amounts, if any, for which Architect or Owner disputes, refuses or withholds payment, if any. .5 1fOwner is entitled to deduct liquidated damages or any other damages or amounts provided in the Contract Documents, including clean-up fees, then subtract all such liquidated damages, amounts, and fees. .6 If Construction Manager fails or refuses to complete the Work, or has unsettled claims with Owner, then subtract such amounts as the Architect shall determine as the cost for completing incomplete Work and the value of unsettled claims. .7 Subtract all previous payments made by the Owner. .8 In no event shall the total of subsections .1, .2, and .3 above exceed the Guaranteed Maximum Price .9 if the aggregate of previous payments made by the Owner exceeds the amount due the Construction Manager, the Construction Manager shall reimburse the difference to the Owner, plus interest as allowed by law. § 7.2.2 The Owner's auditors or other representatives will review and report in writing on the Construction Manager's final accounting within 30 days after delivery of the final accounting to the Architect by the Construction Manager. Based upon such Cost of the Work as the Owner's auditors or other representatives report to be substantiated by the Construction Manager's final accounting, and provided the other conditions of Section 7.2.1 have been met, the Architect will, within seven days after receipt of the written report of the Owner's auditors or other representatives, either issue to the Owner a final Certificate for Payment with a copy to the Construction Manager, or notify the Construction Manager and Owner in writing of the Architect's reasons for withholding a certificate as provided in Section 9.5.1 of the AIA Document A201­2007. The Architect is not responsible for verifying the accuracy of the Construction Manager's final accounting. (Paragraphs deleted) § 7.2.3 If the Owner's auditors or other representatives report the Cost of the Work as substantiated by the Construction Manager's final accounting to be less than claimed by the Construction Manager, the Construction Manager shall be entitled to request mediation of the disputed amount without seeking an initial decision pursuant to Section 4.3 of AIA Document A201-2007. A request for mediation shall be made by the Construction Manager within 30 days after the Construction Manager's receipt of a copy of the Architect's final Certificate for Payment. Failure to request mediation within this 30-day period shall result in the substantiated amount reported by the Owner's auditors becoming binding on the Construction Manager. Pending a final resolution of the disputed amount, the Owner shall pay the Construction Manager the amount certified in the Architect's final Certificate for Payment. IMt AIA Document A133' - 2o1 B. Copyright O 1991, 2003, 2009. and 2019 by The American Institute of Architects. All rights reserved The 'American Institute of Architects' 'AIA 'the AIA Logo, and 'AIA Contract Documents' are registered trademarks and may not be used without permis, ^n This document was producod 8 by AIA software at 15 4122 ET on 01/06/2022 under Order No 8545826211 which expires on 07/24/2022, is not for resale, is licensed for and -time use only. and / may only be used in accordance with the AIA Contract Documents' Terms of Service To report copyright violations, e-mail copydght@aia.org. User Notes: (1783191907) § 7.2.4 If, subsequent to final payment and at the Owner's prior written request, the Construction Manager incurs costs described in Section 6.1.1 that are not excluded by Section 6.8 to correct defective or nonconforming Work, the Owner shall reimburse the Construction Manager such costs and the Construction Manager's Fee applicable thereto on the same basis as if such costs had been incurred prior to final payment, but not in excess of the Guaranteed Maximum Price. (Paragraph deleted) § 7.3 (Paragraphs deleted) LIQUIDATED DAMAGES (Pelragr'aphs deleted) § 7,3.1 Time is of the essence in all phases of the Work, It is specifically understood and agreed by and between Owner and Construction Manager that time is of the essence in the Substantial Completion and Final Completion of the Project and Owner shall sustain actual and direct damages as a result of Construction Manager's failure, neglect, or refusal to achieve said deadlines. Such actual and direct damages are, and will continue to be, impracticable and extremely difficult to determine. Execution of this Agreement under these specifications shall constitute agreement by Owner and Construction Manager that the amounts stated below are the minimum value of the costs and actual and direct damages causes by failure of Construction Manager to substantially complete the work within the allotted times, that such sums are liquidated direct damages and shall not be construed as a penalty, and that such sums may be deducted from payments due Construction Manager if such delay occurs. It is expressly understood that the said sum per day is agreed upon as a fair estimate of the pecuniary damages which will be sustained by the Owner in the event that the Work is not completed within the agreed time, or within the agreed extended time, if any, otherwise provided for herein. Said sum shall be considered as liquidated damages only and in no sense shall be considered a penalty, said damages being caused by, but not limited to, additional compensation for personnel, attorneys fees, architectural fees, engineering fees, program management fees, inspection fees, storage costs, food service costs, transportation costs, utilities costs, costs of temporary facilities, loss of interest on money, and other miscellaneous increased costs, all of which are difficult to exactly ascertain. Failure to complete the Work within the designated or agreed extended dates of Substantial or Final Completion, shall be construed as a breach of this Agreement. (Paragraphs deleted) § 7.3.2 It is expressly agreed as a part of the consideration inducing the Owner to execute this Agreement that the Owner may deduct from the Final Payment made to the Construction Manager a sum equal to $1,000 per day for each and every additional calendar day beyond the agreed date of Substantial Completion. (Paragraphs deleted) § 7.3.3 Timely Final Completion is an essential condition of this Agreement. Construction Manager agrees to achieve Final Completion of the Agreement within 30 days of the designated or extended date of Substantial Completion. Owner and Construction Manager agree that should Construction Manager fail to achieve Final Completion of the Agreement by the deadline, Owner shall continue to be damaged to a greater degree by such delay. Construction Manager and Owner agree that the amount of liquidated damages for each calendar day Final Completion is delayed beyond the date set for Final Completion shall be the sum of $500 per day. Owner may deduct from the Final Payment made to Construction, or, if sufficient funds are not available, then Construction Manager shall pay Owner the amounts specified per day for each and every calendar day the breach continues after the deadline for Final Completion of the Work. (Paragraph deleted) § 7.3.4 Such damages shall be in addition to, and not in lieu of, any other rights, claims or remedies Owner may have against Construction Manager. If the Work is not finally completed by the time stated in the Agreement, or as extended, no payments for Work completed beyond that time shall be made until the Project reaches Final Completion. (Paragraphs deleted) ARTICLE 8 INSURANCE AND BONDS For all phases of the Project, the Construction Manager shall purchase and maintain insurance, as required by Article 11, AIA Document A201-2007 as amended for this Project, to protect Construction Manager and Owner against all claims, Init. AtA Document A133, - 2019, Copyright* 1991.2003, 2009, and 2019 by The American Institute of Architects. All rights reserved Tha'American Institute of Architects, 'AIA 'the AIA Logo. and 'AIA Contract Documents' are registered trademarks and may not be used without permission This document was produced 9 by AIA software at 15:41:22 ET on 01r0612022 under Order No.6545626211 which expires on 0712412022 is not for resale, is licensed for one-time use only, and f may only be used In accordance with the AIA Contract Documents" Terms of Service. To report copyright violations, e-mai copydght@aia.org, User Notes: (1753191907) damages, lawsuits, indemnities, or other actions which may arise out of or result from the Construction Manager's operations under this Contract, whether such operations be by Construction Manager, or by any subcontractor or by anyone directly or indirectly employed by any of them or by anyone for whose acts any of them may be liable. Prior to performing the Work, the Construction Manager shall provide separate performance and payment bonds in accordance with AIA Document A201-2007 as amended Section 11.4, (Paragraphs deleted) ARTICLE 9 DISPUTE RESOLUTION (Paragraphs deleted) § 9.1 Any Claim by the Construction Manager regarding any matter between the Owner and Construction Manager shall be resolved in accordance with the provisions set forth in this Article 9 and Article 4 of AIA Document A201-2007 as amended.. (Parag)-aphs deleted) ARTICLE 10 TERMINATION OR SUSPENSION § 10.1 Termination Prior to Establishment of the Guaranteed Maximum Price § 10.1.1 Prior to the execution of the Guaranteed Maximum Price Amendment, the Owner may terminate this Agreement upon not less than seven days' written notice to the Construction Manager for the Owner's convenience and without cause, and the Construction Manager may terminate this Agreement, upon not less than seven days' written notice to the Owner, for the reasons set forth in Section 14.1.1, 14.1.2 or 14.1-4 of AIA Document A201-2007, as amended. § 10.1.2 In the event of termination of this Agreement pursuant to Section 10.1.1, the Construction Manager shall be equitably compensated for Preconstruction Phase services performed prior to receipt of a notice of termination. In no event shall the Construction Manager's compensation under this Section exceed the compensation set forth in Section 4. I. § 10.1.3 If the Owner terminates the Contract pursuant to Section 10.1.1 after the commencement of the Construction Phase but prior to the execution of the Guaranteed Maximum Price Amendment, the Owner shall pay to the Construction Manager an amount calculated as follows, which amount shall be in addition to any compensation paid to the Construction Manager under Section 10.1.2: .1 Take the Cost of the Work incurred by the Construction Manager to the date of termination, .2 Add the Construction Manager's Fee computed upon the Cost of the Work to the date of termination at the rate stated in Section 5.1 or, if the Construction Manager's Fee is stated as a fixed sum in that Section, an amount that bears the same ratio to that fixed -sum Fee as the Cost of the Work at the time of termination bears to a reasonable estimate of the probable Cost of the Work upon its completion; and ,3 Subtract the aggregate of previous payments made by the Owner for Construction Phase services. § 10.1A The Owner shall also pay the Construction Manager fair compensation, either by purchase or rental at the election of the Owner, for any equipment owned by the Construction Manager which the Owner elects to retain and which is not otherwise included in the Cost of the Work under Section 10.1.3.1. To the extent that the Owner elects to take legal assignment of subcontracts and purchase orders (including rental agreements), the Construction Manager shall, as a condition of receiving the payments referred to in this Article 10, execute and deliver all such papers and take all such steps, including the legal assignment of such subcontracts and other contractual rights of the Construction Manager, as the Owner may require for the purpose of fully vesting in the Owner the rights and benefits of the Construction Manager under such subcontracts or purchase orders. All Subcontracts, purchase orders and rental agreements entered into by the Construction Manager will contain provisions allowing for assignment to the Owner as described above. § 10.1.5 If the Owner accepts assignment of subcontracts, purchase orders or rental agreements as described above, the Owner will reimburse or indemnify the Construction Manager for all costs arising under the subcontract, purchase order or rental agreement, if those costs would have been reimbursable as Cost of the Work if the contract had not been terminated. If the Owner chooses not to accept assignment of any subcontract, purchase order or rental agreement that would have constituted a Cost of the Work had this agreement not been terminated, the Construction Manager will terminate the subcontract, purchase order or rental agreement and the Owner will pay the Construction Manager the costs necessarily incurred by the Construction Manager because of such termination. Init AIA Document A133, - 2019. Copyright® 1991. 2003, 2009, and 2019 by The American Institute of Architects. AJI rights reserved. The 'American Institute of Architects,''AIA,' the AIA Logo, and 'AIA Contract Documents' are registered trademarks and may not be used without perms., - . This document was produced 20 by AIA software at 15:41:22 ET on 01/06/2022 under Order No 8545826211 which expires on 07124l2022, is not for resale. is licensed for one-time use only. and t may only be used in accordance with the AIA Contract Documents* Terms at Service_ To report copyright violations, e-mail eopyright0aia_org User Notes: (1783191907) § 10.2 Termination Subsequent to Establishing Guaranteed Maximum Price Following execution of the Guaranteed Maximum Price Amendment and subject to the provisions of Section 10.2.1 and 10.2.2 below, the Contract may be terminated as provided in Article 14 of AIA Document A201 .2007. § 10.2.1 If the Owner terminates the Contract after execution of the Guaranteed Maximum Price Amendment, the amount payable to the Construction Manager pursuant to Sections 14.2 and 14.4 of AIA Document A201 -2007 shall not exceed the amount the Construction Manager would otherwise have received pursuant to Sections 10.1.2 and 10.1.3 of this Agreement. § 10.2.2 Not Used. § 10.3 Suspension The Work may be suspended by the Owner as provided in Article 14 of AIA Document A2012007. In such case, the Guaranteed Maximum Price, if established, and Contract Time may be increased as provided in Section 14.3.2 of AIA Document A201-2007. ARTICLE 11 MISCELLANEOUS PROVISIONS § 11.1 Unless otherwise noted, terms in this Agreement shall have the same meaning as those in AlA Document A201—2007. (Paragraphs deleted) § 11.2 Ownership and Use of Documents Section 1.6 of AIA Document A201-2007 shall apply to both the Preconstruction and Construction Phases. (Paragraphs deleted) § 11.3 Governing Law (Paragraphs deleted) Section 13.1 of AIA Document A201 2007 shall apply to both the Preconstruction and Construction Phases. § 11 A Assig nment The Owner and Construction Manager, respectively, bind themselves, their agents, successors, assigns and legal representatives to this Agreement. The Construction Manager shall not assign this Agreement or the Contract in whole or in part without the prior written consent of the Owner. If Construction Manager attempts to make such an assignment without such consent, the Construction Manager shall nevertheless remain legally responsible for all obligations under the Contract. This does not prevent Construction Manager from engaging subcontractors to perform various phases of the Project in accordance with law, but Construction Manager shall be fully responsible to Owner for the work, actions, and omissions of all such subcontractors. § 11.5 Other provisions: § 11.5.1 No delay or omission by Owner in exercising any right or power accruing upon the noncompliance or failure of performance by the Construction Manager of any of the provisions of this Agreement shall impair any such right or power or be construed to be a waiver thereof, A waiver of any breach by either of the parties of any covenant, condition, or agreement shall not be construed to be a waiver of any subsequent breach thereof or of any other covenant, condition or agreement herein contained. § 11.5.2 Contractor shall require all construction workers, whether Contractor's own forces, or the forces of Contractor's subcontractors, to wear identification tags on the front of their persons during all times that they are on Owner's property. Such identification tags shall have identification of the construction worker by number other identifying medium in a typeface large enough to be seen from a reasonable distance. § 11.5.3 Contractor shall require all construction workers, whether Contractor's own forces of the forces of Contractor's subcontractors, to park their personal motor vehicles on Owner's property only in the parking places designated by the Owner's campus principal. Any vehicles not parked in the appropriate locations shall be towed at the vehicle owner's sole expense. InIL AIA DocumentA133' - ta19. Copydghtm 1991, 2003, 2009. and 2019 by The American Institute of Architects All rights reserved The'Amencan Institute of Architects.' `AIA 'the AIA Logo and 'AIA Contract Documen t+' are registered trademarks and may not be used without permisslon This document was produced 21 by AIA software at 15:41:22 ET on 011OW2022 under Order No,6545826211 which expires on 0712412022, is not for resale. is licensed for one-time use only, and t may only be used in accordance with the AIA Contract Documents* Terms of Service. To report copyright violations. &-mail copyright@aia org. User Notes: (1783191907) § 1114 Contractor shall follow, and shall require all employees, agents or subcontractors to follow all applicable ordinances of the municipality or municipalities in which the Project is located, including the tree ordinance, if applicable. If not covered by the municipal tree ordinance, Contractor shall barricade and protect all trees on the Project, which shall be included in the Cost of the Work_ § 11.5.5 Execution of this Agreement shall constitute approval and acceptance of all terms, covenants and conditions as modified and contained in the Contract Documents, As a material consideration of the making of this Agreement, the Modifications to this Agreement shall not be construed against the maker of said Modifications. § 11.5.6 By signing this Agreement, the undersigned certifies as follows: "Under Section 231.006, Texas Family Code, the vendor or applicant certifies that the individual or business entity named in the contract, bid, or application is not ineligible to receive the specified grant, loan, or payment and acknowledges that this contract may be terminated, and payment may be withheld if this certification is inaccurate." § 11.5.7 Contractor stipulates that Owner is a political subdivision of the State of Texas, and, as such, may enjoy immunities from suit and liability under the Constitution and laws of the State of Texas. By entering into this Agreement, Owner does not waive any of its immunities from suit and?or liability, except as otherwise specifically provided herein and as specifically authorized by law. § 11.5.8 This Agreement is subject to all applicable federal and state laws, rules, and regulations. Invalidity of any portion of this Agreement under the laws of the State of Texas or of the United States shall not affect the validity of the remainder of this Agreement. Governing law and venue shall be as specified in AIA Document A201-2007 Section 13.1, ARTICLE 12 SCOPE OF THE AGREEMENT § 12A This Agreement represents the entire and integrated agreement between the Owner and the Construction Manager and supersedes all prior negotiations, representations or agreements, either written or oral. This Agreement may be amended only by written instrument signed by both Owner and Construction Manager. Ifany portion of this Agreement is determined to be invalid, unenforceable, or void, then that portion shall be severed, and all other portions of this Agreement shall remain in full force and effect. (Paragraphs deleted) § 12.2 The following documents are included in the Agreement, in addition to those listed in Section 1.1: .1 AIA Document A133--2009, Standard Form of Agreement Between Owner and Construction Manager as Constructor where the basis of payment is the Cost of the Work Plus a Fee with a Guaranteed Maximum Price .2 AIA Document A201 2007, General Conditions of the Contract for Construction, as amended. .3 Not Used .4 Not Used .5 Other documents: (List other documents, if any, forming part of the Agreement) All Request for Qualification documents issued by Owner for this Project Construction Manager's Statement of Qualifications for this Project Construction Manager's proposal for this Project Exhibit A — Felony Conviction Notice Exhibit B — insurance Exhibit C — HUB Exhibit D— Unit Prices Exhibit E — Contractor's Guarantee Exhibit F — Contractor's Final Completion Notice Exhibit G — Contractor's Closeout Checklist Form 1295 Interested Parties Form HB 89 Verification Form Form SB 252 Verification Form Letter of Moral Turpitude (�� AIA Document A133- - 2019. Copyright m 1991, 2003, 2009. and 2019 by The American Institute of Architects All rights reserved The 'American Institute of Architects 'AIA,' the AIA Logo and 'AIA Contract Documents` are registered trademarks and may not be used without permiss .,, This document was produced 22 by AIA software at 15=41:22 ET on 01106/2022 under Order No 0545026211 which expires on 0V24/2022, is not for resale, is licensed for one•l;me use only, and 1 may only be used in accordance with the AIA Contract Documentsw Terms of Service, To report copyright violations, e-mail copyright@aia.org User Notes: (1783191907) This Agreement is a red i a he day and year first written above. l��aa OWNER ig a CONSTRUCTION MANAGER (Signature) Dr. Kent P_Scdbner.Strpmrttendent of Schools (Printed name and title) (Printed nante an t le) (Table deleted)(Paragraphs deleted)(Table deleted)(Paragraphs deleted)(Paragraphs de feted) a en Moil ar a trfy Superin ndent Irllt AIA Document A133' - ao1 s. Cepydghl O 1 a01. 2003, 2009, and 2019 by The American Inallule of Architects. All rights reserved, The'Amertcan Institute of Arctrtacla,' 'AIA' the AIA hgo, and 'AIA Contract Documents' era reg illefed lmdemarl's and may not be used without parmisewn This document was produced 23 by AIA software al 16:41:22 ET an Ot109/2022 under Order No.115451120211 which expires an 0712412022, Is not for resale. Is licensed for one-time use only, and t may only be used In accordance with the AIA Contract Documents• Terns of Service. To report copyright violations, ••mall copydght®aia.org User Noise: (1793191907) ltr;,irr 1A Document A201* - 2007 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address) Renovation of the New Central Administration Building 7060 Camp Bowie Blvd. Blvd.76 ADDITIONS AND DELETIONS: Fort Worth, Texas 116 The author of this document has added information needed for its THE OWNER: completion. The author may also (Name, legal staters and address) have revised the text of the original Fort Worth Independent School District AIA standard form. An Additions and deletions Report that notes added 100 N. University Drive information as well as revisions to the Fort Worth, TX 76107 standard form text is available from the author and should be reviewed, A THE CONSTRUCTION MANAGER: vertical line in the left margin of this (Name, legal status and address) document indicates where the author Reeder+ Summit, Joint Venture (Reeder, Principal) has added necessary information 6600 Hawks Creek Ave, Suite #200 and where the author has added to or Fort Worth, Texas, 76114 deleted from the original AIA text, THE ARCHITECT: This document has important legal (Name, legal status and address) consequences. Consultation with an Huckabee &Associates attorney is encouraged with respect to its completion or modification, 90I Cherry Street, Suite #500 Fort Worth, Texas 76102 THE OWNER'S DESIGNATED REPRESENTATIVE: (Name, legal status and address) Dr. Kent P. Scribner, Superintendent or Designee 100 N. University Drive Fort Worth, Texas 76107 TABLE OF ARTICLES 1 GENERAL PROVISIONS 2 OWNER 3 CONTRACTOR 4 ADMINISTRATION OF THE CONTRACT 5 SUBCONTRACTORS 6 CONSTRUCTION BY OWNER OR BY SEPARATE CONTRACTORS 7 CHANGES IN THE WORK 8 TIME 9 PAYMENTS AND COMPLETION Ini1 AIA Document A201e _ 2007. Copyright ® 1911, 1915. 1918, 1925, 1937, 1961. 1968, 1961, 1963, 1966, 1970. 1976, 1987, 1997 and 2007 by The American Institute of Architects. All rights reserved. The 'American Instilute of Architects.' -AIA,' the AIA Logo, 'A201 " and 'AIA Contract Documents' are registered trademarks and may not be used without permission This document was produced by AIA software at 09 22:28 ET on 01/07/2022 under Order No $545826211 ! which expires on 07/24/2022. is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIR Contract Documents+ Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (2037860656) 10 PROTECTION OF PERSONS AND PROPERTY 11 INSURANCE AND BONDS 12 UNCOVERING AND CORRECTION OF WORK 13 MISCELLANEOUS PROVISIONS 14 TERMINATION OR SUSPENSION OF THE CONTRACT 15 CONTRACTOR ACCOUNTS, RECORDS AND INSPECTION 16 BUSINESS ETHICS INDEX (Topics and numbers in bold are section headings.) Acceptance of Nonconforming Work 9.6.6, 9.9.3, 12.3 Acceptance of Work 9.6.6, 9.8.2, 9.9.3, 9.10.1, 9.10.3. 12.3 Access to Work 3.16, 6.2.1, 12.1 Accident Prevention 10 Acts and Omissions 3.2, 3.3.2, 3.12.8, 3,18, 4.2.3, 8.3.1, 9.5.1, 10.2.5, 10.2.8, 13.42, 13.7, 14.1, 15.2 Addenda 1.1,1, 1.1.9 3.11 Additional Costs, Claims for 3.7.4, 3.7.5, 6.1.1, 7.3.7.5, 10.3, 15.1.4 Additional Inspections and Testing 9.4.2, 9.8.3, 12.2.1, 13.5 Additional Insured 11.1.4 Additional Time, Claims for 3.2.4, 3.7.4, 3.7.5, 3.10.2, 8.3.2, Administration of the Contract 3.1.3. 4.2, 9.4, 9.5 Advertisement or Invitation to Bid Aesthetic Effect 4.2.13 Allowances 3.8, 7.3.8 All-risk Insurance 11.3.1, 11.3.1.1 Applications for Payment 4.2.5, 7.3.9, 9.2, 9.3, 9.4, 9.5.1, 9.6.3, 9.7, 9.10, 11.1.3 Approved, Approved Equal 1.1.10 Approvals 2.1.1,2.2.2,2A,3.13,3.10.2,3,12.8,3.12.9,3.12.10, 4.2.7, 9.3.2, 13.5.1 Arbitration 8.3.1, 11.3.10, 13.1, ADMINISTRATION OF THE CONTRACT 4 Architect, Definition of 4.1,1 Architect, Extent of Authority 2.4,3.12.7,4.1,4.2,5.2,6.3,7.1.2,7,3.7,7.4,9.2, 9.3.1, 9.4, 9.5, 9.6.3, 9.8, 9.10.1, 9.10.3, 12.1, 12.2.1. 13.5.1, 13.5.2, 14.2.2, 14.2.4, 15.1.3, 15.2.1 Architect, Limitations of Authority and Responsibility 2,1,1,3.12.4,3,12.8,3.12.10,4.1.2,4.2.1,4.2.2,4.2.3, 4.2.6, 4.2.7, 4.2.10, 4.2.12, 4.2.13, 5.2.1, 7.4, 9.4.2, 9.5.3, 9.6.4, 15.1.3, 15.2 Architect's Additional Services and Expenses 2.4, 11,3.1.1, 12.2.1, 13.5.2, 13.5.3, 14,2.4 Architect's Administration of the Contract 3.1.3, 4.2, 3.7.4, 15.2, 9.4.1, 9.5 Architect's Approvals 2.4, 3.1.3, 3.5, 3.10.2, 4.2.7 Architect's Authority to Reject Work 3.5, 4.2.6, 12.1.2, 12.2.1 Architect's Copyright 1.1.7, 1.5 Architect's Decisions 3.7.4, 4.2.6, 4.2.7, 4.2.11, 4.2.12, 4.2.13, 4.2.14, 6.3, 7.3.7, 7.3.9, 8.1.3, 8.3.1, 9.2, 9.4.1, 9.5, 9.8.4, 9.9.1, 13.5.2, 15.2, 15.3 Architect's Inspections 3.7.4, 4.2.2, 4.2.9, 9.4.2, 9.83, 9.9.2, 9.10.1, 13.5 Architect's Instructions 3.2.4, 3.3.1, 4.2,6, 4.2.7, 13.5.2 Architect's Interpretations 4.2,11, 4.2.12 Architect's Project Representative 4.2.10 Architect's Relationship with Contractor 1.1.2, 1.5, 3.1.3, 3.2.2, 3.2.3, 3.2.4, 3.3.1, 3.4.2, 3.5, 3.7.4,3.7.5,3.9.2,3.9.3,3.10,3.11,3.12,3.16,3.19, 4.1.2, 4.1.3, 4.2, 5.2, 6.2.2, 7, 8.3.1, 9.2, 9.3, 9.4, 9.5, 9.7, 9.8, 9.9, 10.2.6, 10.3, 11.3.7, 12, 13.4.2, 13.5, 15.2 Architect's Relationship with Subcontractors 1.1.2, 4.2.3, 4.2.4, 4.2.6, 9.6.3, 9.6.4, 11.3.7 Architect's Representations 9.4.2, 9.5.1, 9.10.1 Init. AIA DocumsntA201•- too?. Copyright 01911, 19i5.1918. 1925, 1937, 1951,1958, 1961. 1963, 1966. 1970, 1978, 1987. 1997 and 2007 by The American Institute of Architects. All rights reserved. The -American Institute of Architects,' AIA 'the AIA Logo, 'A201 ' and 'AIA Contract Documents are reVstered trademaik3 and may not ue used w,thout permission This document was produced by AIA soaware at 09:22:28 ET on 0110712022 under Order No.85458M6211 1 which expires on 07l2412022. Is not for resale, Is licensed for ons.thne use orgy, and may only be used to accordance with the AIA Contract Documents• Terms of Service. To report copyright violations. e•mall copyrightealo.org. User Notes: (2037860656) Architect's Site Visits 3.7.4, 4.2.2, 4.2.9, 9.4.2, 9.5.1, 9.9.2, 9.10.1, 13.5 Asbestos Asbestos -Free Project, Certification of 13.11 10.3.1 Attorneys' Fees 3.19.1, 9.10.2, 10.3.3 Award of Separate Contracts 6.1.1, 6.1.2 Award of Subcontracts and Other Contracts for Portions of the Work 5.2 Basic Definitions 1.1 Bidding Requirements 1.1.1, 5.2.1, 11.4.1 Binding Dispute Resolution 9.7,11.3.9,11.3,10,13.1,15.2.5,15.2.6.1,15.3.1, 15.3.2, 15.4.1 Boiler and Machinery Insurance 11.3.2 Bonds, Lien 7.3.7.4, 9.10.2, 9.10.3 Bonds, Performance, and Payment 7.3.7.4, 9A.7, 9.10.3, 11.3.9, 11.4 Building Permit 3.7.1 Capitalization 1.3 Certificate of Substantial Completion 9.8.3, 9.8.4, 9.8.5 Certificates for Payment 4.2.1, 4.2.5, 4.2.9, 9.3.3, 9.4, 9,5, 9.6.1, 9.6.6, 9,7, 9,10.1, 9.10.3, 14.1.1.3, 14.2.4, 15.1.3 Certificates of Inspection, Testing or Approval 13.5.4 Certificates of Insurance 9.10.2, 11.1.3 Change Orders 1.1.1,2.4,3,4.2,3.7.4,3.8.2.3,3.11,3,12.8,4.2.8, 5.2.3, 7.1.2, 7.1.3, 7.2, 7.3.2, 7.3.6, 7.3.9, 7.3.10, 8.3.1, 9.3.1.1, 9.10.3, 10.3.2, 11.3.1.2, 11.3.4, 11.3.9, 12.1.2, 15.1.3 Change Orders, Definition of 7.2.1 CHANGES IN THE WORK 2.2.1,3.11,4.2.8,7,7,2.1,7.3.1,7.4,8.3.1,9.3.1.1, 11.3.9 Claims, Definition of 4.3, 4.3.1 CLAIMS AND DISPUTES 3.2.4, 6.1.1, 6.3, 7.3.9, 9.3.3, 9,10A, 10.3.3, Claims and Timely Assertion of Claims Claims for Additional Cost 3.2.4, 3.7.4, 6.1.1, 7.3.9, 10.3.2 Claims for Additional Time 3.2.4, 3.7.4, 6.1.1, 9.3.2, 10.3.2 Concealed or Unknown Conditions, Claims for 3.7.4 Claims for Damages 3,2,4, 3.18, 6.1.1, 8.3.3, 9.5.1, 9.6.7, 10.3.3, 11.1.1, 11.3.5, 11.3.7, 14.1.3, 14.2.4 (Paragraphs deleted) Cleaning Up 3.15, 6.3 Commencement of the Work, Conditions Relating to 2.2.1, 3.2.2, 3,4.1, 3.7.1, 3.10.1, 3.12.6, 5.2.1, 5.2.3, 6.2.2, 8.1.2, 8.2.2, 8.3.1, 11.1, 11.3.1, 11.3.6, 11.4.1 Commencement of the Work, Definition of 8.11.2 Communications Facilitating Contract Administration 3.9.1, 4.2.4 Completion, Conditions Relating to 3.4.1, 3.11, 3.15, 4.2.2, 4.2.9, 9.2, 9,4.2, 9.8, 9.9. 1, 9.10, 12.2. 13.7, 14.1.2 COMPLETION, PAYMENTS AND 9 Completion, Substantial 4.2.9, 8.1.1, 9.1.3, 8.2.3, 9.4.2, 9.8, 9.9.1, 9,10.3, 12.2, 13.7 Compliance with Laws 1.6, 3.2.3, 3.6, 3.7, 3.12.10, 3.13.4.1.1, 9.6.4, 10.2.2, 11. 1, 11.3, 13.1, 13.4, 13.5.1, 13.5.2, 13.6, 14. 1. 1, 14.2.1.3, 15.2.8, 15.4.2, 15.4.3 Concealed or Unknown Conditions 3.7.4, 4.2.8, 8.3.1, 10.3 Conditions of the Contract 1.1.1, 6.1.1, 6.1.4 Consent, Written 3.4.2, 3.7,4, 3.12.8, 3.14.2, 4.1.2, 9.3.2, 9,8.5, 9.9.1, 9.10.2, 9.10.3, 11.3.1, 13.2, 13.4.2, 15.4.4.2 (Paragraphs deleted) CONSTRUCTION BY OWNER OR BY SEPARATE CONTRACTORS 1.1.4, 6 Construction Change Directive, Definition of 7.3.1 Construction Change Directives 1.1.1, 3.4.2, 3.12.8, 4.2.8, 7.1.1, 7.1.2, 7.1.3, 7.3, 9.3.1.1 Construction Schedules, Contractor's 3.10, 3.12.1, 3.12.2, 6.1.3, 15.1.5.2 Contingent Assignment of Subcontracts 5.4, 14.2.2.2 Contract, Definition of 1.1.2 CONTRACT, TERMINATION OR SUSPENSION OF THE 5.4.1.1, 11.3.9, 14 Contract Administration 3.1.3,4,9.4,9,5 Init AIA DocumentA201•_ zoe7. Copyrightm 1911, 1915. 19/8. 1925, 1937, 1951, 1958, 1961.1963, 1966, 1970, 1976, 1987, 1997 and 2007 by The American Inatituts of Architects AN rights reserved. The 'American Institute of Architects; 'AIA' the AIA Logo, "A201,' and *AIA Contract Documents' we registered 3 trademarks and may not be used without permission This document was produced by AIA software at 09 2228 ET on 01/07/2022 under Order No.8545826211 t which expires on 07124/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents° Terms of Service To report copyright violations, e-mail copyright@aia.org. User Notes: (203786W58) Contract Award and Execution, Conditions Relating to 3.7.1, 3.10, 5.2, 6.1, 11.1.3, 11.3.6, 11A.1 Contract Documents, Copies Furnished and Use of 1.5.2, 2.2.5, 5.3 Contract Documents, Definition of 1.111 Contract Documents, Execution 1.$ Contract Sum 33A, 3.8, 5.2.3, 7.2, 7.3, 7.4, 9.1, 9.4.2, 9.5.1.4, 9.6.7, 9.7,10.3.2,11.3.1,14.2.4,14.3.2,15,1,4,15.2.5 Contract Sum, Definition of 9.1 Contract Time 3.7.4, 3.7.5, 3.10.2, 5.2.3, 7.2.1.3, 73,1, 7.3.5, 7.4, 8.1.1, 8.2.1, 8.3.1, 9.5.1, 9.7, 10.3.2, 12.1.1, 14.3.2, 15.1.5.1, 15.2.5 Contract Time, Definition of 8.1.1 CONTRACTOR 3 Contractor, Definition of 3.1, 6.1.2 Contractor's Construction Schedules 3.10, 3.12.1, 3.12.2, 6.1.3, 15.1.5.2 Contractor's Employees 3.3.2, 3.4.3, 3.8.1, 3.9, 3.18.2, 4.2.3, 4.2.6, 10.2, 10.3, 11.1.1,11.3.7,14.1,14.2.1.1 Contractor's Liability Insurance 11.1 Contractor's Relationship with Separate Contractors and Owner's Forces 3.12.5, 3.14.2, 4.2.4, 6, 11.3.7, 12.1.2, 12.2.4 Contractor's Relationship with Subcontractors 1.2.2, 3.3.2, 3.18.1, 3.18.2, 5, 9.6.2, 9.6.7, 9.10.2, 11.3.1.2, 11.3.7, 11.3.8 Contractor's Relationship with the Architect 1.1.2, 1.5, 3.1.3, 3.2.2, 3.2.3, 3.2.4, 3.3.1, 3.4.2, 3.5, 3.7.4, 3.10, 3.11, 3.12, 3.16, 3.18, 4.1.3, 4.2, 5.2, 6.2.2, 7, 8.3.1, 9.2, 9.3, 9.4, 9.5, 9.7, 9.8, 9.9, 10.2.6, 10.3, 11.3.7, 12, 13,5, 15.1.2, 15.2.1 Contractor's Representations 3.2.1,3.2.2,3.5,3.12.6,6.2.2,8.2.1,9.3.3,9.8.2 Contractor's Responsibility for Those Performing the Work 3.3.2, 3.18, 5.3, 6.1.3, 6.2, 9.5.1, 10.2.8 Contractor's Review of Contract Documents 3.2 Contractor's Right to Stop the Work 9.7 Contractor's Right to Terminate the Contract 14.1, 15.1.6 Contractor's Submittals 3.10,3.11,3,12.4,4.2.7,5.2.1,5.2.3,9.2,9.3,9.8.2, 9.8.3, 9.9.1, 9.10.2, 9.103, 11.1.3, 11.4.2 Contractor's Superintendent 3.9, 10.2.6 Contractor's Supervision and Construction Procedures 1.2.2, 3.3, 3.4, 3.12.10, 4.2.2, 4.2.7, 6.1.3, 6.2.4, 7.1.3, 7.3.5, 73.7, 8.2, 10, 12, 14, 15.1.3 Contractual Liability Insurance 11.1.1.8, 11.2 Coordination and Correlation 1.2,3,2.1,3.3.1,3.10,3.12.6,6.1.3,6.2.1 Copies Furnished of Drawings and Specifications 1.5, 2.2.5, 3.11 Copyrights 1.5, 3.17 Correction of Work 2.3, 14, 3.7.3, 9.4.2, 9.8.2, 9.8.3, 9.9.1, 12.1.2, 12.2 Correlation and Intent of the Contract Documents 1.2 Cost, Definition of 7.3.7 Costs 2.4,3.2.4,3.7.3,3.8.2,3.15.2,5.4.2,6.1.1,6.2.3, 7.3.3.3, 7.3.7, 7.3.8, 7.3.9, 9.10.2, 10.3.2, 10.3.6, 11.3, 12.1.2, 12.2.1, 12.2.4, 13.5, 14 Cutting and Patching 3.14, 6.2.5 Damage to Construction of Owner or Separate Contractors 3.14.2, 6.2.4, 10,2.1.2, 10.2.5, 10.4, 1 I.I.I, 11.3, 12.2.4 Damage to the Work 3,14.2, 9,9.1, 10.2.1.2, 10.2.5, 10.4, 11.3, I, 12.2.4 Damages, Claims for 3.2.4, 3.18, 6.1.1. 8.3.3, 9.5.1, 9.6.7, 10.3.3, 11.1.1, 11.3.5, 11.3.7, 14.1.3, 14.2.4, 15.1.6 Damages for Delay 6.1.1,&3.3,9.5.1.6,9.7, 10.3.2 Date of Commencement of the Work, Definition of 8.1.2 Date of Substantial Completion, Definition of 8.1.3 Day, Definition of 8.1.4 Decisions of the Architect 3.7.4, 4.2.6, 4.2.7, 4.2,11, 4.2.12, 4.2.13, 15.2, 6.3, 7.3.7, 7.3.9, 8.1.3, 8.3.1, 9.2, 9.4, 9.5.1, 9.8A, 9.9. 1, 13.5.2, 14.2.2, 14.2.4, 15.1, 15.2 Decisions to Withhold Certification 9.4.1, 9.5, 9.7, 14.1.1.3 Defective or Nonconforming Work, Acceptance, Rejection and Correction of 2.3, 2.4, 3.5, 4.2.6, 6.2.5, 9.5.1, 9.5.2, 9.6.6, 9.8.2, 9.9.3, 9.10.4, 12.2.1 Definitions 1.1,2.1.1,3.1.1,3.5,3.12.1,3.12.2,3,12.3,4.1.1, 15,1.1, 5.1, 6.1.2, 7.2.1, 7.3.1, 8.1, 9.1, 9.8.1 Init AIA DocumentA207e_ zoo?, Copyright 1911, 1915, 1918, 1925. 1937, 1951. 1958, 1961, /963, 1966. 1970, 1976, 1987, 1997 and 2007 by TM American InstHuts of Architects. AN rights reserved. The 'American Institute o1 Architects, AIA,'the AIA Logo.. 'AXi"and 'AIA Contract Documents' are registered 4 trademarks and may not be used without permission This document was produced by AIA software al 09:22,28 ET on 01/072022 under Order No $546826211 1 which expires on 07/24/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents* Terms of 8ervlce To report copyright violations, e-mail copyrighl@ala.org Ueer Notes: (2037860656) Delays and Extensions of Time 3.2, 3.7.4, 5.2.3, 7.2.1, 7.3.1, 7A, 8.3, 9.5.1, 9.7, 10.3.2, 10.4, 14.3.2, 15.1.5, 15,2.5 Disputes 6.3, 7.3.9, 15.1, 15.2 Documents and Samples at the Site 3.11 Drawings, Definition of 1.1.5 Drawings and Specifications, Use and Ownership of 1.6, 3.11 Effective Date of Insurance 8.2.2, 11.1.2 Emergencies 10.6, 14.1.1.2, 15,1.4 Employees, Contractor's 3.3.2, 3.4.3, 3.8.1, 3.9, 3.18.2, 4.2.3, 4.2.6, 10.2, 10.3.3,11.1.1,11.3.7,14.1,14.2.1.1 Equipment, Labor, Materials or 1.1.3, 1.1.6, 3.4, 3.5, 3.8.2, 3.8.3, 3.12, 3.13, 3.15.1, 4.2.6, 4.2.7, 5.2.1, 6.2.1, 7.3.7, 9.3.2, 9.3.3, 9.5.1.3, 9.10.2, 10.2.1, 10.2.4, 14.2.1.1, 14.2.1.2 ETHICS 16 Execution and Progress of the Work 1.1.3, 1.2.1, 1.2.2, 2.2.3, 2.2.5, 3.1,3.3.1, 3.4.1, 3.5, 3.7.1, 3.10.1, 3.12,3.14, 4.2, 6.2.2, 7.1.3, 7.3.5, 8.2, 9.5.1, 9.9.1, 10.2, 10.3, 12.2, 14.2, 14.3.1, 15.1.3 Extensions of Time 3.2.4, 3.7.4, 5.2.3, 7.2.1, 7.3, 7.4, 9.5.1, 9.7, 10.3.2, 10.4, 14.3, 15.1.5, 15.2.5 Failure of Payment 9.5.1.3, 9.7, 9,10.2, 13.6, 14.1.1.3, 14.2.1.2 Family Code Child Support Certification 13.13 Faulty Work (See Defective or Nonconforming Work) Final Completion and Final Payment 4.2.1, 4.2.9, 9.8,2, 9.10, 11.1.2, 11.1.3, 11.3.1, 11.3.5, 12.3, 14.2.4, 14,4.3 Financial Arrangements, Owner's 2,2.1, 13,2.2, 14.1.1.4 Fire and Extended Coverage Insurance 11.3.1.1 Forms and Format 1.7 GENERAL PROVISIONS I Governing Law 13.1 Guarantees (See Warranty) Hazardous Materials 10.2.4, 10.3 Identification of Subcontractors and Suppliers 5.2.1 Indemnification 3.17, 3.18, 9.10.2, 10.3.3, 10.3.5, 10.3.6, 11.3.1.2, 11.3.7 Information and Services Required of the Owner 2.1.2, 2.2, 3.2.2, 3.12.4, 3.12.10, 6.1.3, 6.1.4, 6.2.5, 9.6.1, 9.6.4, 9.9.2, 9.10.3, 10.3.3, 11.2, 11.4, 13.5.1, 13.5.2, 14.1.1.4, 14.1.4, 15.1.3 (Paragraphs deleted) Injury or Damage to Person or Property 10.2.8, 10.4 inspections 3.1.3, 3.3.3, 3.7.1, 4.2.2, 4.2.6, 4.2.9, 9.4.2, 9.8.3, 9.9.2, 9.10.1, 12.2.1, 13.5 Instructions to Bidders Instructions to the Contractor 3.2.4, 3.3.1, 3.9.1, 5.2.1, 7, 8.2.2, 12, 13.5.2 Instruments of Service, Definition of 1.1.7 Insurance 3.18.1, 6.1.1, 7.3.7, 9.3.2, 9.9.4, 9.9.1, 9.10.2, 11 Insurance, Aviation Liability 11.1.10 Insurance, Boiler and Machinery 11.3.2 Insurance, Contractor's Equipment 11.1.9 Insurance, Contractor's Liability 11.1 Insurance, Effective Date of 8.2.2, 11.1.2 Insurance, Environmental and Asbestos Abatement 11.1.12 Insurance, Loss of Use 11.3.3 Insurance, Owner's Liability 11.2 Insurance, Professional Liability 11.1.8 Insurance, Property 10,15, 11.3 Insurance, Railroad Protective Liability 11.1.13 Insurance, Stored Materials 9.3.2 Insurance, Watercraft Liability 11.1.11 INSURANCE AND BONDS 11 Insurance Companies, Consent to Partial Occupancy 9.9.1 Intent of the Contract Documents 1.2.1,4.2.7,4.2,12,4.2.13,7A Interest 13.6 Irtlt AIA Document A201a- go01. Copyright ®1911, 1915. 1918. 1025, 1037. 1951.1956, 1961. 1963, 1966. 1970, 1976, 1987, 1997 and 2007 by The American Institute of Architects. AN 69his reserved. Ths'Amenren Institute of Archdacts,' WA- the AIA Logo. "Ann "aod'AIA Conlract Documents' are registered Irademoft and may not be used without permission This document was produced by AIA software at 09:22:28 ET on 01/0712022 under Order No.8545826211 1 which expires on 0712412022, is not for resale. Is licensed for one-time use ordy, and may only be used in accordance with the AIA Contract Documards° Terms of SsrA * To report copyright violations aamsa copydght®ais.org User Notes: (2037860656) Interpretation 1.2.3, 1.4, 4.1.1, 5,1, 6.1.2, 15.1.1 Interpretations, Written 4.2.11, 4.2.12, 15.1.4 Judgment on Final Award 15.4.2 Labor and Materials, Equipment 1.1,3, 1.1.6, 3.4, 3,5, 3.8.2, 3.8.3, 3.12, 3.13, 3.15.1, 4,2.6, 4.2,7, 5.2.1, 6.2.1, 7.3.7, 93.2, 9.3.3, 9.5.1.3, 9.10.2,10.2.1, 10.2.4, 14.2.1.1, 14.2.1.2 Labor Disputes 9.3.1 Laws and Regulations 1.5, 3,23, 3.6, 3.7, 3.12.10, 3.13, 4,1.1, 9.6,4, 9,9.1, 10.2.2,11.1.1,113,13.1,13.4,13.5.1,13.5.2,13.6, 14, 15.2.8, 15.4 Lead -Free Potable Water System, Certification of 13.12 Liens 2.1.2, 9.3.3, 9.10.2, 9.10.4, 15.2,8 Limitations, Statutes of 12.2.5, 13.7, 15,4,1.1 Limitations of Liability 2.3, 3.2.2, 3.5, 3.12.10, 3.17, 3,18.1, 4.2.6, 4.23, 4.2.12, 6.2.2, 8.3, 9.4.2, 9.6.4, 9.6.7, 10.2.5, 10.3.3, 11.1.2, 11.2, 11.3.7, 12.2.5, 13.4.2 Limitations of Time 2.1.2, 2.2, 2.4, 3.2.2, 3.10, 3.11, 3.12.5, 3.15.1, 4.2.7, 5.2, 5.3, 5.4.1, 6.2.4, 7.3, 7.4, 8.2, 9.2, 9.3.1, 9.3.3, 9.4.1, 9.5, 9.6, 9.7, 9.8, 9.9, 9,10, 11.1.3, 11.3.1.5, 11.3.6, 11.3.10, 12.2, 13.5, 13.7, 14, 15 Loss of Use Insurance 11.3.3 Material Suppliers 1,5,3.12.1,4.2.4,4.2.6,5.2.1,9.3,9.4.2,9.6,9.10.5 Materials, Hazardous 10.2.4, 10.3 Materials, Labor, Equipment and 1.1.3, 1.1.6, 1.5.1, 3.4.1, 3.5, 3.8.2, 3.8.3, 3,12, 3,13, 3.15,1, 4.2,6, 4.2.7, 5.2.1, 6.2.1, 7.3.7, 9.3.2. 9.3.3, 9.5.1.3, 9.10,2, 10.2.1.2, 10.2.4, 14.2,1.1, 14.2.1.2 Means, Methods, Techniques, Sequences and Procedures of Construction 3.3.1, 3.12.10, 4.2.2, 4.2.7, 9.4.2 Mechanic's Lien 2.1.2, 15.2.8 Mediation 9.3.1, 10.3.5, 10.3.6 Minor Changes in the Work 1.1.1, 3,12.8. 4.2.8, 7.1, 7.4 MISCELLANEOUS PROVISIONS 13 Modifications, Definition of 1.1.1 Modifications to the Contract 1.1.1, 1.1.2,3,11,4.1.2,4.2.1,523,7,8.3.1,9.7, 10.3.2, 11.3.1 Mutual Responsibility 6.2 Non -Compensation Requirement 13.4 Nonconforming Work, Acceptance of 9.6.6, 9.9.3, 12.3 Nonconforming Work, Rejection and Correction of 2,3, 2.4, 3.5, 4.2.6, 6.2.4, 9.5.1, 9.8.2, 9,9.3, 9.10.4, 12,2.1 Non -Segregated Facility, Certification of 13.9 Notice 2,2,1, 2.3, 2.4, 3.2,4, 3.3.1, 3.7.2, 3.12.9, 5.2.1, 9.7, 9.10,10.2.2,11,13,12.2.2.1,13.3,13.5.1,13.5.2, 14.1, 14.2, 15.2.8, 15.4.1 Notice, Written 2.3, 2.4, 3.3.1, 3.9.2, 3.12.9, 3.12.10, 5.2.1, 9.7, 9. 10, 10.2.2, 10.3, 11.1.3, 11.3.6, 12.2.2.1, 13.3, 14, 15.2.8, 15.4.1 Notice of Claims 3,7.4, 10,2.9 Notice of Testing and Inspections 13.5.1, 13.5.2 Observations, Contractor's 3.2, 3.7.4 Occupancy 2.2.2, 9.6.6, 9.8, 11.11.5 Orders, Written 1.1.1, 23, 3.9.2, 7, 8.2.2, 11.3.9, 12.1, 12.2.2.1,13.5.2, 14,3.1 OWNER 2 Owner, Definition of 2.1.1 Owner, Information and Services Required of the 2.1.2, 2.2, 3.2.2, 3.12.10, 6.1,3, 6.1.4, 6.2.5, 9.3.2, 9.6,1, 9.6.4, 9.9,2, 9.10.3, 10.3.3, 11.2, 11.3, 13.5.1, 13.5.2, 14.1.1.4, 14.1.4, 15.1.3 Owner's Authority 1.5,2.1.1,2.3,2.4,3.4.2,3.8.1,3.12.10,3.14.2,4.1.2, 4,1.3, 4.2.4, 4.2.9, 5,2.1, 5.2.4, 5.4.1, 6.1, 6,3, 7.2.1, 7.3,1, 8.2.2, 8.3.1, 9.3.1, 9.3.2, 9.5.1, 9.6.4, 9.9. 1, 9.10.2, 10.3.2, 11.1.3, 11.3.3, 11.3,10, 12.2.2, 12.3, 13.2.2,14.3,14.4,15.2.7 Owner's Financial Capability 2.2.1, 13.2.2, 14.1.1.4 Owner's Liability Insurance 11.2 Owner's Occupancy 2.5 Owner's Relationship with Subcontractors 1.1.2, 5.2, 5.3, 5.4, 9.6.4, 9.10.2, 14.2.2 Owner's Right to Carry Out the Work 2.4, 14.2.2 Owner's Right to Clean Up 6.3 Owner's Right to Perform Construction and to Init. AIA DocumentA201e- 2007, Copyright* 1911. 191S, 1918, 1925, 1937, 1951, 1958, 1961, 1963. 1966, 1970, 197% 1987, 1997 and 2007 by The American Institute of Architects. AM rights reserved. The 'American Institute of Architects,' 'AIA,' the AIA Logo 'A201;' and 'AIA Contract Documents' are registered trademarks and may not be used without permission This document was produced by AIA software at 09:22:28 ET on 01/07/2022 under Order No.8645826211 1 which expires on 07124/2022, is not for resale, Is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents• Terms of Service. To report copyright violations, e-mail copydght@aia.arg, User Notes: (2037660656) Award Separate Contracts 6.1 Owner's Right to Stop the Work 2.3 Owner's Right to Suspend the Work 14.3 Owner's Right to Terminate the Contract 14.2 Ownership and Use of Drawings, Specifications and Other Instruments of Service 1.1.1, 1.1.6, 1.1.7, 1.5, 2.2.5, 3.2.2, 3.1 I, 3.17, 4.2.12, 5.3 Partial Occupancy or Use 9.6.6, 9.9, 11.3.1.5 Patching, Cutting and 3.14, 6.2,5 Patents 3.17 Payment, Applications for 4.2.5, 7.3.9, 9.2, 9.3, 9.4, 9.5, 9.6.3, 9.7, 9.8.5, 9. 10. 1, 14.2.3, 14.2.4, 14.4.3 Payment, Certificates for 4.2.5, 4.2.9, 9.3.3, 9.4, 9.5, 9.6.1, 9.6.6, 9.7, 9. 10. 1, 9.10.3, 13.7, 14.1.1.3, 14.2.4 Payment, Failure of 9.5.1.3, 9.7, 9.10.2, 13.6, 14.1.1.3, 14.2,1.2 Payment, Final 4.2.1, 4,2.9, 9.8.2, 9.10, 11.1.2, 11.1.3, 11.41, 12.3, 13.7, 14.2.4, 14.4.3 Payment Bond, Performance Bond and 7.3.7.4, 9.6.7, 9.10.3, 11.4 Payments, Progress 9.3, 9.6, 9,8.5, 9.10.3, 13.6, 14.2.3, 15.1.3 PAYMENTS AND COMPLETION 9 Payments to Subcontractors 5.4.2, 9.5.1.3, 9.6.2, 9.63, 9.6.4, 9.6.7, 14.2.1.2 PCB 10.3.1 Performance Bond and Payment Bond 7.3.7.4, 9.6.7, 9.10.3, 11.4 Permits, Pees, Notices and Compliance with Laws 2.2.2,3.7,3.13,7.3.7.4, 10.2.2 PERSONS AND PROPERTY, PROTECTION OF 10 Polychlorinated Biphenyl 10.3.1 Product Data, Definition of 3.12.2 Product Data and Samples, Shop Drawings 3.11, 3.12, 4.2.7 Progress and Completion 4.2.2, 8.2, 9.8, 9.9.1, 14.1.4, 15.1.3 Progress Payments 9.3, 9.6, 9.8.5, 9.10.3, 13.6, 14.2.3, 15,13 Project, Definition of 1.1.4 Project Management 1.1.8 Project Representatives 4.2.10 Project Site(s) 1.1.4.1 Property Insurance 10.2.5, 11.3 Proprietary Interests 13.16 PROTECTION OF PERSONS AND PROPERTY 10 RECORDS AND INSPECTIONS OF CONTRACTOR ACCOUNTS 15 Regulations and Laws 1.5, 3.2.3, 3.6, 3.7, 3.12.10, 3.13, 4.1.1, 9.6.4, 9.9. 1, 10.2.2, 11.1, 11.4, 13.1, 13A, 13.5.1, 13.5.2, 13.6, 14, 15.2.8, 15.4 Rejection of Work 3.5, 4.2.6, 12.2.1 Releases and Waivers of Liens 9.10.2 Representations 3.2.1, 3.5, 3.12.6, 6.2.2, 8.2.1, 9.3.3, 9.4.2, 9.5.1, 9.8.2, 9.10.1 Representatives 2.1.1, 3.1.1, 3.9,4.1.1, 4.2.1, 4.2.2,4.2.10,5.1.1, 5.1.2, 13.2.1 Reproducible Record Drawings 3.19 Responsibility for Those Performing the Work 3.3.2,3.18,4.2.3,5.3,6.1.3,6.2,6.3,9.5.1, 10 Retainage 9.3.1,9.6.2,9,8.5,9.9.1,9.10.2,9.10.3 Review of Contract Documents and Field Conditions by Contractor 3.2, 3,12,7, 6.1.3 Review of Contractor's Submittals by Owner and Architect 3.10.1,3.10,2,3.11,3.12,4.2,5.2,6.1.3,9.2,9.8.2 Review of Shop Drawings, Product Data and Samples by Contractor 3.12 Right to Audit 13.17 Rights and Remedies 1,1,2,2.3,2.4,3.5,3.7.4,3.15.2,4.2.6,5.3,5.4,6.1, 6.3, T3.1, 8.3, 9.5.1, 9.7, 10.2.5, 10.3, 12.2.2, 12.2.4, 13.4, 14, 15.4 Royalties, Patents and Copyrights 3.17 Rules and Notices for Arbitration 15.4.1 Safety of Persons and Property 10.2, 10A Ink AIA Document A201a _ 2ae7, Copyright01911. 1915, 1918, 1926, 1937, 1951. 1958, 1961, 19S3, 1966, 1970, 1975, 1987. 1997 and 2007 by The Amric een Institute of Architects. All rights reserved. The'Amedcan Institule of Arctetects,' 'AIA ' the AIA Logo, 'A201 'and 'AIA Contract Documents" are regrslered 7 tradernarks and may not be used without permission. This document was produced by AIA software al 09:22:28 ET on 01/07=22 under Order No.8545626211 which expires on 07/24/2022 is not for resale. Is licensed far one-time use only, and may only be used in accordance with the AIA Contract Documents° Terms of Service. To report copyright violations, e-mail copyrlghkQeia.org. User Notes: (2037860666) Safety Precautions and Programs 3.3.1, 4,2.2, 4.2.7, 5.3, 10.1, 10.2, 10.4 Samples, Definition of 3.12.3 Samples, Shop Drawings, Product Data and 3.11, 3.12, 4.2.7 Samples at the Site, Documents and 3.11 Schedule of Values 9.2, 9.3.1 Schedules, Construction 3.10, 3,12.1, 3.12.2, 6.1.3, 15.1.5.2 Separate Contracts and Contractors 1.1.4, 3.12.5, 3.14.2, 4.2.4, 4.23, 6, 8.3.1, 12.1.2 Shop Drawings, Definition of 3.12.1 Shop Drawings, Product Data and Samples 3.11, 3.12, 4.2.7 Site, Use of 3.13, 6,1.1, 6.2.1 Site Inspections 3.2.2, 3.3.3, 3.7.1, 3.7.4, 4.2, 9.4.2, 9.10.1, 13.5 Site Visits, Architect's 3.7.4, 4.2,2, 4.2.9, 9.4.2, 9,5.1, 9.9.2, 9,10.1, 13.5 Special Inspections and Testing 4.2.6, 12.2.1, 13.5 Specifications, Definition of 1.1.6 Specifications 1.1.1, 1.1.6, 1.2.2, 1.5, 3.11, 3.12.10, 3,17, 4,2.14 Specifications and Drawings (Relations) 1.2.6 Statute of Limitations 13.7, 15.4.1,1 Stopping the Work 2.3, 9,7, 10.3, 14.1 Stored Materials 6.2.1, 9.3.2, 10.2.1.2, 10.2,4 Subcontractor, Definition of 5.1.1 SUBCONTRACTORS 5 Subcontractors, Work by 1.2.2,3.3.2, 3.12.1, 4.2.3, 5.2.3, 5.3, 5.4, 9.3.1.2, 9.6.7 Subcontractual Relations 5.3, 5.4, 9,3,1.2, 9.6, 9.10, 10.2.1, 14.1, 14.2.1 Submittals 3.10, 3.11, 3.12, 4.2.7, 5.2.1, 5.2.3, 7.3.7, 9.2, 9.3, 9.8, 9.9.1, 9.10.2, 9. 10.3, 11.1.3 Submittal Schedule 3.10.2, 3,12.5, 4.2.7 Subrogation, Waivers of 6.1.1, 11.3.7 Substantial Completion 4.2.9, 8.1.1, 8.1.3, 9.2.3, 9.4.2, 9.8, 9.9.1, 9.10.3, 12.2, 13.7 Substantial Completion, After 12.2.2 Substantial Completion, Before or After 12.2.1 Substantial Completion, Definition of 9.8.1 Substitution of Subcontractors 5.2.3, 5.2.4 Substitution of Architect 4.1.3 Substitutions of Materials 3.4.2, 3.5, 7.3.8 Sub -subcontractor, Definition of 5.1.2 Subsurface Conditions 3.7.4 Successors and Assigns 13.2 Superintendent 3.9, 10.2.6 Supervision and Construction Procedures 1.2.2, 3.3, 3.4, 3.12.10, 4.2.2, 4,2.7, 6.1.3, 6.2.4, 7.1.3, 7.3.7, 8.2, 8.3.1, 9.4.2, 10, 12, 14, 15.1.3 Surety 5.4.1.2, 9.8,5, 9.10.2, 9.10.3, 14.2.2, 15.2.7 Surety, Consent of 9.10.2, 9.10.3 Surveys 2.2.3 Suspension by the Owner for Convenience 14.3 Suspension of the Work 5.4.2, 14.3 Suspension or Termination of the Contract 5.4.1.1, 14 Taxes 3.6, 3.9.2.1, 7.3.7.4 Termination by the Contractor 14.1, 15.1.6 Termination by the Owner for Cause 5.4.1.1, 14,2, 15.1.6 Termination by the Owner for Convenience 14.4 Termination of the Architect 4.13 Termination of the Contractor 14.2.2 TERMINATION OR SUSPENSION OF THE CONTRACT 14 Tests and Inspections 3.1.3, 3.3.3, 4.2.2, 4.2.6, 4.2.9, 9.4.2, 9.8.3, 9.9.2, 9,10.1,10.3.2,11.4.1,12.11,13.5 TIME 8 Time, Delays and Extensions of 3.2.4, 3.7.4, 5.2.3, 7.2.1, 7.3.1, 7.4, 8.3, 9.5.1, 9.7, 10.3.2, 10.4, 14.3.2, 15.1.5, 15.2.5 Init. AIA Document A201e- 2007. Copyr+ght0 1911, 1915, 1918, 1925. 1937. 1951. 1958. 1961, 1963, 1966. 1970, 1976, 1987, 1997 and 2007 by The American InsBtute o/ Architects. A9 rights reserved. The 'American Institute of Architects,' 'AIA 'the AIA Logo, 'A201 " and 'AIA Contract Documents' are registered tradomatks and may not be used unthout permission This document was produced by AIA sottware at 09.22 29 ET on 01;0712022 under Order No 8545826211 ( which expires oft 0712402022, is not for resale, is I"Ased for one-time use only, and may only be used in accordance with the AIA contract Documents° Terms of Service To report copyright violations. e-maO oopydght@aia.org User Notes: 2037860656) Time Limits 2.1.2, 2.2, 2.4, 3.2.2, 3.10, 3.11, 3.12.5, 3.15.1, 4.2, 5.2, 5.3, 5.4, 6.2.4, 7.3, 7.4, 8.2, 9.2, 9.3.1, 9.3.3, 9.4. 1, 9.5, 9.6, 9.7, 9.8, 9.9, 9.10, 11.1.3, 12.2, 13.5, 13.7, 14, 15.1.2, 15.4 Time Limits on Claims 3.7.4, 10.2.8, 13.7, 15.1.2 Title to Work 9.3.2, 9.3.3 (Paragraphs deleted) UNCOVERING AND CORRECTION OF WORK 12 Uncovering of Work 12.1 Unforeseen Conditions, Concealed or Unknown 3.7.4, 8.3.1, 10.3 Unit Prices 7.3.3.2, 7.3.4 Use of Documents 1.1.1, 1.5, 2.2.5, 3.12.6, 5.3 Use of Site 3.13, 6.1.1, 6.2.1 Values, Schedule of 9.2, 9.3.1 Waiver of Claims by the Architect 13.4.2 Waiver of Claims by the Contractor 9.10.5, 13,4.2, 15.1.6 Waiver of Claims by the Owner 9.9.3, 9.10.3, 9.10.4, 12.2.2.1, 13.4.2, 14.2.4, 15.1.6 Waiver of Consequential Damages 14.2.4, 15.1.6 Waiver of Liens 9.10.2, 9,10.4 Waivers of Subrogation 6.1.1, 11.3.7 Warranty 3.5, 4.2.9, 9.3.3, 9.8.4, 9.9.1, 9.10.4, 12.2.2, 13.7 Weather Delays 15.1.5.2 Work, Definition of 1.1.3 Written Consent 1.5.2, 3.4.2, 3.7.4, 3.12.8, 3.14.2, 4.1.2, 9.3.2, 9.8.5, 9.9, I, 9.10.2, 9.10.3, 11.4.1, 13.2, 13.4.2, 15.4.4.2 Written Interpretations 4.2.11, 4.2.12 Written Notice 2.3, 2.4, 3.3.1, 3.9, 3.12.9. 3.12.10, 5.2.1, 8.2.2, 9.7, 9.10,10.2.2,10.3,11.1.3,12.2.2,12.2.4,13.3,14, 15.4.1 Written Orders 1.1.1, 2.3, 3.9, 7, 8.2.2, 12.1, 12.2, 115.2, 14.3.1, 15. L2 tntt A1A Doeumsnt A201e- 2oo7. Copyright 01911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997 and 2007 by The American Institute of Architects. All rights reserved. The 'American Institute of Architects "AIA,' the AIA Logo 'A201," and 'AIA Contract Documents' are registered 9 trademarks and may not be used without permissfon This document was produced by AIA software at 09:22:28 ET on 01/07I2022 under Order No.854582021 t 1 which expires an 07124f2022, is not for resale, is licensed for ons•tims use only, and may arty be used in accordance with the AIA Contract Documents* Terms of Service. To report copyright violetions, e-ma8 oopyrlght®ale.org. User Notes: (2037360656) ARTICLE 1 GENERAL PROVISIONS § 1.1 BASIC DEFINITIONS § 1.1.1 THE CONTRACT DOCUMENTS The Contract Documents are enumerated in the Agreement between the Owner and Contractor (hereinafter the Agreement) and consist of the Agreement, Conditions of the Contract (General, Supplementary and other Conditions), Drawings, Specifications, bidding or proposal requirements (advertisement or invitation to bid or propose, Instructions to Bidders or Proposers), all sections of the Project Manual, Addenda issued prior to execution of the Contract, other documents listed in the Agreement and Modifications issued after execution of the Contract, A Modification is: (1) a written amendment to the Contract signed by both parties; (2) a Change Order: (3) a Construction Change Directive; or (4) a written order for a minor change in the Work issued by the Architect. § 1.1.2 THE CONTRACT The Contract Documents form the Contract for Construction. The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations, representations, or agreements, either written or oral. The Contract may be amended or modified only by a Modification. The Contract Documents shall not be construed to create a contractual relationship of any kind: (1) between the Contractor and the Architect or the Architect's consultants; (2) between the Owner and a Subcontractor or a Sub -subcontractor; (3) between the Owner and the Architect or the Architect's consultants; or (4) between any persons or entities other than the Owner and the Contractor. The Owner's Designated Representative and/or Architect shall, however, be entitled to performance and enforcement of obligations of the Contractor under the Contract intended to facilitate performance of the Architect's duties, § 1.1.3 THE WORK The terra "Work" means the construction and services required by the Contract Documents, whether completed or partially completed, and includes but is not limited to all other labor, materials, equipment and services provided or to be provided by the Contractor to fulfill the Contractor's obligations. The Work may constitute the whole or a part of the Project, The Work includes but is not limited to all labor, parts, supplies, skill, supervision, transportation services, and other facilities and things necessary, proper or incidental to the carrying out and completion of the terms of the Contract Documents and all other items of cost or value needed to produce, construct and fully complete the public Work identified by the Contract Documents, § 1.1.4 THE PROJECT The Project is the total construction of which the Work performed under the Contract Documents may be the whole or a part and which may include construction by the Owner and by separate contractors. § 1.1.4.1 THE PROJECT SITE(S) The Project Site(s) means the geographical location more commonly known as 7060 Camp Bowie Blvd., Ft. Worth, Texas, 76116, where Work is to be perforated. § 1.1,5THE DRAWINGS The Drawings are the graphic and pictorial portions of the Contract Documents showing the design, location, and dimensions of the Work, generally including plans, elevations, sections, details, schedules, and diagrams. § 1.1,6 THE SPECIFICATIONS The Specifications are that portion of the Contract Documents consisting of the written requirements for materials, equipment, systems, standards, and workmanship for the Work, and performance of related services. § 1.1.7 THE PROJECT MANUAL (Instruments o1 Service) The Project Manual/Instruments of Service is a volume assembled for the Work which may include the bidding requirements, sample forms, Conditions of the Contract, and Specifications and other documents. § 1.1,8 PROJECT MANAGEMENT [Reserved] Init AU Document A2010- 2007. Copyright * 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961. 1963, 1966, 1970, 1976, 1987, 1991 and 2007 by The American Institute of Architects. AN rights reserved The "American Institute of Architects ' AIA," the AIA Logo, "A201," and 'AIA Contract Documents" are registered 10 trademarks and may not be used without permission This document was produced by AIA software at 002228 ET on 01107r2022 under Order No.8545826211 which expires on 0712412022, is not for resale, to licensed for one-time use only, and may only be used In accordance with the AIA Contract Documentse Terms of Service. To report copyright vlolations, e-m24 copyrightCaia org User Notes: (2037860656) § 1.1.9 ADDENDA Addenda are written or graphic instruments issued by the Owner prior to the receipt of bids or proposals, which modify or interpret the bidding or proposal documents, including Drawings and Specifications, by additions, deletions, clarifications, or corrections. Addenda will become part of the Contract Documents when the Agreement is executed, The Contractor and subcontractors shall include all addenda items on their copies of the Drawings and Specifications. §11.10 APPROVED, APPROVED EQUAL The terms Approved and Approved Equal relate to the substitution of materials, equipment, or procedure approved in writing by the Architect. 1.1.11 ABBREVIATIONS AIA: American Institute of Architects ACI: American Concrete Institute AHERA: Asbestos Hazardous Emergency Response Act AISI: American Iron and Steel Institute AISC: American Institute of Steel Construction ASA: American Standards Association ASTM: American Society of Testing Materials AWSC: American Welding Society Code CERCLA: Comprehensive Environmental Response, Compensation, and Liability Act EPA: Environmental Protection Agency FS: Federal Specification NES: National Eleelrical Code NIC: Not in Contract, indicates work not to be done by this Contractor under this Agreement OSHA: Occupational Safety and Health Administration VPS National Institute of Standards and Technology Voluntary Product Standard (formerly SPR-Simplified Practice Recommendation) UL: Underwriters Laboratories, Inc. TAS: Texas Accessibilities Standards § 1.2 CORRELATION AND INTENT OF THE CONTRACT DOCUMENTS § 1.2.1 The intent of the Contract Documents is to include all items necessary for the proper execution and completion of the Work by the Contractor. The Contract Documents are complementary, and what is required by one shall be as binding as if required by all; performance by the Contractor shall be required only to the extent consistent with the Contract Documents and reasonably inferable from them as being necessary to produce the indicated results. §1.2.1.1 The most recently issued contract document takes precedence over previously issued forms of the same document. Figures given on Drawings govern scale management, and large-scale details govern smaller scale Drawings. If an item is shown one place in the Drawings, but not another, or called for in a schedule or the specifications but not shown on the Drawings or shown on the Drawings but not in a schedule, it is to be included. Existing conditions take precedence over Drawings and Specifications for dimensions. The order of precedence is as follows with the highest authority listed first: A. The Agreement, B. Addenda, C. Supplemental Conditions, D. General Conditions, E. Specifications, and F. Drawings. §1.2.1.2 In the event of inconsistencies within or between parts of the Contract Documents, or between the Contract Documents and applicable standards, codes, and ordinances, the Contractor shall: (I ) provide the better quality or greater quantity of Work; or (2) comply with the more stringent requirement, either or both in accordance with the Architect's interpretation. The terms and conditions of this Section 1.2.1.2, however, shall not relieve either party of any of the obligations set forth in Paragraphs 3.2 and 3.7, and this provision shall not be considered to be more important than Section 1.2.1.1. § 1.2.2 Organization of the Specifications into divisions, sections and articles, and arrangement of Drawings shall not control the Contractor in dividing the Work among Subcontractors or in establishing the extent of Work to be performed by any trade. The title or heading of any specification section or schedule shall not be construed to decrease the Work, Init AtA Document A2010- 2007, Copyright 01911, 1915, 1918, 1925, 1937, 1951, 1950, 1961, 1963, 1966, 1970, 1976, 1987, 1997 and 2007 by The American Institute of Archilects All rights reserved, Tlra'American i,i w,� of ),—'_lects' • ! ' Oie AIA Logo A2(1 i nnn ; JA Contract f 1 ur ants trmfemarka and may not be used wrthoul permission, Ths document was produced by A'A software at D9 22:28 ET on 01/07/2022 under Order No 8545826211 r which expires on 07124/2022, is not for resale, is licensed for one-tlme use only, and may only be used In accordance with the AIA Contract Doeumentse Terms of Service To report copyright violations, e-mail eopyright@aia.org. User Notes: (2037860656) § 1.2.3 Unless otherwise stated in the Contract Documents, words that have well-known technical or construction industry meanings are used in the Contract Documents in accordance with such recognized meanings. §1.2.4 Optional Materials, Equipment and Processes. Contractor may submit for consideration proposed substitutions of materials, equipment, or processes from those set out in the Contract Documents. Submittals of proposed substitutions should contain sufficient information to allow the Architect and Owner to determine if the proposed substitution is in fact equal or better than the requirements of the Contract Documents. The Architect shall review and respond to proposed substitutions within fifteen (15) days of receipt. Contractor shall bear all risk caused by submitting substitutions. The Owner may approve substitutions only when the substitution is clearly proven by the Contractor to be equal in performance characteristics to the requirements of the Contract Documents, equally compatible with existing installations and complimentary to the architectural design for the Work. Contractor shall bear all related costs associated with the substitution. §1.2,5 Product and Reference Standards. When specific products, systems, or items of equipment are referred to in the Contract Documents, any ancillary devices which the Contractor knows, or in accordance with the standard of care for a General Contractor should have known, is necessary for proper functioning shall also be provided. When standards, codes, manufacturer's instructions, and guarantees are required and no edition is specified by the Contract Documents, the current edition at the time of Contract execution shall apply whether or not the proper edition was set out in the Contract Documents. References to standards, codes, manufacturer's instructions, and guarantees shall apply in full, except: .l they do not supersede more stringent standards set out in the Contract Documents, and .2 any exclusions or waivers that are inconsistent with the Contract Documents do not apply. §1,2.6 RELATION OF SPECIFICATIONS AND DRAWINGS General Requirements in the Specifications govem the execution of all Work. Summary paragraphs present a brief indication of the Work, but do not limit the Work as later detailed. Should the Drawings and Specifications have internal inconsistencies, then the Contractor shall base the bids and construction on the most expensive combination of quality and quantity of work indicated. For purposes of construction, the Architect shall determine the appropriate Work, after the Contractor brings the inconsistency to the Architect's attention. Failure to report an inconsistency shall be evidence that Contractor has elected to proceed in the more expensive manner. § 1.3 CAPITALIZATION §1.3,1 Terms capitalized in these General Conditions include those which are: (1) specifically defined; (2) the titles of numbered articles and identified references to Paragraphs, Subparagraphs and Clauses in the document; or (3) the titles of other documents published by the American Institute of Architects. § 1.4INTERPRETATION In the interest of brevity, the Contract Documents frequently omit modifying words such as "all" and "any" and articles such as "the" and "an," but the fact that a modifier or an article is absent from one statement and appears in another is not intended to affect the interpretation of either statement. 1.5 EXECUTION OF CONTRACT DOCUMENTS 1.5.1 The Contract Documents shall be signed by the Owner and Contractor, The Agreement between Owner and Contractor, as amended, including Conditions of the Contract, as amended must be signed first by the Owner and then by the Contractor's authorized representative. All other Contract Documents must be signed first by the Contractor. If. a Contract Document requiring signature has not been signed, then the missing signature shall be provided within a reasonable period of time. Signing the Construction Agreement shall be considered as signing all Contract Documents identified. (Paragraphs deleted) §1.5.2 Execution of the Contract by the Contractor is a representation that the Contractor has visited the site, become generally familiar with local conditions under which the Work is to be performed and correlated personal observations with requirements of the Contract Documents. Should the Contractor find discrepancies, omissions, orconflicts within the Contract Documents, or be in doubt as to their meaning, the Contractor shall at once notify in writing the Architect, the Owner, and Architect will issue a written Architect's Supplemental Instruction to all parties that is consistent with the Owner's Scope of the Work. Init. AIA Document A2016- tool. Copyright V 1911, 1915, 1918, 1925, 1937, 195E 1958, 1961. 1963, 1966, 1970. 1978. 1987, 1997 and 2007 by The American Institute of Architects. All rights reserved The -American Institute of Architects ' 'AIA,' the AIA Logo, ' A201," and AIA Contract Documents' are registered 12 trademarks and may not be used without permission This document was produced by AIA software at 0922:28 ET on 01/07t2022 under Order No 8545826211 which expires on 07124f2022, is not for resale, is licensed for one-time use only, and may only be used In accordance with the AIA Contract Documents"' Terms of Service, To report copyright violations, eamait copyright®aia org User Notes. (2037660656) § 1.6 OWNERSHIP AND USE OF DRAWINGS, SPECIFICATIONS AND OTHER INSTRUMENTS OF SERVICE § 1.6.1 The Drawings, Specifications, and other documents, including those in electronic form, prepared by the Architect and the Architect's consultants are Instruments of Service through which the Work to be executed by the Contractor is described. The Contractor may retain one record set. Neither the Contractor nor any Subcontractor, Sub -subcontractor or material or equipment supplier shall own, or claim a copyright in the Drawings, Specifications, and other documents prepared by the Architect or the Architect's consultants. All copies of Instruments of Service, except the Contractor's record set, shall be returned or suitably accounted for to the Architect, on request, upon completion of the Work. The Drawings, Specifications and other documents prepared by the Architect and the Architect's consultants, and copies thereof furnished to the Contractor, are for use solely with respect to this Project. They are not to be used by the Contractor or any Subcontractors, Sub -subcontractors, and material or equipment supplier on other projects or for additions to this Project, outside the scope of the Work, without the specific written consent of the Owner, Architect and the Architect's consultants appropriate to and for use in the execution of their Work under the Contract Documents. All copies made under this authorization shall bear the statutory copyright notice, if any, shown on the Drawings, Specifications and other documents prepared by the Architect and the Architect's consultants. Submittal or distribution to meet official regulatory requirements or for other purposes in connection with this Project is not to be construed as publication in derogation of the Architect's or Architect's consultants' copyrights or other reserved rights. §1.7 Forms and Format §1.7.1 The Owner requires that the Contractor shall use and/or respond to certain Owner -furnished forms during the course of the Project. From time to time, there may be future revisions, changes, additions, or deletions to these forms. The fact that the Owner modifies and increases reasonable reporting requirements shall not serve as the basis for a claim for additional time or compensation by the Contractor. ARTICLE 2 OWNER § 2.1 GENERAL § 2.1.1 The Owner is the person or entity identified as such in the Agreement and is referred to throughout the Contract Documents as if singular in number The Owner shall designate in writing a representative who is authorized to speak on behalf of the Owner, The Board of Trustees, by majority vote, is the only representative of the Owner, an independent school district, having the power to enter into a contract, to approve a Change Order requiring an increase in the Contract Sum, or agree to an extension to the contractual Completion Date, unless this authority is lawfully delegated. Neither Architect nor Contractor may rely upon the direction of any employee of Owner who has not been designated in writing by the Owner; Owner shall not be financially responsible for actions taken by the Architect or Contractor in reliance upon direction from unauthorized persons. § 2.1.2 [Not Used.] §2.1.3 The presence of the Owner, Owner's Designated Representative, or Architect at the Work site does not imply acceptance or approval of the Work. §2.1,4 The Owner, being a public body under the laws of the State of Texas, must have funds in the full amount of the Contract on hand prior to award and execution of the Contract. Furthermore, no Contract exists between the Owner and the Contractor until the formation of the Contract is approved by a majority of the Board of Trustees of the Owner in open session at a duly held Board meeting, and the contract is signed by an authorized Owner's representative. §2.1,5 At any time prior to the Owner's receipt of the executed Agreement with the required bonds and insurance, the Owner may, at its sole option and without cause, reject the offer described in this Agreement by delivering to the Contractor a written notice stating so. Such notice shall be signed by the Owner's Executive Director of Purchasing or designee and shall be effective on receipt by the Contractor. The rejection of the offer described in this Agreement shall cause no obligation or duty to the District save return of bid or proposal security, if any, if rejection is without cause. This paragraph does not pertain to rejection for cause by the Owner, or for the Contractor's failure to provide required bonds or insurance. § 21INFORMATION AND SERVICES REQUIRED OF THE OWNER § 2.2.1 [Not Used.] lnit. AIA DocumentA201e- tioo7. Copyright® 1911. 1915, 1918. 1925, 1937, 1951, 1958, 1961. 1963, 1966, 1970. 1976, 1987, 1997 and 2007 by The American Institute of Architects. All rights reserved. The 'American Institute of Architects," 'AIA.' the AIA Logo,-A2C1,' owl ; •IA Coo!,act Documents arr nttr st.. ,.,.. 13 trademarks and mny n.,,t he used without �r<„n,ission This document was produced by AIA software at 09 2Z28 ET on 01/0712022 under Order No 8545826211 1 which expires on 07124r2022, Is not for resale is licensed for onetime use only, and may only be used in accordance with the AIA Contract Documents' Terms of Service To report copyright violations, e-ma9 copyright®aia.org User Notes: (2037860656) § 2.2.2 Except for permits and fees that are the responsibility of the Contractor under the Contract Documents, including those required under Section 3.7.1, the Owner shall secure and pay for necessary approvals, easements, assessments and charges required for construction, use or occupancy of permanent structures or for permanent changes in existing facilities. § 2.2.3 If requested to do so, in writing, by Contractor, prior to start of the Work, Owner shall at Owner's sole discretion furnish a survey describing physical characteristics, legal limitations, utility locations which are known to the Owner for the site of the Project, and a legal description of the site. Contractor may rely on the accuracy of the survey produced by the Owner, The survey shall not relieve Contractor from its obligations to examine the site, or exercise proper precautions relating to the safe performance of the Work. § 2.2.4Information or services reasonably necessary for the Work and under the Owner's control shall be furnished by the Owner with reasonable promptness where requested in writing by the Contractor. Under normal circumstances, fourteen (14) District Business days will be considered a reasonable time for Owner response. In any instance where information or services from the Owner, or Architect is required, Contractor shall promptly notify in writing the Architect, with copy to the Owner's Designated Representative, of the particular need. Absent such notification, any Claim based upon lack of such information or services shall be waived. § 2.2.5 Contractor will be furnished, free of charge, five (5) copies of Drawings and Project Manuals, and one (1) electronic copy. The Contractor will be furnished, at its sole cost and expense, as many additional copies as it may require, § 2.3 OWNER'S RIGHT TO STOP THE WORK § 2.3.1 If the Contractor fails to correct nonconforming or defective Work, fails to correct Work which is not in accordance with the Contract Documents, or fails to carry out Work in accordance with the Contract Documents, then the Owner may issue a written order to the Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, the right of the Owner to stop the Work shall not give rise to a duty on the part of the Owner to exercise this right for the benefit of the Contractor or any other person or entity. The Authorized Owner's representative having the legal right to stop the Work shall be limited to the Owner's Superintendent of Schools or designee. § 2.40WNER'S RIGHT TO CARRY OUT THE WORK § 2.4.1 if the Contractor defaults or neglects to carry out the Work in accordance with the Contract Documents and fails within a seven-day period after receipt of written notice from the Owner to commence and continue correction of such default or neglect with diligence and promptness, the Owner may after such seven-day period give the Contractor a second written notice to correct such deficiencies within a three-day period. If the Contractor, within such three-day period after receipt of such second notice, fails to commence and continue to correct any deficiencies, the Owner may, without prejudice to other remedies the Owner may have, correct such deficiencies. In such case an appropriate Change Order shall be issued deducting from payments then or thereafter due the Contractor the reasonable cost of correcting such deficiencies, including Owner's expenses and compensation for the services of the Architect, Owner's Designated Representative, and other consultants' additional services made necessary by such default, neglect, or failure. Such action by the Owner and amounts charged to the Contractor are both subject to prior approval of the Architect. If payments then or thereafter due the Contractor are not sufficient to cover such amounts, the Contractor shall pay the difference to the Owner. § 2.4.2 After the Work is complete the Owner may make emergency repairs to the Work if necessary, to prevent further damage, or if the Contractor does not promptly respond to a notice of a condition requiring repairs. Contractor shall be responsible to Owner for this cost if the reason for the repairs is defects in Contractor's Work. If payments then or thereafter due the Contractor are not sufficient to cover such costs, the Contractor shall pay the difference to the Owner. Itllt. AIA DocumentA201e- zoo?. Copyrightm 1911, 1915, 1916, 1925, 1937, 1951, 1958, 1981, 1963, 1966, 1970 1976, 1987 1997 and 2007 by The American Instlute of Architects- AN rights reserved. The 'American Institute of Architects,' 'AIA,` the AIA L:x_ju• 'A201"an,: -.IA Cc o,+:; i .,cumem,. are registered 14 teademoiks and may not be used •.rodrout permission Th s document was produced by AIA software at 09.22:211 ET on 011072022 under Order No 8545826211 ! which expires on 0712.4r2022, {s not for resale is licensed for one-time use only. and may only be used in accordance with the AIA Contract Documents' Terms of Service To report copyright violations. e-mail copyrightl@ara.org User Notes: (2037860656) § 2.5 OWNER'S OCCUPANCY § 2.5.1 Contractor agrees that the Owner may place and install as much equipment and furnishings during the progress of the building as is possible before completion of the various parts of the Work, or may occupy portions of the Work before substantial completion of the entire Work, and further agrees that such placing and installing of equipment and furnishings or occupancy of portions of the Work shall not in any way evidence the substantial completion of the entire Work, or signify Owner's acceptance of the Work, nor does it affect claims for liquidated damages in case Substantial Completion is not achieved as required unless the failure to reach Substantial Completion is the result of the early move -in or occupancy. Owner will assume the responsibility for any damages to the Work directly caused by such occupancy. ARTICLE 3 CONTRACTOR § 3.1 GENERAL § 3.1.1 The Contractor is the person or entity identified as such in the Agreement and is referred to throughout the Contract Documents as if singular in number. The Contractor shall be lawfully licensed, if required in the jurisdiction where the Project is located. The Contractor shall designate in writing a representative who shall have express authority to bind the Contractor with respect to all matters under this Contract. The term "Contractor" means the Contractor or the Contractor's authorized representative, § 3.1,2 The Contractor shall perform the Work in accordance with the Contract Documents. § 3.1.3 The Contractor shall not be relieved of obligations to perform the Work in accordance with the Contract Documents either by activities or duties of the Architect in the administration of the Contract, or by tests, inspections or approvals required or performed by persons or entities other than the Contractor. § 3.2 REVIEW OF CONTRACT DOCUMENTS AND FIELD CONDITIONS BY CONTRACTOR § 3.2.1 The Contractor shall not be entitled to any additional time or compensation for any additional work caused by the Contractor's fault, improper construction, or by Contractor's failure to carefully study and compare the Contract Documents to actual observable site conditions prior to execution of the Work, Since the Contract Documents are complementary, before starting each portion of the Work, the Contractor shall carefully study and compare the various Drawings and other Contract Documents relative to that portion of the Work, as well as the information furnished by the Owner pursuant to Subparagraph 2.2.3, shall take field measurements of any existing conditions related to that portion of the Work and shall observe any conditions at the site affecting it, These obligations are for the purpose of facilitating construction by the Contractor and are not for the purpose of discovering errors, omissions, or inconsistencies in the Contract Documents; however, any errors, inconsistencies or omissions discovered by the Contractor shall be reported promptly to the Architect as a request for information in such form as the Architect may require. The Contractor shall not be liable to the Owner or Architect for damages resulting from errors, inconsistencies or omissions in the Contract Documents unless the Contractor recognized, or in accordance with the standard of care for a General Contractor, should have recognized, such error, inconsistency or omission and failed to report it to the Architect. § 3.2.2 Any design errors or omissions noted by the Contractor during this review shall be reported promptly to the Architect, but it is recognized that the Contractor's review is made in the Contractor's capacity as a contractor and not as a licensed design professional unless otherwise specifically provided in the Contract Documents. Neither the Owner nor the Contractor is required to ascertain that the Contract Documents are in accordance with applicable laws, statutes, ordinances, building codes, and rules and regulations, but any nonconformity discovered by or which in accordance with the standard of care for a General Contractor, should have been discovered by the Contractor or made known to the Contractor shall be reported promptly to the Architect, § 3.2.3 If the Contractor has knowledge that any of the products or systems specified will perform in a manner that will limit the Contractor's ability to satisfactorily perform the Work or to honor his warranty, or will result in a limitation or interference with the Owner's intended use, then the Contractor shall promptly notify the Architect and Owner in writing, providing substantiation for his position. Any necessary changes, including substitution of materials, shall he accomplished by appropriate modification, If the Contractor fails to perform the obligations of Subparagraphs 3.2.1 and 3.2.2, the Contractor shall pay such costs and damages to the Owner as would have been avoided if the Contractor had performed such obligations. The Contractor shall not be liable to the Owner or Architect for damages resulting from errors, inconsistencies or omissions in the Contract Documents or for differences between field measurements or conditions and the Contract Documents unless the Contractor recognized in accordance with InfL ALA Document A2010- too?, Copyright O 1914, 1916 1918, 1925 1937, 1951, 1958, 1961, 1863, 1966, 1970, 1976, 1987, 1997 and 2007 by The American Institute of Architects. All rights reserved. The'Amencan Institrue of Architects,' 'AIA ' the AIA Logo 'A201," and "AIA Contract Documents' are registered 1 trademarks and may not be used without permission This document was produced by AIA software at 09:22 28 ET on 01/07/2022 under Order No.8545626211 1 which expires on 07/24/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents" Terms of Service. To report copyright violations, e-mail copy6ght@ala.org User Notes: (2037860656) the standard of care fora General Contractor, should have recognized such error, inconsistency, omission or difference and knowingly failed to report it to the Architect. § 3.2.4 Prior to performing any Work, and only if applicable, Contractor shall locate all utility lines as shown and located on the plans and specifications, including telephone company lines and cables, sewer lines, water pipes, gas lines, electrical lines, including, but not limited to, all buried pipelines and buried telephone cables, and shall perform any Work in such a manner so as to avoid damaging any such lines, cables, pipes, and pipelines. In addition, Contractor shall independently determine the location of same. Contractor shall be responsible for any damage done to such utility lines, cables, pipes and pipelines during its construction work, and shall be responsible for any loss, damage, or extra expense resulting from such damage. The Contractor and each Subcontractor shall evaluate and satisfy themselves as to the conditions and limitations under which the Work is to be performed, including: .l the location, condition, layout and nature of the Project site and surrounding areas, .2 generally prevailing climatic conditions, .3 anticipated labor supply and costs, .4 availability and cost of materials, tools and equipment and .5 other similar issues. § 3.2.6 Notwithstanding the delivery of survey or other document by the Owner, Contractor shall perform all work in such a non -negligent manner so as to avoid damaging any utility lines, cables, pipes or pipeline on the property. Contractor shall be responsible for any damage done to such lines, cables, pipes and pipelines during its construction work resulting from its negligent conduct. § 33 SUPERVISION AND CONSTRUCTION PROCEDURES § 3.3.1 The Contractor shall supervise and direct the Work, using the Contractor's best skill and attention. The Contractor shall be solely responsible for, and have control over, construction means, methods, techniques, sequences and procedures and for coordinating all portions of the Work under the Contract, Unless the Contract Documents give other specific instructions concerning these matters. If the Contract Documents give specific instructions concerning construction means, methods, techniques, sequences or procedures, the Contractor shall evaluate the jobsite safety thereof and, except as stated below, shall be fully and solely responsible for the jobsite safety of such means, methods, techniques, sequences or procedures. If the Contractor determines that such means, methods, techniques, sequences or procedures may not be safe, the Contractor shall give timely written notice to the Owner and Architect and shall not proceed with that portion of the Work without further written instructions from the Architect, if the Contractor is then instructed to proceed with the required means, methods, techniques, sequences or procedures without acceptance of changes proposed by the Contractor, the Owner shall be solely responsible for any loss or damage arising solely from those Owner -required means, methods, techniques, sequences or procedures. Contractor shall bear responsibility for design and execution of acceptable trenching and shoring procedures, in accordance with Texas Government Code, Section 2166.303 and Texas Health and Safety Code, Subchapter C, Sections 756.021, et seq. § 3.3.2 The Contractor shall be responsible to the Owner for acts and omissions of the Contractor's employees, Subcontractors and their agents and employees, and other persons or entities performing portions of the Work for, or on behalf of, the Contractor or any of its Subcontractors. It is understood and agreed that the relationship of Contractor to Owner shall be that of an independent Contractor. Nothing contained herein or inferable here from shall be deemed or construed to (1) make Contractor the agent, servant or employee of the Owner, or (2) to create any partnership, joint venture, or other association between Owner and Contractor. Any direction or instruction by Owner or any of its authorized representatives in respect to the Work shall relate to the results the Owner desires to obtain from the Work, and shall in no way affect Contractor's independent Contractor status described herein. As part of that responsibility, Contractor shall enforce the Owner's alcohol -free, drug -free, tobacco -free, harassment -free and weapon -free policies and zones, which will require compliance with those policies and zones by Contractor's employees, subcontractors, and all other persons eanying out the Contract. Contractor shall require all construction workers, whether Contractor's own forces or the forces of Contractor's subcontractors, while on Owner's property, to refrain from committing any criminal conduct, using tobacco products, possessing or drinking alcoholic beverages, possessing or using illegal drugs or any controlled substance, carrying weapons, speaking profane and/or offensive language, or engaging in any inappropriate interactions of any nature whatsoever with students, and teachers, staff and visitors, including talking, touching, staring or otherwise contributing to a hostile or offensive environment for Owner's students and staff. All areas of campus, other than the defined construction area, shall be off limits to Contractor's forces, unless their work assignment specifies otherwise. Contractor shall also require adequate and appropriate dress and identification of Contractor's employees, subcontractors, and all other persons carrying out the Work. The Contractor shall further Init. AIA DocumentA201°- 2007, Copyright® 1911, 1915. 1918, 1926, 1937, 1951, 1958, 1961, 1963. 1966, 1970. 1976. 1987, 1997 and 2007 by The American Institute of Architects_ All rights reserved The'American Institute of Architects,' `AIA ' tho AIA lcgo 'A?0 t - end ,IA Co :n:.! Documents .,* :r,;.s!..red 16 tradamarhs and may not be used without permission This document was produced by AIA software at 09:22:26 ET on 01NM022 under Order Nor8545828211 f which expires on 07/2412022, is not for resale. Is licensed for one-time use oNy, and may only be used .n accordance with the AIA Contract Documentse Terms or Service To report copyright violations, e-mail copydght(Mala org User Not", (2037860656) ensure that no on -site fraternization shall occur between personnel under the Contractor's and Subcontractor's direct or indirect supervision and Owner's students or employees and the general public. Failure of an individual to adhere to these standards of conduct shall result in the immediate termination of the employment of the offending employee from all construction on any of Owner's property and immediate removal from the site. § 3.3.3 The Contractor shall be responsible for inspection of portions of Work already performed to determine that such portions are in proper condition to receive subsequent Work. § 3.3.4 Contractor shall execute the Work in a good and workmanlike manner, continuously and diligently in accordance with generally accepted standards of construction. § 3.3.5 The Contractor shall review Subcontractor safety programs, procedures, and precautions in connection with performance of the Work. However, the Contractor's duties shal I not relieve any Subcontractor(s) or any other person or entity (e.g., a supplier), including any person or entity with whom the Contractor does not have a contractual relationship, of their responsibility or liability relative to compliance with all applicable federal, state, and local laws, rules, regulations, and ordinances which shall include the obligation to provide for the safety of their employees, persons, and property and their requirements to maintain a work environment free of recognized hazards. The foregoing notwithstanding, the requirements of this Paragraph are not intended to impose upon the Contractor any additional obligations that the Contractor would not have under any applicable state or federal laws, including, but not limited to, any rules, regulations, or statutes pertaining to the Occupational Safety and Health Administration. § 3.4 LABOR AND MATERIALS § 3.4.1 Unless otherwise provided in the Contract Documents, the Contractor shall provide and pay for labor, materials, equipment, toots, construction equipment and machinery, water, heat, utilities, transportation, and other facilities and services necessary for proper execution and completion of the Work, whether temporary or permanent and whether or not incorporated or to be incorporated in the Work. § 3.4.2 Except in the case of minor changes in the Work authorized by the Architect in accordance with Sections 3,12.8 or 7.4, the Contractor may make substitutions only with the consent of the Owner, after evaluation by the Architect and Owner's Designated Representative. § 3.4.3 The Contractor shall enforce strict discipline and good order among the Contractor's employees and other persons carrying out the Work. The Contractor shall not permit employment of unfit persons or persons not properly skilled in tasks assigned to them. Contractor must give advance notice to the Owner if the person or an owner or operator of the business entity has been convicted of a felony. The notice must include a general description of the conduct resulting in the conviction of a felony. The Owner may terminate this Agreement pursuant to Article 14 Termination if the Owner determines that the person or business entity failed to give notice as required by this paragraph or misrepresented the conduct resulting in the conviction. This paragraph requiring advance notice does not apply to a publicly held corporation. THE CONTRACTOR RELEASES, INDEMNIFIES AND HOLDS HARMLESS THE OWNER FOR CONTRACTOR'S FORCES' NON-COMPLIANCE WITH OWNER'S DRUG -FREE, ALCOHOL -FREE, WEAPON -FREE, HARASSMENT -FREE, AND TOBACCO -FREE ZONES OR CONTRACTOR'S FORCES' NON-COMPLIANCE WITH CRIMINAL LAW, § 3.4.4 Contractor shall certify compliance with Texas Education Code 22.0834 and Education Commissioner's rules regarding criminal history record review for all employees, applicants for employment, agents or subcontractors of the Contractor. Additionally, the Contractor will obtain criminal history record information that relates to an employee, applicant for employment, agent or subcontractor of the Contractor if the employee, applicant, agent or subcontractor has or will have continuing duties related to the contracted services; and the duties are or will be performed on school property or at another location where students are regularly present. Using the form attached to this agreement as Exhibit "A", the Contractor shall certify to the Owner before beginning work and at no less than on an annual basis thereafter that criminal history record information has been obtained. Contractor shall assume all expenses associated with the background checks and shall immediately remove any employee or agent who was convicted of a felony, or misdemeanor involving moral turpitude, as defined by Texas law, from Owner's property or other location where students are regularly present. Owner shall be the final decider of what constitutes a "location where students are regularly present." Contractor's violation of this section shall constitute a substantial failure under Article 14. Init. AIA DocumentA2010- 2oo7. Copyright 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 19e7. 1997 and 2007 by The American Institute of Architects. AN rights reserved The 'American Institute of Architects.' 'AIA,' the AIA Logo, A201 " and AIA Contract Documents' are registered 7 trademarks and may not be used without permission This document was produced by AIA software at 09:22:28 ET on 0110712022 under Order No.8545826211 1 which expires on 07124/2022. is not for resale, is licensed for one-time use only, and may only be used In accordance with the AIA Contract Documents° Terms of Service, To report copyright violations, a -mail copyright®aia.org. User Notes: (2037860656) § 3.4.51Fthe Contractor is the person or owner or operator of the business entity, that individual may not self -certify regarding the criminal history record information and its review and must submit original evidence acceptable to the Owner with this Agreement showing compliance. § 3.5 WARRANTY § 3.5.1 The Contractor warrants to the Owner and Architect that materials and equipment furnished under the Contract will be of good quality and new unless the Contract Documents require or permit otherwise. The Contractor further warrants that the Work will conform to the requirements of the Contract Documents and will be free from defects., Work, materials, or equipment not conforming to these requirements, including substitutions not property approved and authorized, may be considered defective. The Contractor's warranty excludes remedy for damage or defect caused by abuse, alterations to the Work not executed by the Contractor, improper or insufficient maintenance, unless such maintenance is Contractor's responsibility, improper operation, or nomtal wear and tear. If required by the Architect, the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. The warranties set out in this Subparagraph are not exclusive of any other warranties or guarantees set out in other places in the Contract Documents or implied under applicable law, § 3.5,2 Contractor shall certify that the Project has been constructed in conformance with the Architect's or Engineer's plans, specifications, and Contract Documents, as modified from time to time pursuant to the terms of the Contract Documents. Contractor shall fully complete a "Certification of Project Completion" as required by 19 Texas Administrative Code Section 61.1036(c)(3)(F). The Contractor shall deliver to the Owner its written guarantee, in the form attached to this contract as Exhibit "B"( ],guaranteeing all of the work under the contract to be free from faulty materials in every particular, and free from improper workmanship, and against injury except from proper and usual wear and tear; and agreeing to replace or re -execute without cost to the Owner such work as may be found to be improper, imperfect or of unsatisfactory material and/or workmanship, without cost to the Owner, and to make good all damage caused to other work or materials, or to the Owner's property, real and personal, due to such improper, imperfect or faulty material and/or workmanship, and/or due to the required replacement or re -execution. Such warranty periods shall be maintained not withstanding that certain systems may be activated prior to Substantial Completion as required for the satisfactory completion of the project. This guarantee shall be made to cover a period of one (1) year from the date of Substantial Completion as certified by the Architect under this Contract. This guarantee must be furnished to the Owner and approved by it before acceptance and final payment is made. Upon written notice from the Owner, the Contractor shall promptly remedy defects as covered by his guarantee. If Contractor does not respond to Owner's written notice, either by beginning corrective work or notifying the Owner in writing stating when work will begin, within ten (10) days of receipt, the Owner may take measures to correct the work himself and Contractor will be obligated to reimburse Owner's costs. If notice of defects covered by warranty are given in writing to the Contractor on a timely basis, the obligation to provide the warranty work may extend beyond the one-year warranty period until the warranty defect is remedied and accepted by the Owner. The Contractor shall provide warranty coverage to extend for the one (1) year period of the guarantee to insure performance under the terms of his obligation. The provisions of this paragraph shall be in addition to, and not in lieu of, any other rights and remedies available to the Owner. § 3.5.2.1 All required warranties on equipment, machinery, materials, or components shall be submitted to the Architect on the manufacturer's or supplier's approved forms at the time of Substantial Completion. § 3.5.3 When deemed necessary by the Owner and prior to installation of any item specifically made subject to a performance standard or regulatory agency standard under any provision of the Contract Documents, Contractor shall furnish proof of conformance to the Architect. Proof of conformance shall be in the form of 1 an affidavit from the manufacturer certifying that the item is in conformance with the applicable standard; or .2 an affidavit from a testing laboratory certifying that the product has been tested within the past year and is in conformance with the applicable standard; or .3 such further reasonable proof as is required by the Architect. t�l AIA Document A2010- 2o07, Copyrlght®1911, 1016, 1918. 1926, 1937, 1951, 1958, 1961, 1963� 1966, 1970, 1976, 1987. 1997 and 2007 by The American Institute of Architects. All rights reserved Tho'Afimrican 1;,!.oute of Archtects,' 'AlA the At;.- I ogre, "A201 - Wrier AIA Contrect DGcmu.ents we rc�rs ^,rc (8 ti,io, nrnrc.; :trid may not be used without porrrnssion This document was produced by AIA software at 0922:28 ET on 01/0712022 under Order No 8545826211 ! which expires on 07/24/2022, is not for resale, is licensed for one-time use only, and may only be used In accordance with the AIA Contract Documents• Terms of service To report copyright violations. e-mail copyright@aworg. User Notes: (2037860656) § 3.5.4 The warranties of Contractor provided in Subparagraph 3.5.1 and 3.5.2 shall in no way limit or abridge the warranties of the suppliers of equipment and systems which are to comprise a portion of the Work and all of such warranties shall be in form and substance as required by the Contract Documents. Contractor shall take no action or fail to act in any way which results in the termination or expiration of such third -party warranties or which otherwise results in prejudice to the rights of Owner under such warranties. Contractor agrees to provide all notices required for the effectiveness of such warranties and shall include provisions in the contracts with the providers and manufacturers of such systems and equipment whereby Owner shall have a direct right, but not a duty, of enforcement of such warranty obligations. § 3.5.5 Contractor and Owner acknowledge that the Project may involve construction work on more than one school building for the Owner. Each building, or approved phase of each building, shall have its own, separate, and independent date of substantial completion or final completion, Contractor shall maintain a complete and accurate schedule of the dates of substantial completion, dates upon which the one-year warranty on each phase or building, which is substantially complete, will expire, and dates of final completion. Contractor agrees to provide notice of the warranty expiration date to Owner and Architect at least one month prior to the expiration of the one (1) year warranty period on each building or each phase of the building that has been substantially completed. If Owner, Architect or Owner's Designated Representative discovers during the warranty period, deficiencies not previously reported, Contractor shall accompany the Owner, Architect, and Owner's Designated Representative on an inspection of such deficiencies and Contractor shall be responsible for correcting any such deficiencies not caused by the Owner or the use of the building. For extended warranties required by various sections, i.e. roofing, compressors, mechanical equipment, Owner will notify the Contractor of deficiencies and Contractor shall start remedying these defects within fifteen (15) days of initial notification from Owner. Contractor shall prosecute the work without interruption until accepted by the Owner and the Architect, even though such prosecution should extend beyond the limit of the warranty period. If Contractor fails to provide notice of the expiration of the one (1) year warranty period at least one month prior to the expiration date, Contractors warranty obligations described in this paragraph shall continue until such inspection is conducted and any deficiencies found in the inspection corrected. § 3.5.6 Contractor shall certify that the project has been constructed in accordance with the Contract Documents. Any work performed by the Contractor that is not in accordance with the Contract Documents is defective and a breach of this agreement unless this Owner has agreed in writing to waive the defect. The Contractor shall provide all reasonable assistance in achieving compliance with building code specifications, accessibility standards, and Texas Education Agency Commissioner's rules in the Work. § 3.6 TAXES § 3.6.1 The Contractor shall pay sales, consumer, use and similar taxes for the Work provided by the Contractor that are legally enacted when bids are received or negotiations concluded, whether or not yet effective or merely scheduled to go into effect. § 3.6.2 Fort Worth independent School District is an exempt organization as defined by the Limited Sales and Excise Use Tax Act of Texas. The Contractor may issue an exemption certificate in lieu of sales tax on the purchase, rental, or lease of all materials, supplies, equipment used or consumed and other tangible personal property incorporated into the property being improved by virtue of this Contract, as well as a]1 materials, supplies, equipment, and other tangible personal property used or consumed by the Contractor in performing this Contract with the Fort Worth Independent School District. The Contractor may issue exemption certificate(s) to its suppliers in lieu of said sales tax for all of said materials and supplies. The uses of said materials and supplies for which an exemption from the said sales tax is claimed and any such exemption certificates(s), shall comply with the applicable rulings of the State Comptroller. § 3,6.3 The Contractor shall be held to have studied all tax laws for the State of Texas, the County of Fort Worth, Texas and the City of Fort Worth, Texas, and shall pay all taxes for which he may be liable as a consumer or user ofgoods, or otherwise without addition to the contract price. The Contractor shall pay all sales, consumer, use and other similar taxes required by law. Init.AtA DocumentA2010- toor, CopyrightO 1911, 1916, 1918, 1925. 1937. 1951, 1958, 1961. 1963, 1966, 1970, 1976. 1987, 1997 and 2007 by The American Institute of Architects All rights reserved. The'Amencan Institute of Architects.-'AIA'the AIA Logo, 'A20I," and "AIA Contract Documents' are registered ) 9 trademarks and may not be used without permission This document was produced by AIA software at 09 22.28 ET on 01/07/2022 under Order No.8545826211 f which expires on 07/2412022. is not for resale, is ficansed for one-time use only, and may only be used in oocerdance with the AIA Contract Documents* Terms of Service. To report copyright violations, a -man copyright®aia org User Notes: (2037860656) § 3.6.4 Title to all purchased under a resale certificate shall vest in the District at the time of initial possession by the Owner's Designated Representative and shall be used only in performance of Services under this Agreement, Owner's Designated Representative shall cause such items to promptly be marked, labeled or otherwise physically identified as the District's property. Owner's Designated Representative shall cause items purchased under a resale certificate to send the receiving ticket to the District to be added to inventory before use by the Owner's Designated Representative. Any tangible personal property purchased under a resale certificate as described above not fully used up in the performance of the Services shall remain with the District. § 3.7 PERMITS, FEES, NOTICES ANO COMPLIANCE WITH LAWS § 3.71 Unless otherwise provided in the Contract Documents, the Contractor shall secure and pay for the building permit as well as for other permits, and governmental fees, licenses, and inspections by government agencies necessary for proper execution and completion of the Work that are customarily secured after execution of the Contract and which are legally required at the time bids are received or negotiations concluded. After Architect has filed the plans and specifications with the Texas Department of Licensing and Regulation, Architect shall notify Contractor that Contractor may make and submit the applications for the building permit. All connection charges or inspection fees as may be imposed by any municipal agency or utility company are included in the Contract Sum and shall be the Contractor's responsibility. § 3.7.1.1 Architect shall assist Contractor in obtaining an Occupancy Permit by accompanying governing officials during inspections, including the architectural barrier inspection and correction, of the Project, if requested to do so by the Owner's Designated Representative or Owner. Architect shall assist the Contractor in obtaining the Certificate of Occupancy prior to the issuance of the Certificate of Substantial Completion. § 3.7.1.2 The Contractor shall pay directly all temporary utility charges, tap charges, and water meter charges, without reimbursement from Owner. After consultation with the Owner, the Contractor shall also obtain all permits and approvals, and pay all fees and expenses, if any, associated with National Pollutant Discharge Elimination System (NPDES) regulations administered by the Environmental Protection Agency (EPA) and local authorities, if applicable, that require completion of documentation and/or acquisition of a "Land Disturbing Activities Permit" for the Project. Also, after consultation with the Owner, the Contractor shall also obtain all permits and approvals, and pay all fees and expenses, if any, associated with Storm Water Pollution Prevention and Pollution Control Plan (SWPPP) regulations administered by the Texas Commission on Environmental Quality (TCEQ) and local authorities. Contractor's obligations under this Paragraph may or may not require it to obtain or perform engineering services during the pre -construction phase to prepare proper drainage for the construction sites. Any drainage alterations made by Contractor during the construction process, which require the issuance of a permit, shall be at Contractor's sole cost. Reimbursable expenses shall not include any fines or penalties assessed against the Contractor, Contractor's subcontractors, the Project, or the Owner. § 3.7.2 The Contractor shall comply with and give notices required by applicable laws, statutes, ordinances, codes, rules and regulations, and lawful orders of public authorities applicable to performance of the Work. The Contractor shall procure and obtain all bonds required of the Owner or the Contractor by the municipality in which the Project is located or by any other public or private body with jurisdiction over the Project. In connection with such bonds, the Contractor shall prepare all applications, supply all necessary back-up material and furnish the surety with any required personal undertakings. The Contractor shall also obtain and pay all charges for all approvals for street closings, traffic control, parking meter removal and other similar matters as may be necessary or appropriate from time to time for the performance of the Work. § 3.7.3 It is neither the Contractor's nor the Owner's responsibility to ascertain that the Contract Documents are in accordance with applicable laws, statutes, ordinances, building codes, and rules and regulations. However, if the Contractor observes that portions of the Contract Documents arc at variance therewith, then the Contractor shall promptly notify the Architect, Owner's Designated Representative, and Owner in writing, and necessary changes may be accomplished, if appropriate, by appropriate Modification, (Paragraphs deleted) § 3.7.41f the Contractor performs Work knowing it to be contrary to laws, statutes, ordinances, building codes, and rules and regulations without such notice to the Architect, Owner's Designated Representative, and Owner, the Contractor shall assume appropriate responsibility for such Work and shall bear the costs attributable to correction. Init AIA Document A201°. too?. Copyrighlm 1911, 1915, 1918, 1925, 1937. 1951, 1955. 1961, 1963, 1966, 1970, 1976, 1987, 1997 and 2007 by The American Institute of Architects. All rights reserved, The'Amcncan lrms )twe at Awtrtecls,' -Ali, the AIA Lego. A201 ' and ;•. n. ContraU Docun±ants ;ire ra.�re.tereC .10 trademarks ar.d may not be used wilhrxA permission This document was produced by AIA software al 09 2228 ET on 01/07/2022 under Order No 6545826211 1 which expires an 07124/2022, is nal for resale Is licensed for one -lime use only, and may only be used ,n accordance with the AIA Contract Documents' Terms of Service. To reportcapyrighl violations, e-mail copyrlght(Maworg User Notes (2037560656) § 3.7.5The Owner shall pay directly to the relevant jurisdiction those fees presently called 'Storm Water Disposal Fees' to the water and sewage departments. Contractor shall ascertain amounts and advise Architect. Water meter charges shall be paid by the Contractor. § 3.7.6 The Contractor shall be responsible for timely notification to and coordination with all utility companies regarding the provision of or revising of services to the Project. The Contractor shall inform the Architect and Owner's Designated Representative at once when the Owner's participation is required. Connections for temporary and permanent utilities and payment for temporary utilities services required for the Work, whether the Work is new construction or renovation of an existing facility, are the responsibility of the Contractor unless otherwise agreed. If the Work is new construction, payment for temporary and/or permanent utility services shall be the responsibility of the Contractor until Substantial Completion. § 3.8 ALLOWANCES § 3.8.1 The Contractor shall include in the Contract Sum all allowances stated in the Contract Documents. Items covered by allowances shall be supplied for such amounts and by such persons or entities as the Owner may direct. § 3.8.2 Unless otherwise provided in the Contract Documents, .1 Allowances shall cover the cost to the Contractor of materials and equipment delivered at the site and all required taxes, less applicable trade discounts; .2 Contractor's costs for unloading and handling at the site, labor, installation costs, overhead, profit, bond insurance and other expenses contemplated for stated allowance amounts shall be included in the Contract Sum but not in the allowances; and .3 Whenever costs are more than or less than allowances, the Contract Sum or the Owner's Contingency, at Owner's discretion, shall be adjusted accordingly. The amount of the adjustment shall reflect (1) the difference between actual costs and the allowances under Section 3.8.2.1 and (2) changes in Contractor's costs under Section 3.8,2.2. § 3.8.3 Materials and equipment under an allowance shall be selected by the Owner to avoid delays in the Work (provided that if a decision is needed to avoid delay, Contractor shall notify Architect and Owner's Designated Representative in writing sufficiently in advance of needed date to allow reasonable time for selections to be made). § 3.9 SUPERINTENDENT § 3.9.1 The Contractor shall employ a competent superintendent and necessary assistants who shall be in attendance at the Project site during performance of the Work. The superintendent shall represent the Contractor, and communications given to the superintendent shall be as binding as if given to the Contractor, Important communications shall be confirmed in writing. Other communications shall be similarly confirmed on written request in each case. Notwithstanding the foregoing, Contractor shall keep on the job the superintendent approved by Owner who shall not be transferred from the Work without Owner's consent (which shall not be unreasonably withheld). However, such obligation to furnish the superintendent shall not be construed (1) to preclude the promotion within Contractor's organization of any person assigned to Work or(2) to give rise to any liability of Contractor if any person assigned to the Work leaves Contractor's employ, Contractor shall provide an adequate staff for the proper coordination and expedition of the work. Owner reserves the right to require Contractor to dismiss from the work any employee or employees that Owner may deem incompetent, careless, insubordinate, or in violation of any provision in these Contract Documents, This provision is applicable to subcontractors, sub -subcontractors and their employees. All of Contractor's and Subcontractor's personnel shall comply with all applicable health, safety, and loss prevention rules of applicable authorities. Contractor shall, at its own expense, remove from the Work any person who fails to comply with such rules and instructions in any material respect. (Pe ragraphs deleted) § 3.10 CONTRACTOR'S CONSTRUCTION SCHEDULES § 3.10.1 The Contractor, promptly after being awarded the Contract, shall prepare and submit for the Owner's and Architect's information a Contractor's construction schedule for the Work, A detailed, critical path method schedule format shall be used for the Contractor's construction schedule with thorough updates to the schedule prepared at least monthly. All schedule updates shall address the subject of how the Contractor intends to address any critical path delays previously encountered. The schedule and all updates should address submittal activities as well as actual Feld construction activities. The schedule shall not exceed time limits current under the Contract Documents, shall be revised at appropriate intervals as required by the conditions of the Work and Project, shall be related to the entire InH AIA DocumentA201•- 2007. Copyright01911, 1915. 1918. 1926. 1937. 1951, 1958, 1961, 1963, 1956. 1970. 1976. 1987, 1997 and 2007 by The American Institute oI Architacta. At rights reserved. The'American Institute of Archhects,-'AIA,' the AIA Logo "A201 and "AIA Contract Documents" are registered Z1 trademarks and may not be used without permission This document was produced by AIA software at 09:22:28 ET on 01/07/2022 under Order No 6545826211 r which expires on 0712412022, is not for resale, is licensed for one-time use only, and may *My be used in accordance with the AIA Contract DocumentO Terms of Service. To report copyright violations, e-mail eopyright®ara org User Notes: (2037860656) Project to the extent required by the Contract Documents, and shall provide for expeditious and practicable execution of the Work. § 3.10.2 The Contractor shall prepare and keep current, for the Architect's and Owner's Designated Representative's approval, a schedule of submittals which is coordinated with the Contractor's construction schedule and allows the Architect and Owner's Designated Representative reasonable time to review submittals. § 3.10.3 The Contractor shall perform the Work in general accordance with the most recent schedules submitted to the Owner, the Owner's Designated Representative, and Architect. § 3.10.4 The process of approving Contractor's schedules and updates to Contractor's schedule shall not constitute a warranty by the Owner that any non -Contractor milestones or activities will occur as set out on Contractor's schedule. Approval of a Contractor's schedule does not constitute a commitment by the Owner to furnish any Owner -furnished information or material any earlier than Owner would otherwise be obligated to furnish that information or material under the Contract Documents. Failure of the Work to proceed in the sequence scheduled by Contractor shall not alone serve as the basis for a Claim for additional compensation or time. In the event there is interference with the Work, which is beyond its control, Contractor shall attempt to reschedule the Work in a manner that will hold resulting additional time and costs to a minimum. The construction schedule shall be in a detailed format satisfactory to the Owner, the Architect and Owner's Designated Representative. If not accepted, the construction schedule shall be promptly revised by the Contractor in accordance with the recommendations of the Owner, Owner's Designated Representative, and the Architect and re -submitted for acceptance. The Contractor shall monitor the progress of the Work for conformance with the requirements of the construction schedule and shall promptly advise the Owner of any delays or potential delays. The accepted construction schedule shall be updated to reflect actual conditions (sometimes referred to in these Supplementary Conditions as progress reports) as set forth in Subparagraph 3.10.1 or if requested by either the Owner or the Architect. In the event any progress report indicates any delays, the Contractor shall propose a recovery schedule to correct the delay, including overtime and/or additional labor, if necessary. In no event shall any progress report constitute an adjustment in the Contract Time, any Milestone Date or the Contract Sum unless any such adjustment is agreed to by the Owner and authorized pursuant to Change Order. § 3.10.5 Not Used § 3.10.6 The Owner shall have the right to reschedule the time of day for the performance of any part of the Work that may interfere with the operation of the Owner's premises or any tenants or invitees thereof. The Contractor shall, upon the Owner's request, reschedule any portion of the Work affecting operation of the premises during hours when the premises are not in operation. Any rescheduling of performance of the Work under this Subparagraph 3.10,6 may be grounds for an extension of the Contract Time, if permitted under Subparagraph 8.3.1, and an equitable adjustment in the Contract Sum, if: 1) the performance of the Work was properly scheduled by the Contractor in compliance with the requirements of the Contract Documents, 2) such rescheduling is required for the convenience of the Owner and is not attributable to any act or omission of Contractor. § 3.11 DOCUMENTS AND SAMPLES AT THE SITE § 3.11.1 The Contractor shall maintain at the site for the Owner one record redlined copy of the Drawings, Specifications, Addenda, Change Orders and other Modifications, in good order and marked currently to record field changes and selections made during construction, and one record copy of approved Shop Drawings, Product Data, Samples and similar required submittals. These shall be available to the Architect and shall be delivered to the Architect for submittal to the Owner upon completion of the Work as a record of the Work as constructed. § 3.11.2 In addition to any other requirement in the Contract Documents and prior to installation, Contractor is to furnish or cause subcontractor to furnish, for the Owner and Architect's written approval, a physical sample of each specified item, product, fixture or device which is visible by the general public and/or attached to an architecturally finished surface, Samples shalt be suitably labeled, adequately protected and properly stored at the site. Samples which are approved and undamaged will be considered to be suitable for incorporation into the Work. Init. AIA Document A2010_ tool. Copyright® 1911, 1915, 1918, 1925, 1937, 1951, 1956, 1961, 1961 11966, 19M 1976. 1987, 1997 and 2007 by The American Institute of Architects All rights reserved. The 'Amencan Instlute of Architects " -AIA,' the AIA logo. 'A201 'and AIA Contract Documents' are registered 22 trademarks and may not be used without permission This document was produced by AIA software at 09,22:28 ET on 01/07/2022 under Order No 8545826211 which expires on 07/2412022. Is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documentse Temm of Service_ To report copyright violations, e-mail copyright@aia.org. User Notes: (2037660656) § 3.12 SHOP DRAWINGS, PRODUCT DATA AND SAMPLES § 3.12.1 Shop Drawings are drawings, diagrams, schedules and other data specially prepared for the Work by the Contractor or a Subcontractor, Sub -subcontractor, manufacturer, supplier or distributor to illustrate some portion of the Work. § 3.12.2 PRODUCT DATA Product Data are illustrations, standard schedules, performance charts, instructions, brochures, diagrams and other information furnished by the Contractor to illustrate materials or equipment for some portion of the Work. § 3.12.3 SAMPLES Samples are physical examples that illustrate materials, equipment or workmanship and establish standards by which the Work will be judged. § 3.12.4 Shop Drawings, Product Data, Samples and similar submittals are not Contract Documents. Their purpose is to demonstrate the way by which the Contractor proposes to conform to the information given and the design concept expressed in the Contract Documents for those portions of the Work for which the Contract Documents require submittals. Review by the Architect is subject to the limitations of Section 4.2.7. Informational submittals upon which the Architect is not expected to take responsive action may be so identified in the Contract Documents. Submittals that are not required by the Contract Documents may be returned by the Architect without action. § 3.12.3 The Contractor shall review for compliance with the Contract Documents, approve and submit to the Architect Shop Drawings, Product Data, Samples and similar submittals required by the Contract Documents in accordance with the submittal schedule approved by the Architect or, in the absence of an approved submittal schedule, with reasonable promptness and in such sequence as to cause no delay in the Work or in the activities of the Owner or of separate contractors. § 3.12.6 By submitting Shop Drawings, Product Data, Samples and similar submittals, the Contractor represents to the Owner and Architect that the Contractor has (1) reviewed and approved them, (2) determined and verified materials, field measurements and field construction criteria related thereto, or will do so and (3) checked and coordinated the information contained within such submittals with the requirements of the Work and of the Contract Documents. § 3.12.7 The Contractor shall perform no portion of the Work for which the Contract Documents require submittal and review of Shop Drawings, Product Data, Samples or similar submittals until the respective submittal has been approved by the Architect. § 3.12.8 The Work shall be in accordance with approved submittals except that the Contractor shall not be relieved of responsibility for deviations from requirements of the Contract Documents by the Architect's approval of Shop Drawings, Product Data, Samples or similar submittals unless the Contractor has specifically informed the Architect in writing of such deviation at the time of submittal and (1) the Architect has given written approval to the specific deviation as a minor change in the Work, or (2) a Change Order or Construction Change Directive has been issued authorizing the deviation. The Contractor shall not be relieved of responsibility for errors or omissions in Shop Drawings, Product Data, Samples or similar submittals by the Architect's approval thereof. § 3.12.9 The Contractor shall direct specific attention, in writing or on resubmitted Shop Drawings, Product Data, Samples or similar submittals, to revisions other than those requested by the Architect on previous submittals. In the absence of such written notice, the Architect's approval of a resubmission shall not apply to such revisions. § 3.12.10 The Contractor shall not be required to provide professional services that constitute the practice of architecture or engineering unless such services are specifically required by the Contract Documents for a portion of the Work or unless the Contractor needs to provide such services in order to carry out the Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. The Contractor shall not be required to provide professional services in violation of applicable law. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of the Contractor by the Contract Documents, the Owner and the Architect will specify all performance and design criteria that such services must satisfy. The Contractor shall cause such services or certifications to be provided by a properly licensed design professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, Shop Drawings and other submittals prepared by such professional. Shop Drawings and other submittals related to the Work In{t. AIA DoeumentA201e- Zoor. Copyright m 1911, 1915, 1918, 1925, 1937, 1951� 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997 and 2007 by The American Institute of Architects All rights reserved. The'Americen Institute of Architects," 'AIA," the ALA Logo, W01," end 'AIA Contract Documents' are registered 23 trademarks radearks and may not be used without permission This document was produced by AIA software at 09,22:28 ET on 0U'07/2022 under order No-8545826211 which expires on 07124/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents' Terms o1 Service To report copyright violations, e-mail eopyright@aia.org. User Notes: 120378606561 designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to the Architect. The Owner and the Architect shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications and approvals performed or provided by such design professionals, provided the Owner and Architect have specified to the Contractor all performance and design criteria that such services must satisfy. Pursuant to this Section 3.12.10, the Architect will review, approve or take other appropriate action on submittals only for the limited purpose of checking for conformance with information given and the design concept expressed in the Contract Documents. The Contractor shall not be responsible for the adequacy of the performance and design criteria specified in the Contract Documents. The Contractor shall not be responsible for the adequacy of the performance or design criteria required by the Contract Documents. A registered architect must prepare plans and specifications for al the Work, as governed by the Texas Occupations Code Chapter 1051; and a registered engineer must prepare plans, specifications and estimates for all Work governed by Texas Occupations Code Chapter 1001. In the event that Contractor retains a licensed design professional under the terms of this paragraph, Contractor shall require that the licensed design professional carry comprehensive general liability and errors and omissions insurance coverage in the same amounts and forms as required of the Architect on this Project. In the event that the licensed design professional retained by the Contractor will be conducting on -site services or observations, the licensed design professional shall also carry worker's compensation insurance and comprehensive automobile liability in the same amounts and forms as required of the Architect on this Project. § 3.12.11 The Contractor represents and warrants that all shop drawings shall be prepared by persons and entities possessing expertise and experience in the trade for which the shop drawing is prepared and, if required by the Architect or applicable law, by a licensed engineer, § 3.13 USE OF SITE § 3.13.1 The Contractor shall confine operations at the site to areas permitted by applicable laws, statutes, ordinances, codes, rules and regulations, and lawful orders of public authorities and the Contract Documents and shall not unreasonably encumber the site with materials or equipment. When the Work is to be performed at an existing school location, Contractor shall schedule and perform the Work in a manner that does not compromise the safety to school students, faculty and staff, and does not unreasonably disrupt or interfere with the continuing normal routine of the school. If School Operations Parameters Statement is a part of the Contract Documents, Contractor will comply with its terms, at no increase in price, § 3.13,2 Only materials and equipment which are to be used directly in the Work shall be brought to and stored on the Project site by the Contractor. After equipment is no longer required for the Work, it shall be promptly removed from the Project site. Protection of construction material and equipment stored at the Project site from weather, theft, damage and all other adversity is solely the responsibility of the Contractor. § 3.13,3 The Contractor and any entity for whom the Contractor is responsible shall not erect any sign on the Project site without the prior written consent of the Owner, § 3.13.4 Contractor shall ensure that the Work, at all times, is performed in a manner that affords the Owner reasonable access, both vehicular and pedestrian, to the site of the Work and all adjacent areas. The Work shall be performed, to the fullest extent reasonably possible, in such a manner that public areas adjacent to the site of the Work shall be free from all debris, building material and equipment likely to cause hazardous conditions. Without limitation of any other provision of the Contract Documents, Contractor shall use its best efforts to minimize any interference with the occupancy or beneficial use of 1) any area and buildings adjacent to the site or the Work or 2) the building in the event of partial occupancy. § 3.13.5 Without prior approval of the Owner, the Contractor shall not permit any workers to use any existing facilities at the Project site, including, without limitation, lavatories, toilets, entrance and parking areas other than those designated by the Owner. Without limitation of any other provision of the Contract Documents, the Contractor shall use its best efforts to comply with all rules and regulations promulgated by the Owner in connection with the use and occupancy of the Project site and the Building, as amended from time to time. § 3.14 CUTTING AND PATCHING § 3.14.1 The Contractor shall be responsible for cutting, fitting or patching required to complete the Work or to make its parts fit together properly. Init. AIA bocuawntA201°- 2007. Copyright ?✓ 1911, 1915, 1918, 1925, 1937. 1951. 1958. 1961, 1963, 1966, 1970, 1976. 1907, 1997 and 2007 by The American Institute of Architects. AN rights reserved_ The 'American Inatitute o1 Architects "'AIA,' the AIA Logo. 'A201," and AIA Contract Documents' are registered 24 trademarks and may not be used without permission This document was produced by AIA software at 09:22:28 ET on 01/0712022 under Order No 8545a2621 t 1 which expires on 0712412022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documentst Terms of Service. To report copyright violations, e-mail copyright@aia.org. user Notes: (2037860656) § 3.14.2 The Contractor shall not damage or endanger a portion of the Work or fully or partially completed construction of the Owner or separate contractors by cutting, patching or otherwise altering such construction, or by excavation. The Contractor shall not cut or otherwise alter such construction by the Owner or a separate contractor except with written consent of the Owner and of such separate contractor; such consent shall not be unreasonably withheld. The Contractor shall not unreasonably withhold from the Owner or a separate contractor the Contractor's consent to cutting or otherwise altering the Work, § 3.15 CLEANING UP § 3.15.1 On a daily basis the Contractor shall keep the premises and surrounding area free from accumulation of waste materials or rubbish caused by operations under the Contract. At completion of the Work, the Contractor shall remove from and about the Project materials, rubbish, the Contractor's tools, construction equipment, machinery and surplus materials. The Contractor shall be responsible for protection of the Work, including damaged or broken glass, and at substantial completion of the Work shall repair or replace damaged work. The Contractor shall perform the following final cleaning at the completion of the Work: I. Remove all temporary protections; 2. Remove marks, stains, fingerprints and other soil or dirt from all surfaces and other Work; 3. Remove spots, mortar, plaster, soil and point from ceramic tile, marble and other finish materials from all surfaces and other Work; 4. Clean fixtures, cabinetwork and equipment, removing stains, paint, dirt, and leave in an undamaged and new condition; and 5. Clean all surfaces and other Work in accordance with recommendations of the manufacturer, § 3.15.2 If the Contractor fails to clean up as provided in the Contract Documents, the Owner may do so, and Owner shall be entitled to reimbursement from the Contractor. § 3.16 ACCESS TO WORK § 3.16.1 The Contractor shall provide the Owner, Owner's Designated Representative, their designated representative and Architect access to the Work in preparation and progress wherever located. § 3.17 ROYALTIES, PATENTS AND COPYRIGHTS The Contractor shall pay all royalties and license fees, The Contractor shall defend suits or claims for infringement of copyrights and patent rights and shall hold the Owner, Owner's Designated Representative and Architect harmless from loss on account thereof, but shall not be responsible for such defense or loss when a particular design, process or product of a particular manufacturer or manufacturers is required by the Contract Documents, or where the copyright violations are contained in Drawings, Specifications or other documents prepared by the Owner or Architect. However, if the Contractor has reason to believe that the required design, process or product is an infringement of a copyright or a patent, the Contractor shall be responsible for such loss unless such information is promptly furnished to the Architect. Inft AIA Document A201e- 2007. Copyright01911, 1915. 1918, 1925, 1937. 1951, 1958. 1981, 1963, 1966, 1970, 1976, 1987, 1997 and 2007 by The American InMlute of ArOltecls All rig htg reserved Tho TAmetican Institute of Archrtects,' 'AIA: the AIA logo -A201 -an d At C"Vacl Documents i i:,;,-red .Z� trademarks am pray uor be tmitrd without nernuadroo This document was produced by AIA software at 09:22:20 ET on 01/0712022 under Order No 8545820211 f which expires on 07124/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Dccumentse Terms of Service. To report copyright violations, e-mail copydght®aia org User Notes: (2037860656) § 3.18INDEMNIFICATION § 3.18.1 TO THE FULLEST EXTENT PERMITTED BY APPLICABLE LAW, THE CONTRACTOR SHALL AND DOES AGREE TO INDEMNIFY, PROTECT, DEFEND, AND HOLD HARMLESS OWNER, ITS TRUSTEES, OFFICERS, DIRECTORS, OFFICIALS, CONSULTANTS, VOLUNTEERS, EMPLOYEES, SUCCESSORS AND ASSIGNEES, THE ARCHITECT AND THE OWNER'S DESIGNATED REPRESENTATIVE (COLLECTIVELY, "THE INDEMNIFIED PARTIES") OF, FROM AND AGAINST ALL CLAIMS, DAMAGES, LOSSES, LIABILITIES, LIENS, CAUSES OF ACTION, SUITS, JUDGMENTS, PENALTIES, AND EXPENSES, INCLUDING ATTORNEY FEES AND COURT COSTS, OF ANY NATURE, KIND OR DESCRIPTION OF ANY PERSON OR ENTITY, ATTRIBUTABLE TO BODILY INJURY, SICKNESS, DISEASE OR DEATH OR TO INJURY TO OR DESTRUCTION OF TANGIBLE PROPERTY (INCLUDING THE WORK ITSELF) INCLUDING LOSS OF USE, TO THE EXTENT DIRECTLY OR INDIRECTLY ARISING OUT OF, CAUSED BY, OR RESULTING FROM ANY NEGLIGENT, WRONGFUL OR TORTIOUS ACT OR OMISSION OF THE CONTRACTOR, ANY SUBCONTRACTOR, ANYONE DIRECTLY OR INDIRECTLY EMPLOYED BY THEM OR ANYONE THAT THEY CONTROL OR EXERCISE CONTROL OVER (COLLECTIVELY, "THE LIABILITIES"). IN THE EVENT OF FAILURE BY THE CONTRACTOR TO FULLY PERFORM IN ACCORDANCE WITH THIS INDEMNIFICATION PARAGRAPH, EACH OF THE INDEMNIFIED PARTIES MAY, AT ITS OPTION, AND WITHOUT RELIEVING CONTRACTOR OF ITS OBLIGATIONS HEREUNDER, MAY SO PERFORM, BUT ALL COSTS AND EXPENSES SO INCURRED BY ANY OF THE INDEMNIFIED PARTIES IN THAT EVENT SHALL BE REIMBURSED BY CONTRACTOR TO THE INDEMNIFIED PARTIES, AND ANY COST AND EXPENSES SO INCURRED BY INDEMNIFIED PARTIES, OR ANY OF THEM SHALL BEAR INTEREST UNTIL REIMBURSED BY CONTRACTOR, AT THE RATE OF INTEREST PROVIDED TO BE PAID BY THE JUDGMENT UNDER THE LAWS OF THE STATE OF TEXAS. THIS INDEMNIFICATION SHALL NOT BE LIMITED TO DAMAGES COMPENSATION OR BENEFITS PAYABLE UNDER INSURANCE POLICIES, WORKERS' COMPENSATION ACTS, DISABILITY BENEFIT ACTS OR OTHER EMPLOYEE BENEFIT ACTS. § 3.18.2 It is agreed with respect to any legal limitations now or hereafter in effect and affecting the validity or enforceability of the indemnification obligations under Paragraph 3.18, such legal limitations are made a part of the indemnification obligation and shall operate to amend the indemnification obligation to the minimum extent necessary to bring the provision into conformity with the requirements of such limitations, and as so modified, the indemnification obligations shall continue in full force and effect. § 3.19 REPRODUCIBLE RECORD DRAWINGS At the completion of the Project, the Contractor shall submit, to Architect, a complete set of red lined "as -built" drawings, with all changes made during construction, including concealed mechanical, electrical and plumbing items. The Contractor shall submit these as Mylar, sepias, of other acceptable medium, at the discretion of the Owner. ARTICLE 4 ADMINISTRATION OF THE CONTRACT § 4.1 ARCHITECT § 4.1.1 The Architect is the person lawfully licensed to practice architecture identified as the Architect in the Agreement and is referred to throughout the Contract Documents as if singular in number. The term "Architect" means the Architect or the Architect's authorized representative. § 4.1.2 Owner shall notify Contractor when the duties, responsibilities or limitation of authority of the Architect have been modified. § 4.1.3 In case of termination of employment of the Architect, the Owner may elect to appoint a replacement Architect, or at its option may elect to complete the Project using an architect or engineer from Owner's staff to perform the balance of the Architect's functions on the Work. § 4.1.4 Except as expressly provided herein, the Contractor shall not be relieved of Contractor's obligation to perform the Work in strict accordance with the Contract Documents by the responsibilities, activities or duties of the Architect. NIIt AIA Document A2010- zoo7, Copyrightm 1911, 1915, 1918, 1925, t937, 1951, 1958, 1961, 1963, 1966, 197a, 1976, 1967, 1997 and 2007 by The American Inatilute of Architects. All rights reserved. The'Amnncan Institute of Architects "AIA.- the AIA Logo-A201," and AIA Contract Documonts' are regivered 26 trademarks and may not be users without pemriss+on This document was produced by AIA software al 09 2228 ET on 01/0712022 under Order N048545826211 1 which expires on 07/2412022, is not for resale, is licensed for one -lime use only, and may only be used in accordance with the AtA Contract Documents° Terms of Service. To report copyright violations, e-mail copyrightVamorg User Notes: (2037860656) § 4.2 ARCHITECT'S ADMINISTRATION OF THE CONTRACT § 4.2.1 Certain portions of the administration of the Contract will be performed by the Architect, others by the Owner's Designated Representative, Both the Architect and the Owner's Designated Representative will be treated as the Owner's representatives to the extent set out in the Contract Documents. Neither the Architect nor the Owner's Designated Representative shall have the authority to act on behalf of Owner unless such authority is expressly granted in the Contract Documents, nor shall such authority be implied from any act or representation of the Architect or Owner's Designated Representative . § 4.2.2 The Architect, as a representative of the Owner, will visit the site at intervals appropriate to the stage of the Contractor's operations (1) to become generally familiar with and to keep the Owner informed about the progress and quality of the portion of the Work completed, (2) to endeavor to guard the Owner against defects and deficiencies in the Work, and (3) to determine in general if the Work is being performed in a manner indicating that the Work, when fully completed, will be in accordance with the Contract Documents. However, the Architect will not be required to make exhaustive or continuous on -site inspections to check the quality or quantity of the Work. The Architect will neither have control over or charge of, nor be responsible for, the construction means, methods, techniques, sequences or procedures, or for the safety precautions and programs in connection with the Work, since these are solely the Contractor's rights and responsibilities under the Contract Documents, except as provided in Subparagraph 3,3.1. Contractor's responsibility. Owner will not be responsible for the Contractor's failure to carry out the Work in accordance with the Contract Documents. Owner will not have control over, be in charge of, and will not be responsible for the acts or omissions of Contractor, Subcontractors, or their agents or employees, or of any other persons performing portions of the Work, .1 The Contractor expressly recognizes that the Architect does not owe him any duty to supervise or direct his work as to protect the Contractor from the consequences of his own acts or omissions. .2 Upon reasonable request by the Owner, the Contractor shall accompany the Owner and Architect on an observation tour(s) of the building and shall note any defects and start remedying these defects within ten (10) days of the observation tour. Contractor shall prosecute the Work without interruption until accepted by the Owner and the Architect, .3 Notwithstanding the requirements for site visits in the printed portion of A-201, Paragraph 4.2.2, the provisions of Article 1.6.6 of the Architect's Contract shall govern the number of site visits by the Architect. In this case, the Owner and Architect may agree in writing on an alternative site visit schedule that is appropriate for this particular project, .41f during the Architect's site visits, he observes any deviation from requirements of the Contract Documents, the Architect (or designee) shall report within three (3) business days to the Owner any such deviation. A copy of said report shall be sent to the Contractor. Failure to observe or report any deviation shall not be a waiver to subsequently require correction of the same, similar or other deviations. § 4.2.3 The Architect will not be responsible for the Contractor's failure to perform the Work in accordance with the requirements of the Contract Documents. The Architect will not have control over or charge of and will not be responsible for acts or omissions of the Contractor, Subcontractors, or their agents or employees, or any other persons or entities performing portions of the Work. The Contractor shall reimburse the Owner for compensation paid to the Architect for additional site visits made necessary by the fault or neglect of the Contractor. § 4,2.4 COMMUNICATIONS FACILITATING CONTRACT ADMINISTRATION Communications by and with the Architect's consultants shall be through the Architect. Communications by and with Subcontractors and material suppliers shall be through the Contractor. Communications by and with separate contractors shall be through the Owner. § 4.2.5 Based on the Architect's evaluations of the Contractor's Applications for Payment, the Architect will review and certify the amounts due the Contractor and will issue Certificates for Payment in such amounts. g11t AIA Document AZ01e- toot. CopynghtC 1911, 1916. 1918, 1925. 1937, 1961, 1968, 1961, 1963, 1966, 1970, 1976, 1987, 1997 and 2007 by The American Institute of Architects All rights reserved The 'American Institute d Architects -'AIA' the AIA Logo, 'A201;' and 'AIA Contract Documents' are registered 27 trademarks and may not be used without percussion Thls document was produced by AIA software at 09.22 29 ET on 01/07/2022 under Order No.8545826211 which expires on 07/24/2022. is not for resale, Is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documentsc Terms of Service, To report copyright violations e•mad copyrighi@aia.org. Cher Notes: (2037860656) § 4,2.6 The Architect has authority to reject Work that does not conform to the Contract Documents. Whenever the Architect considers it necessary or advisable, the Architect will have authority to require inspection or testing of the Work in accordance with Sections 13,5.2 and 13.5.3, whether or not such Work is fabricated, installed or completed. However, neither this authority of the Architect nor a decision made in good faith either to exercise or not to exercise such authority shall give rise to a duty or responsibility of the Architect to the Contractor, Subcontractors, material and equipment suppliers, their agents or employees, or other persons or entities performing portions of the Work. § 4.2.7 The Architect will review and approve, or take other appropriate action upon, the Contractor's submittals such as Shop Drawings, Product Data and Samples, but only for the limited purpose of checking for conformance with information given and the design concept expressed in the Contract Documents_ The Architect's action will be taken in accordance with the submittal schedule approved by the Architect or, in the absence of an approved submittal schedule, with reasonable promptness while allowing sufficient time in the Architect's professional judgment to permit adequate review. Review of such submittals is not conducted for the purpose of determining the accuracy and completeness of other details such as dimensions and quantities, or for substantiating instructions for installation or performance of equipment or systems, all of which remain the responsibility of the Contractor as required by the Contract Documents. The Architect's review of the Contractor's submittals shall not relieve the Contractor of the obligations under Sections 33, 3.5 and 3.12. The Architect's review shall not constitute approval of safety precautions or, unless otherwise specifically stated by the Architect, of any construction means, methods, techniques, sequences or procedures. The Architect's approval of a specific item shall not indicate approval of an assembly of which the item is a component. The Architect shall promptly report to Contractor, Owner's Designated Representative and Owner any errors, inconsistencies and omissions discovered by the Architect in the Shop Drawings, Product Data, and Samples. § 4.2.8 The Architect wil I prepare Change Orders and Construction Change Directives and may authorize minor changes in the Work as provided in Section 7.4. § 4.2.9 The Architect will conduct inspections to determine the date or dates of Substantial Completion and the date of final completion, will receive and forward to the Owner, for the Owner's review and records, written warranties and related documents required by the Contract and assembled by the Contractor, and will issue a final Certificate for Payment upon compliance with the requirements of the Contract Documents. § 4.2.10 If the Owner and Architect agree, the Architect will provide one or more project representatives to assist in carrying out the Architect's responsibilities at the site. The duties, responsibilities and limitations of authority of such project representatives shall be as set forth in an exhibit to be incorporated in the Contract Documents. § 4,2.11 The Architect will interpret and decide matters concerning performance under, and requirements of, the Contract Documents on written request of either the Owner or Contractor. The Architect's response to such requests will be made in writing within any time limits agreed upon or otherwise with reasonable promptness. If no agreement is made concerning the time within which interpretations required of the Architect shall be furnished in compliance with this Paragraph 4.2, then delay shall not be recognized on account of failure by the Architect to furnish such interpretations until 15 days after written request is made for them. § 4.2.12 Interpretations and decisions of the Architect will be consistent with the intent of, and reasonably inferable from, the Contract Documents and will be in writing or in the form of drawings. When making such interpretations and decisions, the Architect will endeavor to secure faithful performance by both Owner and Contractor, will not show partiality to either. § 4.2.13 The Architect's decisions on matters relating to aesthetic effect will be final if consistent with the intent expressed in the Contract Documents and with concurrence of Owner. (Paragral,�h deleted) (nit AIA Document A201° _ zoo7, Copyright ® 1911, 1915. 1916, 1925 1937, 1951, 1958. 1961, 1963, 1966, 1970, 1976, 1987, 1997 and 2007 by The American Institute Of Architects, All rights reserved. The American Institute of Architects,' 'AIA_. the AIA Logo. "A201"and 'AIA Contract Documents' are registered 28 trademarks and may not be used without permission This document was produced by A§A software at 09:22 28 ET on 01107/2022 under Order NO,8545826211 1 which expires on 07124/2022, is not for resale. is licensed for one-Ume use only. and may only be used in accordance with the AIA Contract Documents Terms of Service To report copyright violations, email copyrighteals.org User Notes: (2037860656) § 4.3 CLAIMS § 4.3.1 Definition, A Claim is any demand or assertion by the Contractor that it should be paid more money than the Contract Sum or granted more contract time by the Owner because of action or inaction on the part of Owner, any Owner representative, Architect, or any parry for whom Owner is responsible, or any party with whom Owner has separately contracted for other portions of the Project, including, but not limited to, any demand or assertion that Contractor's performance has been delayed, interrupted or interfered with, that Contractor's performance has been accelerated, constructively accelerated, or suspended, that Contractor's performance has been wrongfully terminated, that there has been a failure of payment, that Contractor has encountered concealed or unknown conditions, that Contractor has encountered hazardous materials, that actions or omissions of the Owner have been wrongful related in any way to the Work, that a time extension grant was inadequate, that there has been a breach of contract, or that Contractor is entitled to any other relief, on any legal or equitable theory, related to the Work or the Contract. This definition of Claim is not intended to create any right of action where the right of action does not otherwise exist under applicable law or other provisions of this Contract. § 4.3.2 Notice Requirement. Within fourteen (14) calendar days of the first occurrence of an event that Contractor has any reason to believe might result in a Claim, or within fourteen (14) calendar days of Contractor's discovery of the first occurrence of an event that Contractor has any reason to believe might result in a Claim if the first occurrence of the event was willfully hidden from the Contractor, the Contractor shall file a written document clearly captioned "Notice of Claim" with Owner, Owner's Designated Representative and the Architect, The Notice shall clearly set out the specific matter of complaint, and the impact or damages, which may occur or have occurred as a result thereof, to the extent the impact or damages can be assessed at the time of the Notice. If the impact or damages cannot be assessed as of the date of the Notice, the Notice shall be amended at the earliest date this is reasonably possible. Any Claim or portion of a Claim that has not been made the specific subject of a Notice strictly in accordance with the requirements of this section shall be waived. It is imperative that Owner have timely, specific Notice of any potential problem in order that the problem can be mitigated promptly. § 4.31.1 In addition to the Notice required by Subparagraph 4.3.2, the Contractor shall also file a document captioned "Claim" with the Owner, Owner's Designated Representative and Architect within ninety (90), days of the occurrence of any event resulting in a Claim for damages, giving notice of the Claim, Contractor agrees that this is a reasonable Notice requirement. Any Claim or portion of a Claim that has not been made the specific subject of a Notice strictly in accordance with the requirements of this section is waived, § 4.3.3 After receipt of a Notice of Claim, the Architect shall have fourteen (14) calendar days to render a decision, which shall be stated in writing and delivered to the Contractor, the Owner and the Owner's Designated Representative via facsimile, regular mail or hand delivery, If the Architect fails to render a decision in writing within the fourteen (14) days, the claim shall be deemed accepted, Within five (5) calendar days of receipt of the Architects written decision, Contractor may file a written appeal of the decision to the Owner's Designated Representative. The Owner's Designated Representative shall have ten (10) calendar days to render a decision, which shall be stated in writing and delivered to the Contractor, Architect and the Owner via facsimile, regular mail or hand delivery. if the Owner's Designated Representative fails to render a decision in writing within the ten (10) days, the claim shall be deemed accepted. Within five (5) calendar days of receipt of the Owner's Designated Representative 's written decision, Contractor may file a written appeal of the decision with the Deputy Superintendent. Within fourteen (14) calendar days of the receipt of an appeal, an Appeals Board consisting of the District Architect, Deputy Superintendent, Senior Financial Officer, and a representative of the office Legal Services shall render a written decision. Any Claim determination requiring a Change Order must be approved by the Board of Trustees. The filing, or rejection of a Claim does not entitle Contractor to stop performance of the Work, The Contractor shall proceed diligently with performance of the Contract during the pendency of any Claim, excepting termination or under Owner's direction to stop the Work. Any Claim that would require expenditure in excess of $10,000.00, or that would require a Change Order, must be reviewed by the Owner's Designated Representative and the Appeals Board using the appeals process described in this section. § 4.3,4 Claims Handling Following Construction. The acceptance of final payment shall constitute a waiver of Claims by the Contractor, which have not previously been identified in a Notice of Claim under 4.3.2 and a Claim under 4.3.2.1 and specifically reserved in the final Application for Payment. AtA Document A201e _ zoo7. Copyright t 1911 1916, 1918, 1426. 1937. 1951. 1958. 1961, 1963. 1966, 1970, 1976.1997. 1997 and 2007 by The American �n Institute of Architects. All rights reserved. The 'American Institute of Architects,' 'AIA' the AIA Logo, 'A20I ' an-1 ;� IA Conlix-1 ooc.,n,ents .xr. Z9 trademarks and may not be used without permission This document was produced by AIA software at 09:22,28 ET on 0110712022 under Order No 8545$26211 1 which expires on 07/24/2022 is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents' Terms of Service, To report copyright violations, e-mail copydght@ata.org, User Notes: (2037850558) § 4,3,4.1 Pre -Litigation Mediation. Except for injunctive relief, neither party may commence litigation relating to any Claim arising under this agreement without first submitting the Claim to Mediation, The parties shall share the mediator's fee and any filing fees equally, and the mediation shall be held in Fort Worth, Texas. Agreements reached in mediation must be approved by the Board of Trustees and shall thereafter be enforceable as settlement agreements in any court having jurisdiction thereof. Mediation shall be conducted by a mediator selected jointly by the Owner and Contractor, § 4.3.5 Claims for Concealed or Unknown Conditions. Only if conditions are encountered at the site which are (a) subsurface or otherwise concealed physical conditions which differ materially from those indicated in the Contract Documents, (b) unknown physical conditions of an unusual nature, which differ materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character provided for in the Contract Documents or (c) in "the case of renovation Work, any condition of the pre-existing construction to be renovated, that is materially different from any of the conditions that could reasonably have been expected to be present in preexisting construction of the age and type encountered on the Project, then Contractor shall be entitled to make a Claim if it can satisfy all of the requirements of Paragraph 4.3 and all its Subparagraphs. No adjustment in the Contract Time or Contract Sum shall be permitted, however, in connection with a concealed or unknown condition which does not differ materially from those conditions disclosed or which reasonably should have been disclosed by Contractor's ( I ) prior inspections, tests, reviews and preconstruction services for the Project, or (2) inspections, tests, review and preconstruction services which were given to Contractor by Owner, Architect, or Owner's Designated Representative or which Contractor had the opportunity to make or should have performed in connection with the Project, § 416 Calculating Claim Amount. In calculating the amount of any Claim, the following standards will apply: .1 No indirect or consequential damages will be allowed; .2 No recovery shall be based on a comparison of planned expenditures to total actual expenditures, or on estimated losses of labor efficiency, or on a comparison of planned manloading to actual manloading, or any other analysis that is used to show damages indirectly; .3 Damages are limited to extra costs specifically shown to have been directly caused by a proven wrong; .4 The maximum daily limit on any recovery for delay shall be the amount originally estimated by the Contractor for job overhead costs divided by the total number of calendar days of Contract Time called for in the original Contract; .5 No damages will be allowed for home office overhead or other home office charges, or any Eichlay formula calculation; and .6 No profit will be allowed on any claim. § 4.3.7 Claims for Additional Cost. If the Contractor wishes to make a Claim for an increase in the Contract Sum, written Notice as provided herein shall be given before proceeding to execute the Work, Prior Notice is not required for Claims relating to an emergency endangering life or property arising under Paragraph 10,6. §417,1 If the Contractor wishes to make Claim for an increase in the Contract Time, written Notice as provided herein shall be given. Any commencement of Work after a delay will serve to terminate that delay for purpose of Notice. Subsequent delays, whether of similar or a different nature and whether based on the same, similar or a different cause, shall require Notice. §416 If adverse weather conditions are the basis for a Claim for additional time, such Claim shall be documented by data substantiating that weather conditions were abnormal for the period of time, could not have been reasonably anticipated, and had an adverse effect on the scheduled construction, § 4.3.9 Injury or Damage to Person or Property. If either party to the Contract suffers injury or damage to persons or property because of an act or omission of the other party, or of others for whose acts such party is legally responsible, written Notice of such injury or damage, whether or not insured, shall be given to the other party as provided herein. The Notice shall provide sufficient detail to enable the other party to investigate the matter. § 4.3.10 Claims for Consequential Damages. The Contractor and Owner waive Claims against each other for consequential damages arising out of or relating to this Contract. This mutual waiver is limited to: InIL AIA Document A201° - 2007. Copyright 1911. 1915. 1918, 1925. 1937. 1951. 1958, 1961, 1969. 1966. 1970, 1976, 1987. 1997 and 2007 by The American fnsfJlute of Architects. All nphts reserved. The'Ameficnn Institute cl A rchdactf 'Alf. the AIA LogV "A201 ' and AIA Uonlfacl Documents arc rNy:alared 30 a +c, o a F., and may not be used wltha,t permisswn This document was produced by AIA software at 09:22:28 ET on 01/07/2022 under Order No.8545826211 I which expires on QTr2412022. Is not for resale, is Ilcaesed for one-time use only, and may on y be used in accordance with the AIA Contract Documents" Terms of Service To report copyright vidatiom. e-mail copynghtgaia.org User Notes: (2037560656} § 4.3.10.1 Damages incurred by the Owner for income, profit, financing, business and reputation, and for loss of management or employee productivity or the services of such persons; and § 4.3.10.2 Damages incurred by the Contractor for principal office expenses including the compensation of personnel stationed there, for losses of financing, business and reputation, and for loss of profit, including but not limited to loss of profit on other projects. This mutual waiver is applicable, without limitation, to all consequential damages due to either parry's termination in accordance with Article 14, Nothing contained in this Subparagraph 4.3,10 shall be deemed to preclude an assessment of liquidated damages, in accordance with the requirements of the Contract Documents. § 4.3.11 Owner does not waive any of its immunities from lawsuit or damages, or both, as provided by the Texas law, as a public institution, whether granted by constitution, common law or statute and nothing contained in the Contract Documents or any action required of the Owner by the Contract Documents shall be interpreted to be such a waiver. ARTICLE 5 SUBCONTRACTORS § 5.1 DEFINITIONS § 5.1.1 A Subcontractor is a person or entity who has a direct contract with the Contractor to perform a portion of the Work at the site. The term "Subcontractor" is referred to throughout the Contract Documents as if singular in number and means a Subcontractor or an authorized representative of the Subcontractor. The term "Subcontractor" does not include a separate contractor or subcontractors of a separate contractor, § 5,1.2 A Sub -subcontractor is a person or entity who has a direct or indirect contract with a Subcontractor to perform a portion of the Work at the site. The term "Sub -subcontractor" is referred to throughout the Contract Documents as if singular in number and means a Sub -subcontractor or an authorized representative of the Sub -subcontractor. § 5.2 AWARD OF SUBCONTRACTS AND OTHER CONTRACTS FOR PORTIONS OF THE WORK § 5.2.1 Unless otherwise stated in the Contract Documents or the bidding requirements, the Contractor, as soon as practicable after award of the Contract, shall furnish in writing to the Owner and Owner's Designated Representative through the Architect the names of persons or entities (including those who are to furnish materials or equipment fabricated to a special design) proposed for each principal portion of the Work. The Architect will promptly reply to the Contractor in writing stating (1) whether the Owner or the Architect has reasonable objection to any such proposed person or entity or (2) that the Architect requires additional time for review, Failure of the Owner or Architect to reply promptly shall constitute notice of no reasonable objection. § 5.2.2 The Contractor shall not contract with a proposed person or entity to whom the Owner, Owner's Designated Representative or Architect has made reasonable and timely objection. The Contractor shall not be required to contract with anyone to whom the Contractor has made reasonable objection. § 5.2.3 If the Owner, Owner's Designated Representative or Architect has reasonable objection to a person or entity proposed by the Contractor, the Contractor shall propose another to whom the Owner or Architect has no reasonable objection. If the proposed but rejected Subcontractor was reasonably capable of performing the Work, the Contract Sum and Contract Time shall be increased or decreased by the difference, if any, occasioned by such change, and an appropriate Change Order shall be issued before commencement of the substitute Subcontractor's Work. However, no increase in the Contract Sum or Contract Time shall be allowed for such change unless the Contractor has acted promptly and responsively in submitting names as required. § 5.2.4 The Contractor shall not substitute a Subcontractor, person or entity previously selected if the Owner or Architect makes reasonable objection to such substitution. § 5.2.5 The Contractor shall disclose to the Owner any ownership interest or affiliation between the Contractor and any potential subcontractor prior to entering into a subcontract and the Owner shall have the right, in its sole discretion and pursuant to 5.2.3, to reject any such affiliated subcontractor. Farther, Contractor shall not subcontract the work as a whole. Init AIA DocumentA2010- 2007, Copyright01911, 1915, 1918. 1925. 1937, 1951. 1958, 1961. 1963, 1966, 1970, 1976 1987, 1997 and 2007 by The American Institute of Architects. All rights reserved. The 'American Institute of Architects,' 'AIA' th, .'.1i _, ,; , 'A201,-:.r r! ;AA Contract uccumems' ,.re re<)ostored 31 trademarks and may not be used without permission This document was produced by AIA software at 09:22 28 ET on 01/0712022 under Order No 8545826211 which expires on 07124/2022. is not for resale, is licensed for one-time use only. and may only be used In accordance with the AIA Contract Documents* Terms of Service. To report copyright violations, e-mail capyrlght®aia.org. User Notes: (2037860856) The approval of Subcontractors in no way relieves the Contractor from full responsibility for performance and completion of the Work and its obligations under the Contract Documents. The Contractor shall be fully responsible for the performance of its Subcontractors, including those recommended or approved by the Owner. § 5.2.6 The Contractor agrees to utilize Subcontractors that are historically underutilized businesses (HUB) in accordance with the (HUB) forms and guidelines attached hereto as Exhibit "C". No change to the Plan may be may made unless notification is made in writing to the Owner's Designated Representative and Owner. The Contractor, prior to the execution of this contract, shall report their HUB participation goal as a percent of the Contract Sum. During the performance of all Work under this Agreement, the Contractor and its agents shall comply with all HUB policies of the Owner. The information shall be identified per firm, discipline and participation. While this Agreement is in effect and until the expiration of one year after final completion, the Owner may require information from the Contractor, and may conduct audits, to assure that the Plan is being, and was, followed. With each Contractor's application for payment, the Contractor shall report their updated HUB Plan and actual HUB participation information. Should Contractor propose the deletion of a HUB classifiedlcertified subcontractor from its employ, the Contractor shall substitute a subcontractor of like classificationlcertiftcation, and if Contractor is unable to substitute a subcontractor of like classification, Contractor shall provide Owner with documentation of its best efforts to acquire the services of a HUB replacement firm. § 5.2.7 Contractor shall promptly notify the Owner, Architect and Owner's Designated Representative of any material defaults by any subcontractor. § 5.3 SUBCONTRACTUAL RELATIONS § 5.3.1 By appropriate agreement, written where legally required for validity, the Contractor shall require each Subcontractor, to the extent of the Work to be performed by the Subcontractor, to be bound to the Contractor by terms of the Contract Documents, and to assume toward the Contractor all the obligations and responsibilities, including the responsibility for safety of the Subcontractor's Work, which the Contractor, by these Documents, assumes toward the Owner and Architect. The terms and conditions of the Contract Documents shall be incorporated by reference into each subcontract agreement, except as provided below. Each subcontract agreement shall preserve and protect the rights of the Owner and Architect under the Contract Documents with respect to the Work to be performed by the Subcontractor so that subcontracting thereof will not prejudice such rights. Where appropriate, the Contractor shall require each Subcontractor to enter into similar agreements with Sub -subcontractors. The Contractor shall make available to each proposed Subcontractor, prior to the execution of the subcontract agreement, copies of the Contract Documents to which the Subcontractor will be bound, and, upon written request of the Subcontractor, identify to the Subcontractor terms and conditions of the proposed subcontract agreement that may be at variance with the Contract Documents. Subcontractors will similarly make copies of applicable portions of such documents available to their respective proposed Sub -subcontractors. § SACONTINGENT ASSIGNMENT OF SUBCONTRACTS § 5.4.1 Each subcontract agreement for a portion of the Work is assigned by the Contractor to the Owner, provided that I assignment is effective only after termination of the Contract by the Owner for cause pursuant to Section 14.2 and only for those subcontract agreements that the Owner accepts by notifying the Subcontractor and Contractor in writing; and .2 assignment is subject to the prior rights of the surety, if any, obligated under bond relating to the Contract. .3 such assignment shall not constitute a waiver by Owner of its right against Contractor, because of defaults, delays and defects for which a Subcontractor or material vendor may also be liable. .4 the subcontractor provides bonds as required by law of prime contractors, and by Owner. § 5.4.2 Owner shall only be responsible for compensating Subcontractors for Work done or materials furnished when the Owner gives written notice of its acceptance of the subcontract agreement, Owner shall be responsible for compensating Subcontractors for undisputed amounts not previously paid to the Contractor. AIA Document A201e_ 2007. Copyright® 1911. 1915, 1918, 1925. 1937, 1951. 1958 1961, 1963, 1966. 1970. 1976. 1987. 1997 and 2007 by The American Institute of Architects. All rights reserved. The 'American Institute of Architects,' 'AIA.'the AIA Logo, 'A201 'and 'AJA Contract Documents- are reg.slered 82 Iradamaik, and may not be used without frermlbsion This document was produced by AIA software at 09 22 2.8 ET on 01/07/2022 under Order No 8545826211 / which expires on o712412022, is not for reaate is licensed for one-time use only. and may only be used In accordance with the A A Contract Documenlse Terms of Service To report copyright viola0nns, e-mail copy rightQaia.org. User Notes: (2037860056) § 5.4.3 Each subcontract shall specifically provide that the Owner shall only be responsible to the Subcontractor after written notice for undisputed amounts not previously paid to Contractor subsequent to the Owner's exercise of any rights under this conditional assignment. § 5.5 RESPONSIBILITY § 5.5.1 Contractor shall be fully responsible for the performance of its Subcontractors, including those selected or approved by the Owner. § 5.5.2 Notwithstanding any provision contained in Article 5 to the contrary, it is hereby acknowledged and agreed that Owner has in no way agreed, expressly or implicitly, nor will Owner agree, to allow any Subcontractor, Sub -subcontractor or other material men or worker employed by Contractor the right to obtain a personal judgment or to create a mechanic's or materialman's lien against Owner for the amount due from the Owner or the Contractor. ARTICLE 6 CONSTRUCTION BY OWNER OR BY SEPARATE CONTRACTORS § 6.1 OWNER'S RIGHT TO PERFORM CONSTRUCTION AND TO AWARD SEPARATE CONTRACTS § 6.1.1 The Owner reserves the right to perform other construction work, maintenance and repair work and school program operations at the site and near the site during the time period of the Work. Owner may perform other Work with separate Contractors or forces. Owner shall have access to the building on the site at all times. § 6.1.2 When separate contracts are awarded for different portions of the Project or other construction or operations on the site, the term "Contractor" in the Contract Documents in each case shall mean the Contractor who executes each separate Owner -Contractor Agreement. § 6.1.3 The Contractor shall make any revisions to the construction schedule deemed necessary after a joint review and mutual agreement. The construction schedules shall then constitute the schedules to be used by the Contractor, separate contractors and the Owner until subsequently revised. § 6.1.41t shall be the responsibility of the Contractor to assist, review, coordinate, and schedule work performed by any of Owner's separate contractors including the hazardous materials abatement contractor. Contractor shall not be required to contract directly with the hazardous materials abatement contractor or Owner's separate contractor's however; Contractor shall coordinate all aspects of the hazardous materials abatement contractor's and Owner's separate contractor's work, including required monitoring, testing and inspections by independent firms, with the Work under this Agreement. The Contractor shall be totally responsible for coordination between its Subcontractors and the hazardous materials abatement contractor and any other Owner's separate contractors. Contractor will cooperate with the Owner to allow site access and staging areas for hazardous materials abatement contractor and Owner's separate contractors and consultants. Contractor shall review Owner's contract with the hazardous materials abatement contractor and Owner's separate contractors and become familiar with the requirements and scope of services contained therein. Contractor shall continually review the work performed by the hazardous materials abatement contractor and Owner's separate contractors and immediately notify the Owner and Owner's Designated Representative if at any time during the performance of Contractor's work, the hazardous materials abatement contractor or any of Owner's separate contractors fail, in any way, to provide sufficient, competent manpower or timely perform its services. In addition, the Contractor shall be responsible for coordinating and providing all construction administration necessary for the Work and the work of the hazardous materials abatement contractor and any of Owner's separate contractors. § 6.2 MUTUAL RESPONSIBILITY § 6.2.1 The Contractor shall afford the Owner and separate contractors reasonable opportunity for introduction and storage of their materials and equipment and performance of their activities and shall connect and coordinate the Contractor's construction and operations with theirs as required by the Contract Documents. § 6.2.2 If part of the Contractor's Work depends for proper execution or results upon construction or operations by the Owner or a separate contractor, the Contractor shall, prior to proceeding with that portion of the Work, promptly report to the Architect apparent discrepancies or defects in such other construction that would render it unsuitable for such proper execution and results. Failure of the Contractor so to report shall constitute an acknowledgment that the Owner's or separate contractors completed or partially completed construction is fit and proper to receive the Contractor's Work, except as to defects not then reasonably discoverable. Init AIA Document A2010- tool. Copyright m 1911.. 1915, 1918, 1925, 1937, 1951. 1958. 1961. 1963, 1966, 1970, 1976, 1987, 1997 and 2007 by The American Institute or Architects. All rights reserved. The Amerww Institute of Architects,' 'AIA . Ilie AJA L rl.; "A2L � '❑oc AIA Conlrnc: !;oi­w,,nts ,Ee ra�is:n 33 trademarks and may not be used without pemiission This document was produced by AIA software at 09:22:28 ET on 01107r2022 under Order No 8545826211 1 which expires on 07t2412022..s not for resale, is l Icensed for one-time use only, and may only be used in accordance with the AIA Contract Doeumentse Terms of Service To report copynght v cation. a -mad copyd8ht@ ala org user Notes: (2037860656) § 6.2.3 The Contractor shall reimburse the Owner for costs the Owner incurs that are payable to a separate contractor because of the Contractor's delays, improperly timed activities or defective construction. The Owner shall be responsible to the Contractor for costs the Contractor incurs because of a separate contractor's delays, improperly timed activities, damage to the Work or defective construction. § 6.2.3.1 if the Architect or Owner's Designated Representative is required to provide contingent additional services as provided in the Agreement between the Owner and Owner's Designated Representative or the Architect, specifically relating to additional compensation for the Architect or Owner's Designated Representative for evaluating an excessive number of claims submitted by the Contractor or others in connection with the Work in accordance with the addendum to the OwnerEATchltect Agreement, such services shall be paid for by the Contractor through the Owner, unless there is negligence or omission by the Architect, Owner and Owner's Designated Representative . § 6.2.3.2 If the Architect provides services in connection with a public hearing, or legal proceeding, except in the case where the Architect is a party thereto, and the Owner requests the Architect in writing to provide such services, the cost of such services shall be paid for by the party whose act or omission was a proximate cause of the problem that led to the requirement to provide such services. Such services shall be paid for by such party through the Owner, who upon receipt of same shall reimburse the Architect. § 6.2.3.3 All construction costs resulting from the Contractor's negligence, lack of oversights, inattention to detail, failure to investigate or failure to follow the Contract Documents or Contract Documents, will be borne by the Contractor. § 6,2.4 The Contractor shall promptly remedy damage the Contractor wrongfully causes to completed or partially completed construction or to property of the Owner or separate contractors as provided in Section 10.2.5. § 6.2.5 The Owner and each separate contractor shall have the same responsibilities for cutting and patching as are described for the Contractor in Section 3.14. § 6.3 OWNER'S RIGHT TO CLEAN UP § 6.3.1 If a dispute arises among the Contractor, separate contractors and the Owner as to the responsibility under their respective contracts for maintaining the premises and surrounding area free from waste materials and rubbish, the Owner may clean up and the Architect will allocate the cost among those responsible, § 6.3.1.1 Job site cleanup will be performed on a daily basis. The Owner and/or Owner's Designated Representative will periodically check the site to see that all construction areas, nearby roads, walkways and/or grounds are maintained in a clean and safe manner. The cost to clean up the site will be assessed to the Contractor each time the Owner is required to clean the area due to failure of the Contractor or his designee to satisfactorily perform or enforce this site cleanup requirements. The Owner will assess the cost. Before assessing the cost, the Contractor shall be given notice of the failure to clean the site and one business day after the date of the notice to clean up the site. if the Contractor fails to clean up the site, after notice, the Owner may assess the cost for cleanup. ARTICLE 7 CHANGES IN THE WORK § 7.1 GENERAL § 7.1.1 Changes in the Work may be accomplished after execution of the Contract and without invalidating the Contract by Change Order, Construction Change Directive, Contingency Authorization or order for a minor change in the Work. The Contract Sum and/or Contract Time may be increased for changes in the Work if the provisions of Article 7 have been met. § 7.1.1.1 No change in the Contract Sum and/or Contract Time will be allowed for a change in the Work unless prior to performing the changed Work the Contractor has provided the Owner in writing with a proposal for any change in price and/or change in Contract Time caused by the change in Work, and a Change Order is subsequently executed. A written field directive shall not be recognized as having any impact upon the Contract Sum or the Contract Time, and Contractor shall have no Claim therefore, unless it shall, prior to complying with the directive and in any event within ten (10) days of receiving the directive, submit a change proposal to the Owner, and a Change Order is subsequently executed, or Contractor satisfies the requirements of Paragraph 4.3. Init.AIA Document A2010- 2007. Copynght01911, 1915, 1918. 1925, 1937, 1961, 1968, 1961. 1983, 1966, 1970, 1976, 1987, 1997 and 2007 by The American Institute of Ar0hacts All rights reserved The "American Institute of Architects." `AIA.' the ALA Logo 'A201," and 'AIA Contract Documents" are registered 34 trademarks and may not be used without permission This document was produced by AIA software at 09 22 28 ET on 01/01/2022 under Order No.8545826211 1 which expires on 07/24/2022, is not for resale, is licensed for one-time use only, and may only be used In accordance with the AIA Contract Documents° Terms of Service. To report copyright violations, e-mail copynght@aia.org. Usar Notes: (2037880656) § 7, A I Contingency Allowance Expenditure Authorization A change in the work that does not require a change in Contract Sum or Contract Time may be paid from a designated Project Allowance. A Contingency Allowance Expenditure Authorization (CAEA) is a written order prepared by the Architect and signed by the Owner, Contractor and Owner's Designated Representative directing a change in the Work. § 7.1.2 A Change Order shall be based upon agreement among the Owner, Contractor and Architect; a Construction Change Directive requires agreement by the Owner and Architect and may or may not be agreed to by the Contractor; an order for a minor change in the Work may be issued by the Architect alone. § 7.1.2.1 Contractor shall make no change in the materials used or in the specified manner of constructing and/or installing the work or supply additional labor, services, or materials beyond that actually required by the terms of the Contract Documents, unless made pursuant to a written order from Owner authorizing Contractor to proceed with the change. No claim for an adjustment of the contract price will be valid unless so ordered. § 7.1.3 Changes in the Work shall be performed under applicable provisions of the Contract Documents, and the Contractor shall proceed within two (2) calendar days, unless otherwise provided in the Change Order, Construction Change Directive or order fora minor change in the Work. Except as permitted in Paragraph 7.3 or 4.3, a change in the Contract Sum or the Contract Time shall be accomplished only by Change Order. § 7.1.4 The Contractor, upon receipt of written notification by the Architect of a proposed item of change in the Work, shall prepare within five (5) calendar days, a Change Proposal in such form or forms as directed by the Architect. .1 Each separate Change Proposal shall be numbered consecutively and shall include materials, costs, labor costs, fees, overhead and profit, The Proposal shall specify all cost related to the proposed Change in the Work, including any disruption or impact on performance; .2 The Subcontractor's itemized accounting shall be included with the Change Proposal; .3 If a Change Proposal is returned to the Contractor for additional information or if the scope of the proposed change in the Work is modified by additions, deletions or other revisions, the Contractor shall revise the Change Proposal accordingly and resubmit the revised Change Proposal to the Architect and the Owner's Designated Representative; .4 A revised Change Proposal shall bear the original Change Proposal number suffixed by the letter "R" to designate a revision in the original Change Proposal. If additional revisions to a revised Change Proposal are necessary, each subsequent revision shall be identified by an appropriate numeral suffix immediately following the "R" suffix; .5 Upon written approval of a Change Proposal by the Owner, the Architect and the Owner's Designated Representative, the Architect will prepare a Change Order authorizing such change in the Work; and .6 The contractor shall request extensions of Contract Time due to changes in the Work only at the time of submitting its Change Proposal. Contractor's failure to do so shall represent a waiver of any right to request a time extension. .7 In cases of either additive or deductive adjustments to the Contract Sum or the Owner's Allowances, the Contractor's proposal shall be structured according Section 7.1.5. Overhead and Profit will be added or credited in the Proposal at the percentages stipulated in Section 7.1.5. In the event that a reduction in the work does not significantly reduce the overhead costs of the Contractor, the Owner may determine that the Contractor is not required to provide a credit for overhead costs in the proposal. For proposals that involve Allowances, refer to Section 3.8.2. For Proposals that involve Construction Change Directives, refer to Section 7.3.7. § 7.1.5 The combined overhead and profit included in the total cost to the Owner of a change in the Work shall be based on the following schedule: .1 For the Contractor, for Work performed by the Contractor's own forces, ten (10%) percent of the cost. .2 For the Contractor, for Work performed by the Contractor's Subcontractor's, four (4%) percent of the amount due the subcontractors. .3 For each Subcontractor involved, for Work performed by that Subcontractor's own forces, ten (10%) percent of the cost. Init AIA Document A201° _ zoo?. Copyright m 1911, 1915, 1916 1925 1037 1951. 1958, 1961 1963 1286 1970 1976. 1987. 1907 and 2007 by The American Institute or Architects. All rights reserved The'Amencan Insbruti or Architects.' AIA,' Uro AIA Logo. 'A201 and 'AIA ConlraGt Docurnanls :.re registered 38 uaaemarks and may not tie used without permission Thts document was produced by AIA software al 0922.28 ET on OV0712022 under Order No 8545826211 i which expires on 0724/2022, Is not for Mare is (kensed for one-time use cn y and may only be used n accordant* with the AIA Contract Documents' Terms or Service To report copyright violations, e-mail copynghtraaw.org User Notes: f2037860656) .4 For each Subcontractor involved, for Work performed by the Subcontractor's Sub -subcontractors, four (4%) Percent of the amount due the Sub -subcontractor. .5 Cost to which overhead and profit is to be applied shall be determined in accordance with Subparagraph 7,3,6. ,6 In order to facilitate checking of quotations for extras or credits, all proposals except those so minor that their propriety can be seen by inspection, shall be accompanied by a complete itemization of costs including labor, materials and Subcontracts. Labor and materials shall be itemized in the manner prescribed above. Where major cost items are Subcontracts, they shall be itemized also, § 7.2 CHANGE ORDERS § 7.2.1 A Change Order is a written instrument prepared by the Architect and signed by the Owner, Contractor and Architect stating their agreement upon all of the following: .I The change in the Work; .2 The amount of the adjustment, if any, in the Contract Sum; and .3 The extent of the adjustment, if any, in the Contract Time. § 7.2.2 Methods used in determining adjustment to the Contract Sum may include those listed below: 1 mutual acceptance of a lump sum properly itemized and supported by sufficient substantiating data to permit evaluation. Sufficient substantiating data shall include a proposal itemized for the various components of work added or deleted, segregated by labor, material and equipment. Details to be submitted will include detailed line item estimates showing detailed material quality takeoffs, material prices by item and of related labor hour pricing information and extension (by line item by drawings as applicable); .2 unit prices stated in the Contract Documents or subsequently agreed upon and supported by sufficient substantiating data to permit evaluation. .3 cost to be determined in a manner agreed upon by the parties and a mutually acceptable fixed or percentage fee or the percentage fee established in Section 7,1.5; or .4 as provided in Section 7.3.6. § 7.2.3 Agreement on any Change Order shall constitute a final settlement of all claims by the Contractor directly or indirectly arising out of or relating to the change in the Work which is the subject of the Change Order, including, but not limited to, all direct and indirect costs and impact costs associated with such change and any and all adjustments to the Contract Sum and the Contract Time. § 7.3 CONSTRUCTION CHANGE DIRECTIVES § 7.3.1 A Construction Change Directive is a written order prepared by the Architect and signed by the Owner and Architect, directing a change in the Work prior to agreement on adjustment, if any, in the Contract Sum or Contract Time, or both. The Owner may by Construction Change Directive, without invalidating the Contract, order changes in the Work within the general scope of the Contract consisting of additions, deletions or other revisions, the Contract Sum and Contract Time being adjusted accordingly. § 7.3.2 A Construction Change Directive shall be used in the absence of total agreement on the terms of a Change Order. § 7.3.3 (Par-agraphs deleted) The Construction Change Directive shall include a unilateral change in the Contract Sum and/or Contract Time reflecting the Owner's reasonable view of the appropriate change in the Contract Sum and/or Contract Time for the change in the Work covered by the Construction Change Directive. Until agreement is reached by the Owner and Contractor on these issues, the changes in Contract Sum and Contract Time set out in the Construction Change Directive shall be used for schedule of values, payment and scheduling purposes. AlA OocumentA201"- 2007. Copyright® 1011, 1915 1918, 1925, 1937, 1951. 1958. 1961, 1963, 1966, 1970, 1976, 1987, 1997 and 2007 by The American kilt Institute of Architects. All rights reserved, The 'American Institute of Architects,' 'AIA,' the AIA Logo, 'A201 " and 'AIA Contract Documents' are registered 36 trademarks and may not be used without permission This document was produced by AIA software at 09:2220 ET on 01/07/2022 under Order No.8545826217 f which expires on 07/2412022, is not for resale, Is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents" Terms of Service, To report copyright violations, e-mail copyright@aia.org. User Notes: (2037860656) § 7.3.4 Upon receipt of a Construction Change Directive, the Contractor shall promptly proceed with the change in the Work involved and advise the Architect of the Contractor's agreement or disagreement with the method, if any, provided in the Construction Change Directive for determining the proposed adjustment in the Contract Sum or Contract Time. § 7.3.5 A Construction Change Directive signed by the Contractor indicates the agreement of the Contractor therewith, including adjustment in Contract Sum and Contract Time or the method for determining them. Such agreement shall be effective immediately and shall be recorded as a Change Order. If the cost of the Work that is included in the Construction Change Directive is within the available Owner Controlled Contingency Allowance (OCCA), the OCCA may be the utilized as the source of funding for the change. § 7.3.6 In the absence of agreement between Owner and Contractor on the proper change to the Contract Sum or Contract Time because of a change in the Work, Contractor may treat the matter as a Claim under Section 4.3. In such event, the Contractor shall be entitled to recover only the amount by which its direct costs have been reasonably increased over the direct cost of performing the Work without the change in the Work, plus three percent (3%) on Subcontractor's Work) of direct cost to cover home office overhead, profit and all other costs. Direct costs shall be limited to the following: .1 Reasonable Cost of Labor, including Social Security, old age and unemployment insurance, fringe benefits required by agreement or custom, and worker's compensation insurance; .2 Materials, supplies and equipment including cost of transportation, whether incorporated or consumed; .3 Rental cost of machinery and equipment, exclusive of hand tools, whether rented from the Contractor or others at rates that are no greater than market rates in the locale of the Work at the time of the Work. Unless otherwise established in the Contract, the rental value of the Contractor's own equipment shall not be more than normal local rental rates for contractor -owned equipment; .4 Premiums for all bonds and insurance permit fees and sales, use or similar taxes related to the Work; and ,5 Cost of Subcontractor for performing the change Work. The amount allowable for Subcontractors shall be calculated using the same standards set out herein for direct Work by the Contactor. .6 Additional costs of supervision and field office personnel directly attributable to the change. Contractor and each Subcontractor involved shall furnish evidence of costs such as copies of original invoices for materials, payroll vouchers for labor, etc,, upon request by the Architect, Owner or Owner's Designated Representative. Any increase in Contract Time shall be limited to the amount of time by which activities critical to overall completion of the Project are delayed by the change in the Work. If it is reasonably possible to perform the change in the Work concurrently with Work that is critical to overall completion, no time extension shall be granted by reason of a change in the Work. § 7.33 (Pat-7graphs deleted) In cases of either additive or deductive adjustments to the Contract Sum or the Owner's Allowances, the Contractor's proposal shall be structured according to Section 7.1.5.Overhead and Profit will be added or credited in the Proposal at the percentage stipulated in Section 7.1.5. In the event that a reduction in the work does not significantly reduce the overhead costs of the Contractor, the Owner may determine that the Contractor is not required to provide a credit for overhead costs in the proposal. (Paragraphs deleted) § 7.4 MINOR CHANGES IN THE WORK § 7.4.1 The Architect has authority to order minor changes in the Work not involving adjustment in the Contract Sum or extension of the Contract Time and not inconsistent with the intent of the Contract Documents. Such changes will be effected by written order signed by the Architect and shall be binding on the Owner and Contractor. The Contractor shall carry out such written orders promptly. ARTICLE 8 TIME § 8.1 DEFINITIONS § 8.1.1 Unless otherwise provided, Contract Time is the period of time, including authorized adjustments, allotted in the Contract Documents for Substantial Completion of the Work. Ink-AIA DocumentA201a- zeo7. CopyrightQ 1911, 1915, 1918. 1925. 1937, 1951, 1958, 1961. 1963, 1966, 1970, 1976, 1987. 1097 and 2007 by The American InsBlute of Architects. All rights reserved The'American Institute of Architects,' 'AIA' the AIA Logo. "A201," and 'AIA Contract Documents- are registered 37 trademarks and may not be used without permission This document was produced by AIA softwere at 09 22:28 ET on 01107/2022 under Order No.8545826211 1 which expires an 07124/2022. is not for resale, is licensed for one-time we only, and may only be used in accordance with the AIA Contract Documents* Terms of Service. To report copyright vidabons, e-mal copyrightQ91a.arg. User Notss: (2037860656) § 8.1.2 The date of commencement of the Work is the date established in the Agreement. § 8.1.3 The date of Substantial Completion is the date certified by the Architect in accordance with Section 9.8, § 8.1.4 The term "day" as used in the Contract Documents shall mean calendar day unless otherwise specifically defined, § 8.2 PROGRESS AND COMPLETION § 8.2.1 Time limits stated in the Contract Documents are of the essence of the Contract. By executing the Agreement, the Contractor confirms that the Contract Time is a reasonable period for performing the Work. § 8.2.1.1 If Contractor fails to achieve Substantial Completion of the Work on or before the date(s) specified for Substantial Completion in this Contract and the other Contract Documents, Contractor shall pay to the Owner, as liquidated damages, the sum set out in the Contract between Owner and Contractor for each calendar day that Substantial Completion is delayed after the date(s) specified for Substantial Completion. The total liquidated damage claim is determined by multiplying daily -liquidated damage amounts stated in the Contract by the number of days late. A fraction of a day shall be counted as a full day. It is hereby agreed that the actual damages which Owner will suffer by reason of late completion would be difficult to ascertain, and the liquidated damages to which Owner is entitled hereunder are a reasonable forecast of just compensation for the harm that would be caused by Contractor's failure to achieve Substantial Completion of the Work on or before the date(s) specified for Substantial Completion, and not a penalty. Liquidated damages shall be paid as they accrue and may be adjusted from any progress payment due. § 8.2.2 The Contractor shall not knowingly, except by agreement or instruction of the Owner in writing, prematurely commence operations on the Site or elsewhere prior to the effective date of insurance required by Article I I to be furnished by the Contractor and Owner. The date of commencement of the Work shal I not be changed by the effective date of such insurance. Unless the date of commencement is established by the Contract Documents or a Notice to Proceed given by the Owner, the Contractor shall notify the Owner in writing not less than five (5) days or another agreed period. § 8.2.3 The Contractor shall proceed expeditiously with adequate forces and shall achieve Substantial Completion within the Contract Time. § 8.2.4 The Contractor is subject to liquidated damages, as specified in the Agreement, if the Work is not completed by the date of Substantial Completion. § 8.3 DELAYS AND EXTENSIONS OF TIME § 8.3.1 If the Contractor is delayed in performing work that is critical to overall completion of the Work by an act or neglect of the Owner, Architect or Owner's Designated Representative , or of a separate contractor employed by the Owner, or by changes ordered in the Work, or by labor disputes, unavoidable casualties, including fire, or by unusually adverse weather conditions, as defined below, then the Contract Time shall be extended for a reasonable time to reflect the impact of the delay on Work critical to achieve Substantial Completion within the Contract Time, provided the performance of the Work was not delayed by any other cause for which the Contractor is not entitled to an extension in the Contract Time underthe Contract Documents. Adjustments in the Contract Time will be permitted for a delay only to the extent such delay is not caused or could not have reasonably been anticipated by the Contractor and could not be limited or avoided by the Contractor's timely notice to the Owner of the delay, and only if Contractor satisfies the conditions of this Paragraph 8.3. Contractor has the burden to prove that any of the foregoing alleged causes of delay significantly impacted construction progress on the critical path, as a condition precedent to any extension of the Contract Time. § 8.3.1.1 The Contractor shall anticipate and include in the construction schedule lost time due to adverse weather conditions in accordance with the number of Lost Time Workdays per month in the Fort Worth area in accordance with the following schedule: January - 5 February - 4 March - 5 April - 6 Init AIA Document A201°- toot. Oopyright01911. 1915, 1918. 1926 1937 1951. 1958. 1961. 1963. 1968. 1970 1976. 1987. 1097 and 2007 by The American Institute olArchitacts. All rights reserved. The'An)errcan In3btulr of Arrhilect4."AIA the AIA logo -A201 and WA Conaarl nucaurxnts are «'lister i 38 trudemarks and may not be used without permission This document was produced by AIA software at 09 22:28 ET on 01/07f2022 under Order No a545826211 which expires on 0712412022, is not for resale. Is licensed for one-time use anty and may only be used in accordance with the AIA Conlracl Documents° Terms of Service To report copyright violations, e-mail copyrfght§ais org User Notes: (2037860656) May-6 June - 4 July - 4 August - 4 September October - S November - December - A request for a time extension based on unusually adverse weather conditions will not be granted unless the cumulative actual days of Lost Time Workdays for the period when the critical path of the project is subject to impact from Lost Time Workdays exceeds the cumulative number of expected Lost Time Workdays for the same period. The final calculation of entitlement to a time extension cannot be made until the Project is completed and the time extensions for unusually adverse weather may not be made until that time. However, Contractor will submit claimed Lost Time Workdays in accordance with the submission times provided in Section 8.3.2. No day on which substantial Contractor forces are able to perform work on the Project for more than fifty percent (50%) of the usual workday will be counted as a Lost Time Workday, Lost Time Workdays will not be calculated for any period when the critical path of the project is not subject to impact from adverse weather conditions. § 8.3.2 On or before the fifteenth (15th) day of each month of the Work, Contractor shall submit in writing a request for all time extensions to which it believes itself to be entitled for the preceding month, other than time extensions for changes in the Work, which are to be submitted in accordance with the requirements of Article 7. If Contractor's request for time extension for Changes in the Work is denied and Contractor wishes to pursue the matter, Contractor shall submit in writing a request for that extension by the fifteenth (I5th) day of the month following the denial. Any claim for time extension not submitted under the terms of this Section shall be waived. § 8.3.2.1 Owner, after consultation with the Architect and Owner's Designated Representative, shall grant time extensions to the extent it believes them to be proper. Time extensions granted by the Owner may be incorporated into schedules for completion of the Work. In the event that Contractor believes that it is entitled to additional time extensions beyond those granted by the Owner, it may make a claim for them provided it can meet the requirements of Section 4.3. § 6.3.3 LIMITATION ON DAMAGES FOR DELAY Except for the Contractor's right to terminate this Contract pursuant to the provisions of Article 14 hereof, the Contractor's sole remedy for any delay shall be an extension of time as set forth herein unless the same shall have been caused by acts constituting interference by the Owner, Architect and/or Owner's Designated Representative with the Contractor's performance of the Work but only to the extent that such acts continue after the Contractor's written notice to the Owner of such interference. The Owner's exercise of any of its rights under Article 7 hereof, regardless of the extent or number of such changes, the Owner's exercise of its rights under paragraph 3.10.1 hereof, or the Owner's exercise of any of its remedies for correction or re -execution of any defective Work, will not under any circumstances be construed to be interference with the Contractor's performance of the Work. Except as permitted above, in no event shal I the Contractor be entitled to any compensation or recovery of any damages, impact damages, extended overhead or other costs, with regard to the extent or frequency of such delays. ARTICLE 9 PAYMENTS AND COMPLETION § 9.1 CONTRACT SUM The Contract Sum is stated in the Agreement and, including authorized adjustments, is the total amount payable by the Owner to the Contractor for performance of the Work under the Contract Documents. I�lt AIA Document A201e- 2007, Copyright m 1911, 1915, 1918, 1925. 1937, 1951, 1958, 1961, 1963, 1966 1970. 1976, 1987, 1997 and 2007 by The American Institute of Archdects AN rights reserved, the'Atrict!csn t ,i lute of,' .-hAects AIA ` tho A t.cx^'A101; a,td 'l.IA Conk � -t Uor n: nnts din ir.j ,!! +red 39 Iradenlatks and riser; not be used wnhuut pormsssion This document was produced by AIA software at 09:22:28 ET on 01107t2022 under Order No 6545626211 which expires on 0712412022, Is not for resale, is licensed for one-0010 use only, and may only be used in accordance with the AIA Contract Documents" Terms of Service. To report copyright violations, e-mail copyrlght@aia.org. User Nola*: (2037060656) § 9.2 SCHEDULE OF VALUES § 9.2.1 Before the first Application for Payment, the Contractor shall submit to the Architect and Owner's Designated Representative a schedule of values fairly allocating the various portions of the Work, prepared in such form and supported by such data to substantiate its accuracy as reasonably required by the Architect and Owner's Designated Representative. Once approved by the Architect and Owner's Designated Representative, and updated for changes in the Work, the schedule of values shall be used only as a basis for reviewing the Contractor's Applications for Payment and is not to be taken as evidence of market or other value. The schedule shall not overvalue early job activities, Each item shall include a pro-rata portion of overhead and profit. The schedule shall follow the trade divisions of the Specifications so far as practicable and shall contain line items for equipment and system start up and testing. § 9.3 APPLICATIONS FOR PAYMENT § 9.3.1 At the time specified in the Contract, the Contractor shall submit to the Architect and Owner's Designated Representative , an itemized Application for Payment prepared in accordance with the schedule of values, if required under Section 9.2, for completed portions of the Work. Such application shall be notarized, if required, and supported by such data substantiating the Contractor's right to payment as the Owner or Architect may require, such as copies of requisitions from Subcontractors and material suppliers and shall reflect retainage if provided for in the Contract Documents, The Contractor shall submit Applications for Payment in triplicate, using AIA document G702 and G703. § 9,311 As provided in Section 7.3, applications may include requests for payment on account of changes in the Work that have been properly authorized by Construction Change Directives, but not yet included in Change Orders. Contractor agrees that, for purposes of Texas Government Code 2251.042, receipt of the Application for Payment by the Architect shall not be construed as receipt of an invoice by the Owner. Contractor further agrees that Owner's Designated Representative 's receipt of the Certificate for Payment shall be construed as receipt of an invoice by the Owner, for purposes of Texas Government Code Section 2251,042, § 9.3.1.2 Applications for Payment shall not include requests for payment for portions of the Work for which the Contractor does not intend to pay a Subcontractor or material supplier, unless such Work has been performed by others whom the Contractor intends to pay. § 912 Unless otherwise provided in the Contract Documents, payments shall be made on account of materials and equipment delivered and suitably stored at the site for subsequent incorporation in the Work. If approved in advance by the Owner, payment may similarly be made for materials and equipment suitably stored off the site at a location agreed upon in writing. Payment for materials and equipment stored on or off the site shall be conditioned upon compliance by the Contractor with procedures satisfactory to the Owner to establish the Owner's title to such materials and equipment or otherwise protect the Owner's interest, and shall include the costs of applicable insurance, storage and transportation to the site for such materials and equipment stored off the site. Upon payment by the Owner of the invoiced cost, title to all such materials and equipment shall irrevocably pass to the Owner. The Contractor warrants that title to all materials and equipment covered by an Application for Payment will pass to Owner upon the receipt of payment by the Contractor. Such title shall be free and clear of al I liens, claims, security interests or encumbrances. No work, material or equipment covered by an Application for Payment shall be subject to an agreement under which an interest is retained, or an encumbrance is attached by the seller, the Contractor, or other party. CONTRACTOR AGREES TO INDEMNIFY OWNER FROM ANY LOSS RESULTING FROM A BREACH OF THIS SECTION. Any off -site storage shall be in a bonded warehouse, suitably marked for the individual project, in addition to the requirements above. § 9.3.3 The Contractor warrants that title to all Work covered by an Application for Payment will pass to the Owner no later than the time of payment, The Contractor further warrants that upon submittal of an Application for Payment all Work for which Certificates for Payment have been previously issued and payments received from the Owner shall, to the best of the Contractor's knowledge, information and belief, be free and clear of liens, claims, security interests or encumbrances in favor of the Contractor, Subcontractors, material suppliers, or other persons or entities making a claim by reason of having provided labor, materials and equipment relating to the Work. CONTRACTOR SHALL INDEMNIFY AND HOLD OWNER HARMLESS FROM ANY LIENS, CLAIMS, SECURITY INTERESTS OR ENCUMBRANCES FILED BY THE CONTRACTOR, SUBCONTRACTORS, OR ANYONE CLAIMING BY, THROUGH OR UNDER THE CONTRACTOR OR SUBCONTRACTOR FOR ITEMS COVERED BY PAYMENTS MADE BY THE OWNER TO CONTRACTOR, Init. AIA Document A2010- 2007. Copyright O 1911, 1915, 1918, 1925. 1937, 1951, 1958, 1961, 1963, 1966, 1970. 1976, 1987, 1997 and 2007 by The American Institute of Architects. All rights reserved. I tie Aniwit.a n r,shtuf , of A, tecls.' ` I„ ,f _,. ", "A201" , ,d '.'•IA 1u.:,.t I.n• .r, <.m . i::red 40 fmdnmarks ann may not be used vnlhout permission This documenl was produced by AIA software at 09.22:28 ET on 01107/2022 under Order No.8545826211 1 which expires an 07/2412022, is not for resale, is licensed for one-time use only, and may only be used In accordance with the AIA Contract Documents* Terms of Service To report copyright vldallons, e-mail copyrlghtCoia.org. User Notes: (2037960656) § 9.4 CERTIFICATES FOR PAYMENT § 9.4.1 [Not Used.] § 9.4.2 The issuance of a Certificate for Payment will constitute a representation by the Architect and Owner's Designated Representative to the Owner, based on the Architect's and Owner's Designated Representative 's evaluation of the Work and the data comprising the Application for Payment, that, to the best of the Architect's knowledge, information and belief, the Work has progressed to the point indicated and that, to the best of the Architect's and Owner's Designated Representative 's knowledge, information and belief, the quality of the Work is in accordance with the Contract Documents. The foregoing representations are subject to an evaluation of the Work for conformance with the Contract Documents upon Substantial Completion, to results of subsequent tests and inspections, to correction of minor deviations from the Contract Documents prior to completion and to specific qualifications expressed by the Architect and Owner's Designated Representative. The issuance of a Certificate for Payment will further constitute a representation that the Contractor is entitled to payment in the amount certified. However, the issuance of a Certificate for Payment will not be a representation that the Architect and Program has (1) made exhaustive or continuous on -site inspections to check the quality or quantity of the Work, (2) reviewed construction means, methods, techniques, sequences or procedures, (3) reviewed copies of requisitions received from Subcontractors and material suppliers and other data requested by the Owner to substantiate the Contractor's right to payment, or (4) made examination to ascertain how or for what purpose the Contractor has used money previously paid on account of the Contract Sum. § 9.4.3 The issuance of a Certificate for Payment shall constitute a recommendation to the Owner in respect to the amount to be paid. This recommendation is not binding on the Owner if Owner knows of other reasons under the Contract why payment should be withheld. § 9.5 DECISIONS TO WITHHOLD CERTIFICATION § 9.5.1 The Architect or Owner's Designated Representative may withhold a Certificate for Payment in whole or in part, to the extent reasonably necessary to protect the Owner, if in the Architect's or Owner's Designated Representative 's opinion the representations to the Owner required by Section 9.4.2 cannot be made. If the Architect or Owner's Designated Representative is unable to certify payment in the amount of the Application, the Architect or Owner's Designated Representative will notify the Contractor and Owner as provided in Section 9.4.1. If the Contractor and Architect or Owner's Designated Representative cannot agree on a revised amount, the Architect or Owner's Designated Representative will promptly issue a Certificate for Payment for the amount for which the Architect or Owner's Designated Representative is able to make such representations to the Owner, The Architect or Owner's Designated Representative may also withhold a Certificate for Payment or, because of subsequently discovered evidence, may nullify the whole or a part of a Certificate for Payment previously issued, to such extent as may be necessary in the Architect's or Owner's Designated Representative's opinion to protect the Owner from loss for which the Contractor is responsible, including loss resulting from acts and omissions described in Section 3.3.2, because of .I defective Work not remedied; .2 third party claims filed or reasonable evidence indicating probable filing of such claims unless security acceptable to the Owner is provided by the Contractor; .3 failure of the Contractor to make payments properly to Subcontractors or for labor, materials or equipment; .4 reasonable evidence that the Work cannot be completed for the unpaid balance of the Contract Sum; .5 damage to the Owner or a separate contractor; .d reasonable evidence that the Work will not be completed within the Contract Time, and that the unpaid balance would not be adequate to cover actual or liquidated damages for the anticipated delay; or .7 repeated failure to carry out the Work in accordance with the Contract Documents; or .8 failure to submit a written plan indicating action by the Contractor to regain the time schedule for completion of Work within the Contract Time. loft AIA DocumentA201e_ 2007, CopynghtO 1911, 1015, 1918, 1925, 1937. 1961, 1958, 1951, 1963, 1966, 1970, 1976, 1987, 1997 and 2007 by The American Institute of Architects All rights reserved The 'Amerlcan Institute of Architects -'AIA,' the AIA Logo, 'A201," and 'AIA Contract Documents' are registered 41 trademarks and may not be used without permission This document was produced by AIA software at 09:22 28 ET on 01/07/2022 under Order No.8545826211 / which expires on 07124/2022, is not for resale. is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents* Terms of Service. To report copyright violations, e-mau eopynght®aia org User Notes: (2037860656) § 9.5.2 If the work has not attained Substantial Completion by the date agreed upon and set forth in the Amendments, subject to extensions of time as described in the Contract Documents, Owner may, in its sole discretion, direct Architect or Owner's Designated Representative to withhold payment to Contractor to the extent necessary to reserve sufficient funds to complete the construction of the Project and to cover liquidated damages assessed against Contractor up to the time of the Application for Payment and to the time it is reasonably anticipated Substantial Completion will be achieved. The Owner shall not be deemed in default by reason of withholding payment as provided for in Sections 9.4.3, 9.5.1, or this Section. (Paragr-aph deleted) § 9,6 PROGRESS PAYMENTS § 9.6.1 After the Architect has issued a Certificate for Payment, the Owner shall make payment in the manner and within the time provided in the Contract Documents and shall so notify the Architect, After the Architect has issued a Certificate for Payment approved by the Owner's Designated Representative, the Owner shall make payment in the manner and within the time provided in the Contract Documents and shall so notify the Architect and the Owner's Designated Representative. If the Owner becomes aware that Contractor is not current in its legitimate obligations to suppliers, laborers and/or Subcontractors on the Project, Owner may (but is not obligated to) withhold payment sufficient to cover the current legitimate obligations until it receives reasonable proof from the Contractor that this situation no longer exists. Payments to the Contractor shall not be construed as releasing the Contractor or his Surety from any obligation under the Contract Documents. § 9.6,2 Within seven (7) calendar days of receipt of payment from the Owner, the Contractor shall pay each subcontractor, out of the amount paid to the Contractor on account of such Subcontractor's portion of the Work, the amount to which said Subcontractor is entitled, reflecting percentages actually retained from payments to the Contractor on account of such Subcontractor's portion of the Work. The Contractor shall, by appropriate agreement with each Subcontractor, require each Subcontractor to make payments to Sub -subcontractors in a similar manner. Owner is not obligated to monitor payments to subcontractors or Sub -subcontractors, and nothing in this Section shall create any right on the part of a Subcontractor or Sub -subcontractor against Owner, Architect or Owner's Designated Representative. In compliance with Texas Government Code Section 2251,022, the Contractor shall, within ten (10) days following receipt of payment from the Owner, pay all bills for labor and materials performed and furnished by others in connection with the Work, and shall, if requested, provide the Owner with evidence of such payment, Contractor's failure to make payments within such time shall constitute a material breach of this Contract. Contractor shall include a provision in each of its subcontracts imposing the same payment obligations on its Subcontractors as are applicable to the Contractor hereunder, and if the Owner so requests, shall provide copies of such Subcontractor payments to the Owner. If the Contractor has failed to make payment promptly to the Contractor's Subcontractors or for materials or labor used in the Work for which the Owner has made payment to the Contractor, then the Owner shall be entitled to withhold payment to the Contractor in part or in whole to the extent necessary to protect the Owner. § 9.6.3 The Architect will, on request, furnish to a Subcontractor, if practicable, information regarding percentages of completion or amounts applied for by the Contractor and action taken thereon by the Architect and Owner on account of portions of the Work done by such Subcontractor. § 9.6.4 Neither Owner, Architect nor Owner's Designated Representative shall have any obligation to pay or see to the payment of any money to a Subcontractor or Sub -subcontractor. § 9.6.5 Contractor payments to material and equipment suppliers shall be treated in a manner similar to that provided in Sections 9.6.2, 9.6.3 and 9.6.4. § 9.6.6 A Certificate for Payment, a progress payment, or partial or entire use or occupancy of the Project by the Owner shall not constitute acceptance of Work not in accordance with the Contract Documents. § 9.6.7 Contractor shall not withhold as retainage a greater percentage on Subcontractors or materialmen than the percentage Owner withheld as retainage from payments to the Contractor. Init. AIA Document A201°- door. Copyright 0 1911. 1918, 1918, 1925, 1937, 1951, 1968, 1961, 1963. 1966, 1970, 1976, 1987. 1997 and 2007 by The American Institute of Architects. All rights reserved The 'American Institute of Architects,- 'AIA.' the A!A Logo 'A201 "and 'AIA Contract Documents' are registered 42 trademarks and may not be used without permission This document was produced by AIA software at 09:22:28 ET on 0110712022 under Order No.8545826211 t which expires on 07124/2022, Is not for resale, is licensed for one-time use only, and may only be used In accordance with the AIA Contract Documenlse' Terms of Service. To report copyright violations, e-mail oopyright@aia.org User Notes: (2037860656) § 9.7 FAILURE OF PAYMENT § 9.7.1 If the Owner does not pay the Contractor any payment which is due and owing under this Agreement and which has been certified by the Architect and Owner's Designated Representative within twenty-one (2 1) calendar days of the date when it is due, then the Contractor may upon fourteen (14) additional calendar days written notice, stop the work until payment of amount owing has been received, § 9.7.2 If the Owner is entitled to reimbursement or payment from the Contractor under or pursuant to the Contract Documents, such payment shall be made promptly upon demand by the Owner. Notwithstanding anything contained in the Contract Documents to the contrary, if the Contractor fails to promptly make any payment due to Owner, or the Owner incurs any costs and expenses to cure any default of the Contractor or to correct defective Work, pursuant to the Contract the Owner shall have an absolute right to offset such amount against the Contract Sum and may, in the Owner's sole discretion, elect either to: .1 deduct an amount equal to that which the Owner is entitled from any payment then or thereafter due to Contractor from the owner, or .2 issue a written notice to the Contractor reducing the Contract Sum by an amount equal to that which the Owner is entitled. § 9,8 SUBSTANTIAL COMPLETION § 9.8.1 The Work or designated portions thereof as set out herein will not be considered Substantially Complete until (and the term Substantial Completion shall mean) the performance of the Work, or designated portion thereof, is to the point where (1) all Project systems included in the Work or designated portion thereof are operational, (2) as to such Work or designated portion thereof, all required governmental inspections and certifications required of Contractor have been made and posted, (3) as to such Work or designated portion thereof, designated initial instruction described in the Contract Documents of Owner's personnel in the operation of systems has been completed, and (4) as to such Work or designated portion thereof, all the required finishes set out in the Contract Documents are in place. The only remaining work shall be minor in nature, so that the Owner or Owner's tenants could occupy the applicable portion of the Project on that date, and the completion of the work by the Contractor would not materially interfere with or hamper the Owner or Owner's tenants normal school operations or other intended use. As a further condition of Substantial Completion of the whole or designated portion thereof, the Contractor shall certify that all remaining Work with respect thereto will be completed within the time specified by the Contract Documents for Final Completion. § 9.8.2 When the Contractor considers that the Work, or a portion thereof which Owner agrees to accept separately, is Substantially Complete, the Architect and Owner's Designated Representative shall prepare a punch list of items to be completed or corrected prior to final completion. Failure to include an item on such list does not alter the responsibility of the Contractor to complete all Work in accordance with the Contract Documents. § 9.8.3 When Contractor notifies, written form, the Architect and Owner's Designated Representative that is has completed or corrected items on the punch list, the Architect will make an inspection to determine whether the Work or designated portion thereof is substantially complete. If the Architect's inspection discloses any item, whether or not included on the Contractor's punch list, which is not sufficiently complete in accordance with the Contract Documents so that the Owner can occupy or utilize the Work or designated portion thereof for its intended use, the Contractor shall, before issuance of the Certificate of Substantial Completion, complete or correct such item upon notification by the Architect. In such case, the Contractor shall then submit a request for another inspection by the Architect to determine Substantial Completion. Except with the consent of the Owner, the Architect shal I perform no more than two inspections to determine whether the Work or a designated portion thereof has attained Substantial Completion in accordance with the Contract Documents. The Owner shall be entitled to reimbursement from the Contractor for amounts paid to the Architect for any additional inspections. § 9.8.4 When the Work or designated portion thereof is substantially complete, the Architect will timely prepare, sign and issue a Certificate of Substantial Completion that shall establish the date of Substantial Completion, shall establish responsibilities of the Owner and Contractor for security, maintenance, heat, utilities, damage to the Work and insurance, and shall fix the time within which the Contractor shall finish all items on the list accompanying the Certificate. Warranties required by the Contract Documents shall commence on the date of Substantial Completion of the Work or designated portion thereof unless otherwise provided in the Certificate of Substantial Completion. lt� AIA Document A201* _ ze o7. Copyright m 1911, 1915, 1918 1926. 1937, 1961 1958, 1961. 1963. 1%6, 1070 1976, 1987, 1997 and 2007 by The American Institute of Architects. Al rights reserved. The-Amencai InsbUale of Archdr•cLv AIA . the AA Logo -A7.01 - and AIA Contruel Do,_wv rots are ray stered 43 trademarks and may mot he used without poinrss on This document was produced by AIA software at 09 22.28 ET an 01/0712022 under Order No 0545826211 1 which expires on 07124/2022. s not for resale. Is licensed for one-time use only and may on y be used in accordance with the AIA Contract Documents' Terms of Service To report copyright violollons, e•maii copy right§aio.org. User Nate*: (2037860656) § 9.8,5 The Certificate of Substantial Completion shall be submitted to the Owner and Contractor for their written acceptance of responsibilities assigned to them in such Certificate. Upon such acceptance and consent of surety, if any, the Owner may make payment of retainage applying to such Work or designated portion thereof. Such payment shall be adjusted for Work that is incomplete or not in accordance with the requirements of the Contract Documents, § 9.8.6 The Contractor shall keep all required insurance in full force, and utilities on, until the Certificate of Substantial Completion is issued, and accepted by the Owner in writing, regardless of the stated date of Substantial Completion. Acceptance shall not be unreasonably withheld. § 9.9 PARTIAL OCCUPANCY OR USE § 9.9.1 The Owner may occupy or use any completed or partially completed portion of the Work at any stage, provided such occupancy or use is consented to by the insurer as required under 11.4.1 and authorized by local authorities having jurisdiction over the Work. The Owner will accept responsibility for security, heat, air-conditioning, pro -rated utilities, damage to the Work, and provide its own insurance. Contractor will continue its own insurance as specified elsewhere. § 9.9.2 immediately prior to such partial occupancy or use, the Owner, Contractor and Architect shall jointly inspect the area to be occupied or portion of the Work to be used in order to determine and record the condition of the Work. § 9.9.3 Unless expressly agreed upon in writing, partial occupancy or use of a portion or portions of the Work shall not constitute acceptance of Work not complying with the requirements of the Contract Documents. § 9.10 FINAL COMPLETION AND FINAL PAYMENT § 9.10.1 Upon receipt of the Contractor's written notice that the Work is ready for final inspection and acceptance and upon receipt of a final Application for Payment, the Architect will promptly make such inspection and, when the Architect and the Owner's Designated Representative finds the Work acceptable under the Contract Documents and the Contract fully performed, the Architect and the Owner's Designated Representative will promptly prepare, sign and issue a Certificate of Final Completion and a final Certificate for Payment certifying to the Owner that, on the basis of the Architect's and the Owner's Designated Representative's on -site visits and inspections, the Work has been completed in accordance with terms and conditions of the Contract Documents and that the entire balance, including all retainages found to be due the Contractor and noted in the final Certificate is due and payable. The Architect's and Owner's Designated Representative 's final Certificate for Payment will constitute a further representation that conditions listed in Section 9.10.2 as precedent to the Contractor's being entitled to final payment have been fulfilled. § 9.10.1.1 Final Completion means actual completion of the Work, including any extras or Change Orders reasonably required or contemplated under the Contract Documents other than warranty work as further defined in the Form of Contractor's Final Completion Notice attached hereto and incorporated herein as Exhibit "D". § 9.10.2 Neither final payment nor any remaining retained percentage shall become due until the Contractor submits to the Architect (1) an affidavit that payrolls, bills for materials and equipment, and other indebtedness connected with the Work for which the Owner or the Owner's property might be responsible or encumbered (less amounts withheld by Owner) have been paid or otherwise satisfied, (2) a certificate evidencing that insurance required by the Contract Documents to remain in force after final payment is currently in effect and will not be canceled or allowed to expire until at least 30 days' prior written notice has been given to the Owner, (3) a written statement that the Contractor knows of no substantial reason that the insurance will not be renewable to cover the period required by the Contract Documents, (4) consent of surety, if any, to final payment and (5), if required by the Owner, other data establishing payment or satisfaction of obligations, such as receipts, releases and waivers of liens, claims, security interests or encumbrances arising out of the Contract, to the extent and in such form as may be designated by the Owner. If a Subcontractor refuses to furnish a release or waiver required by the Owner, the Contractor may furnish a bond satisfactory to the Owner to indemnify the Owner against such claim. If such claim remains unsatisfied after payments are made, the Contractor shall refund to the Owner all money that the Owner may be compelled to pay in discharging such claim, including all costs and reasonable attorney's fees. § 9.10.2.1 Prior to final payment to the Contractor, the Contractor shall furnish Owner the documents as may be set forth in Contract Documents. Init. AIA DocumentA201e- tee?. Copyright IQ 1911, 1915, 1918, 1926, 1937, 1951. 1958, 1961. 1963, 1966, 1970 1976, 1987 1997 and 2007 by The American tnsUlute of Architects All rights reserved Tnu 'At t< n +nsLa,:e of Al,:n.;u:cs AAA ' the AI A Lrgo, -A20:.' iv,-! ;,IA Co .+r,: I f:ora,rm• ds" are-r,i^.'ered trademarks. rind may not be use, .v :PioUr penrissron This document was produced by AIA software at 09:22:28 ET on 01/07/2022 under Order No,8545826211 44 which expires an 0712412022. is not for resale is licensed for one-Ume use only, and may only be used in accordance with the AIA Contract Documents'" Terms of Service To report copyright vidadons, e-mail copydght®aia.org. User Notes: (2037860656) § 9.10.2.2 Not used . § 9,10.3 If, after Substantial Completion of the Work, final completion thereof is materially delayed through no fault of the Contractor or by issuance of Change Orders affecting final completion, and the Architect so confirms, the Owner shall, upon application by the Contractor and certification by the Architect, 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 for Work not fully completed or corrected is less than retainage stipulated in the Contract Documents, and if bonds have been furnished, the written consent of surety to payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by the Contractor to the Architect prior to certification of such payment. Such payment shall be made under terms and conditions governing final payment, except that it shall not constitute a waiver of claims. § 9.10.4 The making of Final Payment shall constitute a walver of Claims by the (Paragraphs deleted) Owner. § 9.10.5 Acceptance of final payment by the Contractor shall constitute a waiver of Claims by Contractor, except for any Claims then pending that comply with the requirements of Section 43. ARTICLE 10 PROTECTION OF PERSONS AND PROPERTY § 10.1 SAFETY PRECAUTIONS AND PROGRAMS § 10.1.1 The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the performance of the Contract and shall conform to all provisions of the "Manual of Accident Prevention in Construction", published by the Associated General Contractors of America, Inc. latest edition and the Contractor further agrees to fully comply with all safety standards required by the Occupational Safety and Health Administration ("OSHA") 29 USC Section 651 et seq., and all amendments thereto and FWISD Safety Manual, However, the Contractor's duties herein shall not relieve any Subcontractor and any other person or entity, including any person or entity required to comply with all applicable federal, state and local laws, rules, regulations, and ordinances, from the obligation to provide for the safety of their employees, persons and property and their requirements to maintain a work environment free of recognized hazards, § 10.1.2 Contractor's employees, agents, Subcontractors, anyone directly or indirectly employed by any of them, or anyone forwhose acts any of them may be liable, shall not perform any service for Owner while under the influence of any amount of alcohol or any controlled substance, or use, possess, distribute, or sell alcoholic beverages whi le on Owner's premises. No person shall use, possess, distribute, or sell illicit or unprescribed controlled drugs or drug paraphernalia; misuse legitimate prescription drugs; or act in contravention of warnings on medications while performing the Work or on Owner's premises. § 10.1.3 Contractor has implemented its own or will adopt the FWISD Safety Manual to assure a drug -free and alcohol -free workplace while on Owner's premises or performing the Work, Contractor will remove any of its employees, agents, subcontractors, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, from performing the Work any time there is suspicion of alcohol and/or drug use, possession, or impairment involving such person, and at any time an incident occurs where drug or alcohol use could have been a contributing factor, Owner has the right to require Contractor to remove any person from performing the Work any time cause exists to suspect alcohol or drug use. In such cases, the person so removed may only be considered for return to work after the Contractor certifies as a result of a for -cause test, conducted immediately following removal, that said person was in compliance with this Contract, Contractor will not use any person to perform the Work who fails or refuses to take, or tests positive on, any alcohol or drug test. § 10.1A Contractor will comply with all applicable federal, state and local drug and alcohol -related laws and regulations (e.g., Department of Transportation regulations, Drug -Free Workplace Act). Owner has also banned the presence of all weapons on the Project site, whether or not the owner thereof has a permit for a concealed weapon, and Contractor agrees that Contractor's representatives, employees, agents, and sub -contractors will abide by same. UK Institute Document A201e- zoa7, Copyright O 1911. 1915, 1918, 1925, 1937 1951, 1958, 1961, 1963. 1966, 1070, 1976, 1987 1997 and 2007 by The American Institute of Architects. Al( rights reserved The'American Institute of Architects,' 'AIA,' the AtA Logo,-A201.' and AIA Contrad Oocunwnts are regicterc:i 45 tack -marks and may o, : be used mahNit ponnis +on. This document was produced by AIA software at 09:22:28 ET on 0V0712022 under Order No 8545826211 which expires on 0712412022, is not for resale, is licensed for one-t me use on' y, and may only be used in accordance with the AIA Contract Documents° Terms of Seance. To report copyright violations, e-mail copyright@aia org User Not": (2037860656) § 10.2 SAFETY OF PERSONS AND PROPERTY § 10.2.1 The Contractor shall take reasonable precautions for safety of, and shall provide reasonable protection to prevent damage, injury or loss to .1 employees on the Work, school personnel, students, and other persons on Owner's premises, and other persons who may be affected thereby; including the installation of fencing or other forms of safety barricades between the Work site and the occupied portion of a connecting or adjacent educational facility; .2 the Work and materials and equipment to be incorporated therein, whether in storage on or off the site, under care, custody or control of the Contractor or the Contractor's Subcontractors or Sub -subcontractors; and 3 other property at the site or adjacent thereto, such as other buildings, fencing, trees, shrubs, lawns, walks, athletic fields, facilities and tracks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction. § 10.2.2 The Contractor shall comply with and give notices required by applicable laws, statutes, ordinances, codes, rules and regulations, and lawful orders of public authorities bearing on safety of persons or property or their protection from damage, injury or loss. § 10.2.3 The Contractor shall erect and maintain, as required by existing conditions and performance of the Contract, reasonable safeguards for safety and protection, including posting danger signs and other warnings against hazards, promulgating safety regulations and notifying owners and users of adjacent sites and utilities. The Contractor shall also be responsible, at the Contractor's sole cost and expense, for all measures necessary to protect any property adjacent to the Project and improvements therein. Any damage to such property or improvements shall be promptly repaired by the Contractor. Contractor shall provide reasonable fall protection safeguards and provide approved fall protection safety equipment for use by all exposed Contractor employees, § 10.2A When use or storage of hazardous materials or equipment or unusual methods are necessary for execution of the Work, the Contractor shall exercise utmost care and carry on such activities under supervision of properly qualified personnel, and shall only conduct such activities after giving reasonable advance written notice of the presence or use of such materials, equipment or methods to Owner and Architect, The storage of explosives on Owner's property is prohibited. The use of explosive materials on Owner's property is prohibited unless expressly approved in advance by authorities having jurisdiction and in writing by Owner and Architect. When use or storage of hazardous materials or equipment or unusual construction methods are necessary, the Contractor shall give the Owner, Owner's Designated Representative and the Architect reasonable advance notice of the presence or use of such materials, equipment, or methods. § 10.2.5 The Contractor shall promptly remedy damage and loss (other than damage or loss insured under property insurance required by the Contract Documents) to property referred to in Sections 10.2.1.2 and 10.2.1.3 caused in whole or in part by the Contractor, a Subcontractor, a Sub -subcontractor, or anyone directly or indirectly employed by any of them, or by anyone for whose acts they may be liable and for which the Contractor is responsible under Sections 10.2.1.2 and 10.2.1.3, except damage or loss attributable to acts or omissions of the Owner or Architect or anyone directly or indirectly employed by either of them, or by anyone for whose acts either of them may be liable, and not attributable to the fault or negligence of the Contractor. The foregoing obligations of the Contractor are in addition to the Contractor's obligations under Section 3.18. § 10.2.6 The Contractor shall designate a responsible member of the Contractor's organization at the site whose duty shall be the prevention of accidents. This person shall be the Contractor's superintendent unless otherwise designated by the Contractor in writing to the Owner and Architect. Additionally, Contractor shall submit a Safety Plan for the Owner's approval prior to commencing the Work which meets or exceeds the minimum requirements set forth in the provisions of the FWISD Safety Plan attached hereto and incorporated herein as Exhibit. Unless otherwise specified in the Contract Documents, Contractor shall be responsible for initiating, maintaining, supervising, and enforcing all safety precautions and programs in connection with the Work. It shall be the duty and responsibility of the Contractor and all of its Subcontractors to be familiar and comply with all requirements of Public Law 91-596, 29 U.S.C. §§ 651 et. Seq., the Occupational Safety and Health Act of 1970, (OSHA) and all amendments Init. AIA DocumentA201°- tool. Copyright ®1911. 1915, 1918, 1925. 1937. 1951, 1968, 1961, 1963, 1966, 1970, 1976, 1987, 1997 and 2007 by The American Institute of Architects. Ali rights reserved. The 'American Institute of Architects,` 'AIA ' the AIA Logo. 'A201"and 'AIA Contract Documents' are registered 46 trademarks and may not be used without permission This document was produced by AIA software at 09:22:28 ET on 01/07/2022 under Order No 8545826211 t which expires on 07/24/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents° Tema of Service To repot copyright violations, e-mail copyright@aia.org. User Notes: (2037060656) thereto, and to enforce and comply with all of the provisions of the Act. Contractor shall comply with all applicable laws and regulations of any public body having jurisdiction for safety of persons or property to protect them from damage, injury or loss and shall erect and maintain all necessary safeguards for such safety and protection. However, the Contractor's duties shall not relieve any subcontractor(s) or any other person or entity (e.g. a supplier) including any person or entity with liability relative to compliance with all applicable federal, state and local laws, rules, regulations, and ordinances which shall include the obligation to provide for the safety of their employees, persons, and property and their requirements to maintain a work environment free of recognized hazards. § 10.2.7 The Contractor shall not permit any part of the construction or site to be loaded so as to cause damage or create an unsafe condition. § 10.2.8 When all or a portion of the Work is suspended for any reason, the Contractor shall do all things necessary to protect the Owner's premises and all persons from damage and injury. § 1019 The Contractor shall promptly report in writing to the Owner, Owner's Designated Representative and Architect all accidents arising out of or in connection with the Work which cause death, personal injury, or property damage, giving full details and statement of any witnesses. In addition, if death, serious personal injuries, or serious property damages are caused, the accident shall be reported immediately by telephone or messenger to the Owner, Owner's Designated Representative and the Architect, § 10.2.10 The Contractor shall be responsible for the protection and security of the Work until it receives written notification that the Substantial Completion of the Work has been accepted by the Owner, § 10.3 HAZARDOUS MATERIALS § 10.3.1 Contractor is responsible for reviewing all Asbestos Hazard Emergency Act Management Plans on file with Owner and for obtaining sign -off from the Owner prior to commencing the Work. Contractor agrees that it shall not transport to, use, generate, dispose of, or install at the Project site any Hazardous Substance (as defined in Section 10.3,1.3), except in accordance with applicable Environmental Laws. Further, in performing the Work, Contractor shall not cause any release of Hazardous Substances into, or contamination of, the environment, including the soil, the atmosphere, any water course or ground water, except in accordance with applicable Environmental Laws (as hereafter defined in Section 10.3.1.3). § 10.3.1:1 In the event Contractor encounters on the Project site any Hazardous Substance, or what Contractor may reasonably believe to he a Hazardous Substance, and which is being introduced to the Work, or exists on the Project site, in a manner in violation of any applicable Environmental Laws, Contractor shall immediately stop work in the area affected and report the condition to Owner, Owner's Designated Representative and Architect in writing. The Work in the affected area shall not thereafter be resumed except by written authorization of Owner if in fact a Hazardous Substance has been encountered and has not been rendered harmless. Contractor shall be responsible for the consequences of any failure to stop work under this Subparagraph 10.3.1,1. § 10.3.1.2 Owner and Contractor may enter into a separate agreement and/or Change Order for Contractor to remediate and/or render harmless the Hazardous Substance, but Contractor shall not be required to remediate and/or render harmless the Hazardous Substance absent such agreement. Contractor shall not be required to resume work in any area affected by the Hazardous Substance until such time as the Hazardous Substance has been remediated and/or rendered harmless. AIA DocumentA201°_ tool. Copyright m 1911, 1915, 1918, 1925, 1937, 1951, 1958. 1961, 1963. 1966, 1970, 1976, 1987, 1997 and 2007 by The American Institute of Architects. All rights reserved The 'American Institute of Architects.' 'AIA,' the Al Logo "A201," and -AA Co itract is ;,::,,: c 1 47 trademarks and may not be used without permission This document was produced by AIA software at 09 22 28 ET on 01107/2022 under Order No 8545826211 ! which expires on 0712412022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents* Terms of Service. To report copyright violations, e-mail copyright®aia org User Notes: (2037860656) § 10.3.1.3 For purposes of this Agreement, the term "Hazardous Substance" shall mean and include any element, constituent, chemical, substance, compound, or mixture, which are defined as a hazardous substance by any applicable local, state or federal law, rule, ordinance, by-law, or regulation pertaining to environmental regulation, contamination, clean-up or disclosure, including, without limitation, The Comprehensive Environmental Response, Compensation and Liability Act of 1980 ("CERCLA"), The Resource Conservation and Recovery Act ("RCRA") The Toxic Substances Control Act ("TSCA"), The Clean Water Act ("CWA"), The Clean Air Act ("CAA"), and the Marine Protection Research and Sanctuaries Act ("MPRSA"), The Occupational Safety and Health Act ("OSHA"), The Superfund Amendments and Reauthorization Act of 1986 ("SARA"), or other state superlien or environmental clean-up or disclosure statutes including all state and local counterparts of such laws (all such laws, rules and regulations being referred to collectively as "Environmental Laws"). It is the Contractor's responsibility to comply with this Section 10.3 based on the law in effect at the time its services are rendered and to comply with any amendments to those laws for all services rendered after the effective date of any such amendments. § 10.3.1.4 In those instances in which the presence of a Hazardous Substance was set forth in the AHERA documents or in which Contractor has other written notice of such through information given to Contractor by Owner or its representative prior to execution of the Agreement, Contractor shall not be entitled to a Claim for any delays, disruption or interference it encounters. In those instances of Work stoppage due to the existence of such Hazardous Substances which were not set forth in the AHERA plans and of which Contractor has no other prior notice, Contractor may be entitled to a Claim for delay or Work stoppage if the requirements of Section 4.3 are met. § 10.3.2 [Not Used.] § 10.3.3 [Not Used.] § 10.3A [Not Used.] § 10.3.5 [Not Used.] § 10.3.6 [Not Used.] (Paragraphs deleted) 110. EMERGENCIES In an emergency affecting safety of persons or property, the Contractor shall act, at the Contractor's discretion, to prevent threatened damage, injury or loss. Additional compensation or extension of time claimed by the Contractor on account of an emergency shall be determined as provided in Section 4.3 and Article 7. ARTICLE 11 INSURANCE AND BONDS § 11.1 CONTRACTOR'S LIABILITY INSURANCE § 11.1.1 The Contractor shall purchase from and maintain in a company or companies with an "A.M. Best Rating" of "A minus" or better, and licensed to do business in the State of Texas, such insurance as required by the contract documents that will protect the Contractor, the Owner, it's officers, agents, employees, volunteers, elected officials, Owner's Designated Representative, Architect and contract indemnities, from claims set forth below which may arise out of, or result from the Contractor's operations and completed operations under the Contract, whether such operations be by the Contractor or by a Subcontractor or by anyone directly or indirectly contracted or employed by any of them, or by anyone for whose acts any of them may be liable. Contract liability shall be the same limits as under Section 11.1.2 below: 1 Claims under workers' compensation, disability benefit and other similar employee benefit acts that are applicable to the Work to be performed; .2 Claims for damages because of bodily injury, occupational sickness or disease, or death of the Contractor's employees; .3 Claims for damages because of bodily injury, sickness or disease, or death of any person other than the Contractor's employees; .4 Claims for damages insured by usual personal injury liability coverage; .5 Claims for damages, other than to the Work itself, because of injury to or destruction of tangible property, including loss of use resulting therefrom; .6 Claims for damages because of bodily injury, death of a person or property damage arising out of ownership, maintenance or use of a motor vehicle; Init AIA Document A201e _ 2007. CopyrightC 1911, 1915, 1918, 1925. 1937, 1951, 195a, 1981, 1963, 1966. 1970 1976, 1987. 1997 and 2007 by The American Institute of Architects All rights reserved. The 'American Institute of Architects.' 'AIA,' the AIA Logo ''A201;' and 'AIA Contract Documents' are registered 48 trademarks and may not be used without permission This document was produced by AIA software at 09 22:28 ET on 01107/2022 under Order No_6545626211 t which exptma an 07124/2022, is not for raaele, is licensed for one-time use only, and may only be used In accordance with the AIA Contract Documental, Terms of Service. To report copyright violations, e-mail copyright@ala.org. User Notes: (2037860656) 7 Claims for bodily injury or property damage arising out of completed operations; and 8 Claims involving contractual liability insurance applicable to the Contractor's obligations under Section 3.18; 9 Claims for Premises, Products and Completed Operations. No insurance required by the Contract Documents shall contain a deductible or self -insured retention amount in excess of S 10,000.00 without the prior written consent of Owner. Any deductibles that may apply to any of the insurance required by the Contract Documents will be the sole responsibility of the Contractor. The Contractor shall pay all costs not covered because of such deductibles. None of the requirements contained herein as to types, limits or Owner's approval of any insurance coverage to be obtained and maintained by Contractor is intended to and shall not in any manner limit, qualify or quantify the liabilities and obligations assumed and required by Contractor under the Contract Documents or applicable law. In the event Contractor is in breach of contract by failing to provide the required coverage specified in the contract, the Owner may have cause for termination of the contract without recourse against the Owner or any Indemnitees. All Insurance required by the Contract Documents to be provided by the Contractor are Primary and Non -Contributory insurance to any that may be carried by the Fort Worth Independent School District, its officers, agents, employees, volunteers, elected officials, Owner's Designated Representative, Architect and contract indemnities. § 11.1.2 The insurance required by Section 11.1.1 shall be written for not less than limits of liability specified in the Contract Documents or required by law, whichever coverage is greater. Coverages, whether written on an occurrence or claims -made basis, shall be maintained without interruption from the date of commencement of the Work until the date of final payment and termination of any coverage required to be maintained after final payment, and, with respect to the Contractor's completed operations coverage, until the expiration of the period for correction of Work or for such other period for maintenance of completed operations coverage as specified in the Contract Documents. The Owner, its officers, agents employees, volunteers, elected officials, Owner's Designated Representative , Architect and contract indemnities shall be covered as additional insured for liability arising out of activities performed by, for, or on behalf of, the Contractor, including general supervision of the Contractor, products and completed operations of the Contractor, premises owned, occupied or used by the Contractor, or automobiles owned, leased, hired, or borrowed by the Contractor. The coverage provided to the Owner will include coverage for complete operations, For Coverage and Limits that apply to Section 11.1.1, refer to attached Exhibit I AIA A201 INSURANCE LIMITS § 11.1,3 Certificates of insurance acceptable to the Owner must be received prior to the issuance of a "Notice to Proceed". It is a condition of the terms of the contract that copies of the insurance policies and all applicable endorsements confirming the contractually required coverage be received and accepted by Owner within 30 days issuance of the "Notice to Proceed" and thereafter upon renewal or replacement of each required policy of insurance. No payment shall be made to the Contractor unless and until the required certificates, endorsements and policies have been received and approved by the Owner. Contractor must meet its obligations to provide current, accurate, and timely documentation of all renewal insurance policies, endorsements, and certificates of insurance. Copies of all renewal certificates of insurance evidencing required coverage must be received prior to the policy(ies) expiration. Copies of all renewal insurance policies and endorsements must be received and accepted within 30 days of renewal effective dates. No Contractor will be allowed to continue work on the project unless current Certificates of Insurance evidencing required coverages are on file with Owner and Contractor is continuing to satisfy the requirement of providing copies of all policies and endorsements evidencing the required coverages. These certificates and the insurance policies required by Section 11.1 shall contain a provision that coverages afforded under the policies will not be canceled or allowed to expire until at least thirty (30) days' prior written notice has been given to the Owner. If any of the foregoing insurance coverages are required to remain in force after final payment, an additional certificate evidencing continuation of such coverage shall be submitted with the final Application for Payment as required by Section 9.10.2, and thereafter upon renewal or replacement of such coverage until the expiration of the time required by Section 11.1.2. Owner's receipt, review and acceptance of such documentation shall be an absolute condition precedent to Contractor's receipt of final payment. Information concerning reduction of coverage, including but not limited to revised limits or claims paid underthe General Aggregate, or both shall be furnished by the Contractor with reasonable promptness. Contractor shall obtain and provide to Owner all endorsements necessary to obtain the insurance required by the Contract Documents. The required endorsements include but are not limited to additional Init. AI DocumentA201e _ ioor. CopynghtC 1911. 1915. 1918, 1925, 1937. 1961. 1958, 1961, 1963, 1966. 1970 1976, 1987, 1997 and 2007 by The American Institute of Architects AN rights reserved The'Ameocivi Institute of Ari_r"r,*cts' 'AIA." thr AA Logo 'A201"and 'AIA Contract Documents' are registered 49 trademarks and may not be used without permission This document was produced by AIA software at 09:22:20 ET on 01/0712022 under Order No 8545826211 1 which expires on 07/2412022, is not for resale, ;a licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents" Tenn of Service, To report copyright violations, e-maii copyright®ala.org. User Notes. (203711at1656) insured; aggregate per project; 30 days' notice of cancellation, non -renewal or material reduction in coverage; personal injury liability (removingthe personal injury contractual liability exclusion); primary liability; and waiver of subrogation. Certificate Holder to be as follows: Fort Worth Independent School District 100 N. University Dr. Fort Worth, TX 76107 The Contractor's insurance coverage shall be primary and non-contributory insurance to any insurance of self-insurance maintained by the Owner, its officers, agents, employees, volunteers, elected officials, Owner's Designated Representative, Architect, and contract indemnities. § 11.1.4 The Contractor shall cause the insurance required by the Contract Documents to include the Owner, it's officers, agents, employees, volunteers, elected officials, Owner's Designated Representative , Architect and contract indemnities as additional insureds for claims caused in whole or in part by the Contractor's negligence acts or omissions during the Contractor's operations; and (2) the Owner, it officers, agents, employees, volunteers, elected officials, Owner's Designated Representative , Architect and contract indemnities as additional insureds for claims caused in whole or in part by the Contractor's negligent acts or omission during the Contractor's completed operations. Any additional insured coverage shall be primary to and shall seek no contribution from any insurance available to the additional insureds as their insurance is excess, secondary and non-contributing. Additional insured status shall be provided on ISO CGL Form 20-10-11 -85, or its equivalent. § 11.1.5 Contractor's insurance shall apply separately to each insured against whose claims is made or suit is brought, except with respect to the limits of the insurer's liability. § 11.1.6 Contactor must certify in writing to the Owner that Contractor provided workers' compensation insurance coverage for each employee of the Contractor employed on the Project and Contractor shall provide a certificate of insurance evidencing the required coverage as well as a copy of the policy and required endorsements as per the terms in this Article I 1 and its sub -sections. The Contractor's certification must be received by the Owner prior to "Notice to Proceed". Coverage is to be maintained for the Duration of the Project. § 11.1.7 Additional requirements for Worker's Compensation Insurance Coverage are as follows: A copy of a certificate of insurance showing the Contractor's statutory worker's compensation insurance coverage for the person's or entity's employees providing services on a project is required for the duration of the Project, Duration of the Project includes the time from the beginning of the Work on the Project until the Con tractor's/person's work on the Project has been completed and the work has been accepted by the Owner pursuant to the terms defined by the contract document. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amount and filing of any coverage agreements, which meets the statutory requirements of Texas Code 401.011(44) for all employees of the contractor providing services on the project for the duration of the Project. The Contractor must provide a certificate of coverage to the Owner prior to being awarded the contract. The Contractor shall retain all required certificates of coverage for the duration of the project and for three (3) years thereafter. The Contractor shall notify the Owner in writing by certified mail or personal delivery, within ten (10) days after the Contractor knew or should have known, of any change that materially affects the provision of coverage that Contractor is contractually required to provide. The Contractor shall post on each project site a notice, in the text, form, and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. It is the Contractor's sole Irllt AIA Document A201e- 2007. Copyright Q1911, 1915. 1918. 1925. 1937, 1951, 1950, 1961. 1963. 19M, 1970, 1976, 1987, 1997 and 2007 by The American Institute of Architects Al rights reserved The 'American Institute of Architects,` 'AIA' the AIA Logo, 'A201 "and 'AIA Contract Documents' are registered 5p trademarks and may not be used without permission This document was produced by AIA software at 09:22:20 ET on 01/07/2022 under Order No.8545828211 F which e.Vires on 07/2412022, Is not for resale, is licensed for one-time use only, and may only be used In accordance with the AIA Contract Documents! Terms of Service. To report copyright violations, e-mall copyright@aia.org. User Notes: (2037860856) responsibility to insure compliances to any Federal, State, Local, or any other prescribed statute or law regarding any persons who may work, perform, visit or be on the project premises for any reason due to the Contractor's operations. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the Owner that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier, Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor that entities the governmental entity to declare the contract void if the contractor does not remedy the breach within ten (10) days after receipt of notice of breach from the government entity. § 11.1.8 PROFESSIONAL LIABILITY If the Contractor performs or retains professional services including but not limited to engineering, architectural, medical, testing, or design -build services, the contractor shall maintain or cause provider to maintain professional liability insurance. For Coverage and Limits that apply to Section 11.1.8, refer to attached Exhibit 1 AIA A201 Insurance Limits § 11.1,9 CONTRACTORS EQUIPMENT COVERAGE Contractor shall purchase and maintain insurance coverage insuring its equipment against loss or physical damage. Any such insurance policy covering Contractor's equipment against loss or physical damage shall include an endorsement waiving the insurer's right of subrogation against the Fort Worth Independent School District, its officers, agents, employees, volunteers, elected officials, Owner's Designated Representative, Architect, and contract indemnities. Such insurance will be Contractor's sole and complete means of recovery for any such loss of claim relating to its equipment. IN THE EVENT CONTRACTOR SELF -INSURES THIS RISK, IT IS EXPRESSLY AGREED THAT THE CONTRACTOR HEREBY WAIVES ANY CLAIM FOR DAMAGE OR LOSS TO SAID EQUIPMENT IN FAVOR OF THE FORT WORTH INDEPENDENT SCHOOL DISTRICT, IT'S OFFICERS, AGENTS, EMPLOYEES, VOLUNTEERS, ELECTED OFFICIALS, OWNER'S DESIGNATED REPRESENTATIVE, ARCHITECT OR CONTRACT 1NDEMNITEES, EVEN IF SUCH DAMAGE OR LOSS IS CAUSED IN WHOLE OF IN PART B THE NEGLIGENCE OF FORT WORTH INDEPENDENT SCHOOL DISTRICT, IT'S OFFICERS, AGENTS, EMPLOYEES, VOLUNTEERS, ELECTED OFFICIALS, OWNER'S DESIGNATED REPRESENTATIVE, ARCHITECT OR CONTRACT INDEMNITEES. § 11.1,10 AVIATION LIABILITY If any aircraft of any kind be owned, used, operated, or hired by the Contractor in connection with the work, the Contractor shall maintain or cause the operator of the aircraft to maintain aviation liability insurance including owned and non -owned aircraft and including Bodily Injury, Property Damage, and Passenger Liability. For Coverage and Limits that apply to Section I I.I.10, refer to attached Exhibit I - AIA A201 Insurance Limits § 11.1.11 WATERCRAFT LIABILITY If watercraft be owned, used, operated, or hired by the Contractor in connection with the work, the Contractor shall maintain or cause the operator of the watercraft to maintain watercraft liability insurance including owned and non -owned watercraft and including Bodily Injury and Property Damage. For Coverage and Limits that apply to Section 11.1.11, refer to attached Exhibit I —AIA A201 Insurance Limits § 11.1.12 ENVIRONMENTAL AND ASBESTOS ABATEMENT If the Contractor's scope of work includes remediation or abatement, the removallreplacement of underground tanks, or the use of toxic chemicals and substances, contractor will purchase a policy covering third party injury and property damage claims, including clean-up costs, as a result of pollution conditions arising from contractor's operations and completed operations. Policy shall meet the following limits and requirements: For Coverage and Limits that apply to Section 11.1.12, refer to attached Exhibit I —AIA A201 Insurance Limits Init A1A bocument A201*- zoo7. Copyright ®1911. 1915, 1918, 1925, 1937, 1951. 1958. 1981. 1963, 1966, 1970, 1976, 1987, 1997 and 2007 by The American Institute ofArchiteets. All rights reserved. TI,a'Amenron hs:,lute of Architects' AIA ° the AIA I.ogo• -A"Il "and :',IA Cowuact Documents are regislrxMl 51 li �!.:an::)rk, %u.a may not be used w,Uiow permission Thls document was produced by AIA software at 09:22 28 ET on 01/0712022 under Order No.8545826211 which expires on 07124/2022 Is not for resale, is licensed for onetime use only. and may only be used in accordance with the AIA Contract Documents* Terms of Service To report copyright violations, a -mad copyright@aia.org. User Notes: (2037860656) § 11.1.13 RAILROAD PROTECTIVE LIABILITY All contractors providing services of any kind, within 50 feet of a railroad, or that affects any railroad property, including but not limited to tracks, bridges, tunnels and switches, will purchase a railroad protective liability policy For Coverage and Limits that apply to Section 1 1.1.13, refer to attached Exhibit 1 —AIA A201 Insurance Limits § 11.2 OWNER'S LIABILITY INSURANCE The Owner shall be responsible for purchasing and maintaining the Owner's usual liability insurance. § 11.3 PROPERTY INSURANCE § 11.3.1 Until the Work is Substantially Completed and accepted by the Owner, the Contractor shall purchase and maintain "all risk", or equivalent policy form, property insurance upon the entire work at the site to the full insurable value thereof plus value of subsequent Contract Modifications and cost of materials supplied or installed by others, comprising total value for the entire Project at the site on a replacement cost basis. The Coverage shall not contain a deductible amount in excess of $10,000.00 without the prior written consent of the Owner. Such property insurance shall be maintained, unless otherwise provided in the Contract Documents or otherwise agreed in writing by all persons and entities who are beneficiaries of such insurance, until final payment has been made according to final payment provisions established in the applicable section of this contract. Such insurance shall be in a company or companies against which the Owner has no reasonable objection. The property insurance shall also cover portions of the Work stored off -site and in transit, and after written approval of the Owner of the value established in the approval, coverage limits shall be made to comply with those values in the Work and shall insure against the perils of fire with extended coverages, and physical loss or damage including, without duplication of coverage, theft, vandalism, malicious mischief, explosion,rcollapsefunderground (XCU), earthquake, flood, windstorm, false work, testing and startup, loss of use, temporary buildings and debris removal including demolition occasioned by enforcement of any applicable legal requirements, hail, subsidence, and shall include reasonable compensation for Architect's Engineers, Owner's Designated Representative's and Contractor's services and expenses required as a result of such insured loss. This all-risk policy shall be written on a Completed Value Form and contain a Permission to Occupy Endorsement and incorporate the following language or terms to satisfy the provision; "Permission is given for the Owner of the Project to occupy the Project premises, the insurance remaining in full force and effect until such time such time as the Project has been accepted by the Owner according to contractual provisions in this document, Such insurance shall be evidenced by the kind of policy, which does not have to be adjusted or reported upon periodically but provides constant insurance at full one hundred percent (100%) of all insurable values as they are created during construction by performance of the Contract. The Insurance Policy and Certificates of Insurance must name the Fort Worth Independent School District as a Loss Payee and provide a Waiver of Subrogation in favor of The Fort Worth Independent School District, its officers, agents, employees, volunteers, elected officials, Owner's Designated Representative, Architect, and contract Indemnitees. (Paragraphs deleted) § 11.32 BOILER AND MACHINERY INSURANCE If Boilers are part of the work for the project to which this contract applies. The Contractor shall purchase and maintain boiler and machinery insurance required by the Contract Documents or by law, which shall specifically cover such insured objects during installation and until final acceptance by the Owner; this insurance shall include interests of the Owner and Contractor. The Fort Worth Independent School District, its officers, agents, employees, volunteers, elected officials, Owner's Designated Representative, Architect and contract Indemnitees shall be afforded coverage as Additional Insured's with a Waiver of Subrogation. § 11.3.3 LOSS OF USE INSURANCE If any of the above property coverages contained in this section requires deductibles, the Contractor shall pay all costs not covered because of such deductibles. § 11.3.4 If the Contractor requests in writing that insurance for risks other than those described herein or other special causes of loss be included in the property insurance policy, the Owner shall, at Owner's Option, include such insurance, and the cost thereof shall be charged to the Contractor by appropriate Change Order. tint AIA DocumentA207e- 2007. Copyrlghtm 1911, 1915, 1918, 1925, 1937. 1951.. 1958. 1961, 1963, 1966. 1970, 1976, 1987, 1997 and 2007 by The American institute of Architects All rights reserved. The 'American Institute of Architects,' 'AIA' the AIA Logo "A201 ' and `AIA Contract Documents' are registered 52 trademarks and (nay not be used without permission This document was produced by AIA software at 09:22:28 ET on 01107f2022 under Order No.8545826211 / which expires on 07/24/2022. is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents" Terms of Service To report copyright violations, e-mail eopyright@aia.org User Not": (2037860656) § 11.3.5 If during the Project construction period the Owner insures properties, real or personal or both, at or adjacent to the site by property insurance under policies separate from those insuring the Project, or if after final payment property insurance is to be provided on the completed Project through a policy or policies other than those insuring the Project during the construction period, the Owner shall waive all rights in accordance with the terms of Section l 1.3.7 for damages caused by fire or other causes of loss covered by this separate property insurance. All separate policies shall provide this waiver of subrogation by endorsement or otherwise. § 11.3.6 Before an exposure to loss may occur, the Contractor shall file with the Owner a copy of each policy that includes insurance coverages required by this Section 11.3. Each policy shall contain all generally applicable conditions, definitions, exclusions and endorsements related to this Project. Each policy shall contain a provision that the policy will not be canceled or allowed to expire, and that its limits will not be reduced, until at least 30 days' prior written notice has been given to the Owner. § 11.3.7 WAIVERS OF SUBROGATION The Owner and Contractor waive all rights against( 1) each other and any of their subcontractors, sub -subcontractors, agents and employees, each of the other, and (2) the Architect, Architect's consultants, separate contractors described in Article 6, if any, and any of their subcontractors, sub -subcontractors, agents and employees, for damages caused by fire or other causes of loss to the extent covered by property insurance obtained pursuant to this Section 11.3 or other property insurance applicable to the Work, except such rights as they have to proceeds of such insurance held by the Owner as fiduciary. The Owner or Contractor, as appropriate, shall require of the Architect, Architect's consultants, separate contractors described in Article 6, if any, and the subcontractors, sub -subcontractors, agents and employees of any of them, by appropriate agreements, written where legally required for validity, similar waivers each in favor of other parties enumerated herein. The policies shall provide such waivers of subrogation by endorsement or otherwise. A waiver of subrogation shall be effective as to a person or entity even though that person or entity would otherwise have a duty of indemnification, contractual or otherwise, did not pay the insurance premium directly or indirectly, and whether or not the person or entity had an insurable interest in the property damaged. § 11.3.8 A loss insured under Contractor's property insurance shall be adjusted by the Contractor as fiduciary and made payable to the Contractor as fiduciary and paid to the Owner, as their interests may appear, subject to requirements of Section 11.3.9. The Contractor shall pay Subcontractors their just shares of insurance proceeds received by the Contractor, and by appropriate agreements, written where legally required for validity, shall require Subcontractors to make payments to their Sub -subcontractors in similar manner. § 11.3.9 The Contractor as fiduciary shall have power to adjust and settle a loss with insurers unless one of the parties in interest shall object in writing within five days after occurrence of loss to the Owner's exercise of this power, if such objection is made, the dispute shall be resolved as provided in Section 4.3. (Paragraph deleted) § 11.4 PERFORMANCE BOND AND PAYMENT BOND § 11.4.1 The Owner shall have the right to require the Contractor to furnish bonds covering faithful performance of the Contract and payment of obligations arising thereunder as stipulated in bidding requirements or specifically required in the Contract Documents on the date of execution of the Contract, § 11,4.1.1 If the Contract amount is excess of $100,000, the Contractor shall furnish a Performance Bond equal to one hundred percent (100%) of the Contract Sum. If the Contract amount is excess of $25,000, the Contractor shall furnish a Payment Bond equal to one hundred percent (100%) ofthe Contract Sum. There shall be separate bonds, the terns of which and the sureties of which are satisfactory to the Owner and which comply with Chapter 2253, Texas Government Code, Title 10 (Vernon Supp, 1999), and all other applicable law. Bonds shall be issued from sureties with an A MB rating of "A" or better. Contractor shall furnish a copy of the Payment Bond to each of its Subcontractors at the beginning of the Work. § 11.4.2 Upon the request of any person or entity appearing to be a potential beneficiary of bonds covering payment of obligations arising under the Contract, the Contractor shall promptly furnish a copy of the bonds or shall permit a copy to be made. Init. AIA Document A201*- zoo?. Copyright01911, 1915. 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997 and 2007 by The American Institute orArehitects. Ali rights reserved, The 'American Institute of Architects "AIR," the AIA Logo, "A20t," and'AIA Contract Documents' are registered �3 trademarks and may nol be used without permission This document was produced by AIA software at 09:22:26 ET on 0110712022 under Order No 8545626211 l which expires on 0712412022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents* Terms of Service. To report copyright violations, e-mail copyright®ais.org. User Notes: (2037860656) ARTICLE 12 UNCOVERING AND CORRECTION OF WORK § 12.1 UNCOVERING OF WORK § 12.1.1 if a portion of the Work is covered contrary to the Architect's request or to requirements specifically expressed in the Contract Documents, it must, if requested in writing by the Architect, be uncovered for the Architect's examination and be replaced at the Contractor's expense without change in the Contract Time. § 12.1,2 if a portion of the Work has been covered that the Architect has not specifically requested to examine prior to its being covered, the Architect may request to see such Work and it shall be uncovered by the Contractor. If such Work is in accordance with the Contract Documents, costs of uncovering and replacement shall, by appropriate Change Order, be at the Owner's expense. If such Work is not in accordance with the Contract Documents, correction shall be at the Contractor's expense unless the condition was caused by the Owner or a separate contractor in which event the Owner shall be responsible for payment of such costs. § 12.2 CORRECTION OF WORK § 12.2.1 BEFORE OR AFTER SUBSTANTIAL COMPLETION The Contractor shall promptly correct Work rejected by the Architect or failing to conform to the requirements of the Contract Documents, whether discovered before or after Substantial Completion and whether or not fabricated, installed, or completed. Costs of correcting such rejected Work, including additional testing and inspections and compensation for the Architect's and Owner's Designated Representative 's services and expenses made necessary thereby, shall be at the Contractor's expense. § 12.2.1.2 The Owner may make emergency repairs to the Work or take such other measures necessary under the circumstances, if the Contractor does not promptly respond to a Notice of Defect or nonconforming Work. Contractor shall be responsible to Owner for this cost if the reason for the repairs is attributable to the Contractor. If payments then or thereafter due to the Contractor are not sufficient to cover such costs, then the Contractor shall pay the difference to the Owner on demand. § 12.2.2 AFTER SUBSTANTIAL COMPLETION § 12.2.2.1 In addition to the Contractor's obligations under Section 3.5, if, within one year after the date of Substantial Completion of the Work or designated portion thereof or after the date for commencement of warranties established under Section 9.9.1, or by terms of an applicable special warranty required by the Contract Documents, any of the Work is found to be not in accordance with the requirements of the Contract Documents, the Contractor shall correct it promptly after receipt of written notice from the Owner to do so unless the Owner has previously given the Contractor a written acceptance of such condition. The Owner shall give such notice promptly after discovery of the condition If the Contractor fails to correct nonconforming Work within a reasonable time during that period after receipt of notice from the Owner or Architect, the Owner may correct it in accordance with Section 2.4. § 12.2.2.2 The one-year period for correction of Work shall be extended with respect to portions of Work first performed after Substantial Completion by the period of time between Substantial Completion and the actual completion of that portion of the Work. § 1222,3 The one-year period for correction of Work shall not be extended by corrective Work performed by the Contractor pursuant to this Section 12.2. Any corrective work performed or to be performed under or pursuant to Section 12,2 shall be warranted to the same extent as the Work is warranted hereunder for the greater of the remainder of the applicable warranty (corrective) period or ninety (90) days from the date such corrective work has been completed, § 12.2.3 The Contractor shall remove from the site portions of the Work that are not in accordance with the requirements of the Contract Documents and are neither corrected by the Contractor nor accepted by the Owner. § 12.2.4 The Contractor shall bear the cost of correcting destroyed or damaged construction, whether completed or partially completed, of the Owner or separate contractors caused by the Contractor's correction or removal of Work that is not in accordance with the requirements of the Contract Documents. Inh AIA Document A2010- zoos, Copyright 1911, 1915. 1918. 1925, 1937. 1951, 1958, 1961, 1963. 1966, 1970, 1976, 1987, 1997 and 2007 by The American Inablute of Architects. AN rights reserved The'Amencan institute of Architects ' 'AIA 'the kA Logo. "A201;' and 'AIA Contract Documents' are registered � trademarks and may not be used without permission This document was produced by AIA software at 09:22 28 ET on 0110V2022 under Order No,8545826211 1 which expires on 0712412022. is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents10 Terms of Service To report copyright violations, e-mail copyright@aia org User Notes: (2037860656) § 12,2.4.1 Where nonconforming Work is found, the entire area of Work involved shall be corrected unless the Contractor can completely define the limits to the Architect's satisfaction. Additional testing, sampling, or inspecting needed to define nonconforming Work shall be at the Contractor's expense and performed by the Owner's testing laboratory if such services are reasonably required by the Architect. All corrected Work shall be retested at the Contractor's expense. Reasonable Architectural or Owner's Designated Representative services required to analyze nonconforming Work shall be paid for by the Contractor. § 12.2.5 Nothing contained in this Section 12.2 shall be construed to establish a period of limitations with respect to any obligations which the Contractor might have under the Contract Documents. Nothing contained in this Section 12.2 is intended to limit or modify any obligations under the law or under the Contract Documents, including any warranty obligations, expressed or implied. § 121ACCEPTANCE OF NONCONFORMING WORK If the Owner prefers to accept Work that is not in accordance with the requirements of the Contract Documents, the Owner may do so instead of requiring its removal and correction, in which case the Contract Sum will be reduced as appropriate and equitable. Such adjustment shall be affected whether or not final payment has been made. ARTICLE 13 MISCELLANEOUS PROVISIONS § 13.1 GOVERNING LAW The Contract and any disputes related to the Work shall be governed by the laws of the State of Texas. The Contract is deemed performable entirely in Fort Worth, Tarrant County, Texas. Any litigation to enforce or interpret any terms of the Contract, or any other litigation arising out of or as a result of the Contract or the Work, shall be brought in the State district courts of Tan -ant County, Texas. In the event of litigation, the substantially prevailing party shall be entitled to its reasonable attorney's fees and cost of litigation. § 13,2 SUCCESSORS AND ASSIGNS § 13.2.1 The Owner and Contractor respectively bind themselves, their partners, successors, assigns and legal representatives to the other party hereto and to partners, successors, assigns, and legal representatives of such other party. The Contractor shall not assign the Contract as a whole, or in part, without written consent of the Owner. § 13.2.2 The Owner may, without consent of the Contractor, assign the Contract in whole or in part. In such event, the assignee shall assume the Owner's rights and obligations under the Contract Documents. The contractor shall execute all consents reasonably required to facilitate such assignments. § 13.3 WRITTEN NOTICE § 13.3.1 Written notice shall be deemed to have been served only if the writing is delivered in person to the office of the party set out on the first page of the Standard Form of Agreement Between Owner and Contractor, or to such other address as has been previously clearly identified in writing by the addressee, or sent by registered or certified mail to that address. § 13.4 RIGHTS AND REMEDIES § 13.4.1 [Not Used.] § 13.4.2 No action or failure to act by the Owner, Architect or Contractor shall constitute a waiver of a right or duty afforded them under the Contract, nor shall such action or failure to act constitute approval of or acquiescence in a breach there under, except as may be specifically agreed in writing. § 13.4.3 Neither Contractor nor any of its materialmen, laborers or Subcontractors shall have any lien rights against the Owner's lands, building funds, materials or other property. No materialmen, laborers or Subcontractors of the Contractor shall have any enforceable rights against the Owner on this Contract. Materialmen, laborers and Subcontractors of the Contractor may have rights under any Payment Bond provided by the Contractor but cannot look to the Owner for any help in enforcement of those rights. § 13.4.4 The invalidity of any part or provision of the Contract Documents shall not impair or affect in any manner whatsoever the validity, enforceability or effect of the remainder of the Contract Documents. Init AIA Document A201°_ 2007, Copyright 1911, 1915, 1918, 1925. 1937, 1951. 1958„ 1961. 1963. 1966. 1970, 1976, 1987, 1997 and 2007 by The American InsBlute of Architects AN rights reserved. The 'American Institute of Architects,' 'AIA . the AIA Logo, "A201 " and `AIA Contract Documents' are registered b6 trademarks and may not be used without permission This document was produced by AIA software at 09:22,28 ET on 01107/2022 under Order No 8545826211 1 which expires on 0712412022, Is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents" Terms of Service, To report copyright vlolatlons, e-mail copyright@ala.org. User Notes: (2037860656) § 13.5 TESTS AND INSPECTIONS § 13.5.1 Tests, inspections and approvals of portions of the Work required by the Contract Documents or by laws, ordinances, rules, regulations or orders of public authorities having jurisdiction shall be made at appropriate times. Unless otherwise provided, the Contractor shall make arrangement for such tests, inspections and approvals with an independent testing laboratory employed by the Owner for this purpose, or with the appropriate public authority. Owner shall bear the normal costs of these services, but not any excess costs attributable to Contractor caused scheduling problems, other Contractor error or retesting. The Contractor shall give the Architect timely notice of when and where tests and inspections are to be made so the Architect may observe such procedures. § 13.5.2 If the Architect, Owner or public authorities having jurisdiction determine that portions of the Work require additional testing, inspection or approval not included under Section 13.5.1, the Architect will, upon written authorization from the Owner, instruct the Contractor to make arrangements for such additional testing, inspection or approval by an entity acceptable to the Owner, and the Contractor shall give timely notice to the Architect of when and where tests and inspections are to be made so that the Architect may be present for such procedures. Such costs, except as provided in Section 13.5.3, shall be at the Owner's expense. § 13.5.3 If such procedures for testing, inspection or approval under Sections 13.5.1 and 13.5.2 reveal failure of the portions of the Work to comply with requirements established by the Contract Documents, all costs made necessary by such failure including those of repeated procedures and compensation for the Architect's and Owner's Designated Representative 's services and expenses shall be at the Contractor's expense. § 13,5A Required certificates of testing, inspection or approval shall, unless otherwise required by the Contract Documents, be secured by the Contractor and promptly delivered to the Architect. § 13.5.6 If the Architect is to observe tests, inspections or approvals required by the Contract Documents, the Architect will do so promptly and, where practicable, at the normal place of testing. § 13.5.6 Tests or inspections conducted pursuant to the Contract Documents shall be made promptly to avoid unreasonable delay in the Work. § 13.6INTEREST (Paragraph deleted) § 13.61 An overdue payment bears interest at the legal rate established by the Texas Government Code, currently in Section 2251.025, Any such payment shall be deemed overdue on the thirty-first (31 st) day after Owner receives an invoice from the Contractor. § 13.7 [NOT USED] § 13.8 NONDISCRIMINATORY EMPLOYMENT § 13.6.1 In connection with the execution of this Contract, the Contractor shall fully comply with the Owner's non-discrimination requirement cited below, The Fort Worth Independent School District does not discriminate on the basis of sex, disability, race, religion, color, age, gender, sexual orientation, and/or national origin in the educational programs or activities which it operates, and it is required by Title 1X, Section 504, Title VII, and the Americans with Disabilities Act not to discriminate in such manner. This policy not to discriminate extends to employment in and admission to such programs and activities. During the performance of this Contract, the Contractor further agrees as follows; l The Contractor will not discriminate against any employee or applicant for employment because of race, color, sex, religion, national origin or age. .2 The Contractor will take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard to their race, color, sex, religion, national origin, or age. Such action shall include, but not be limited to, the following; employment, upgrading, demotion or transfer, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in Init AIA DocumentA201e_ 2oor, CopyrightO 1911. 1915, 1916, 1925, 1937, 1951. 1956, 1961, 1963, 1266. 1970, 1976. 1967, 1997 and 2007 by The American Institute of Architects. AH rights reserved I no 'Amencan Insfltule of ,r.rcnileels,' A'A. ' thn AIA 1.ugrj "A201 "and AIA Contract Docrm,mts. am TNrstr,rsd f56 1w4cr1io6;% arS may not be used wWww penmi siw This document was produced by AIA software at 09:22.28 ET on 01107/2022 under Order No.9545626211 / which explrea on 07/24/2022 Is not for resele, Is lensed for one-time use only, and may only be used In accordance with the AIA Contract Documents° Terms of Service To report copyright violations, e-mail copyright(Mala org. User Notes: (2037560650) conspicuous places, available to employees and applicants for employment, notices setting forth the requirements of these non-discrimination provisions. Submittal to Owner of reasonable evidence of discrimination will be grounds for Termination of the Agreement. This policy does not require the employment of unqualified persons. § 13.9 CERTIFICATION OF NONSEGREGATED FACILITY § 13.9.1 This Subparagraph is applicable to Contracts and Subcontracts exceeding $10,000.00 which are not exempt from the provisions of the Equal Opportunity Clause. § 13.9.2 By the signing of this Contract, the Contractor signifies that it does not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. It certifies further that it will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it will not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The undersigned agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this proposed Contract. As used in this certification, the term 'segregated facilities' means any waiting rooms, work areas, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or otherwise. It further agrees that (except where it obtained identical certifications from proposed consultants for specific time period) it will obtain identical certification from proposed Subcontractors prior to the award of a Contract exceeding $10,000.00 which are not exempt from the provisions of the Equal Opportunity Clause; that it will retain such certifications in its files; and that it will forward the following notice to such proposed Subcontractors (except where the proposed Subcontractors have submitted identical certifications for specific time periods): Notice to Prospective Subcontractors of requirement for certification of non -segregated facilities. A certification of non -segregated facilities, as required by the May 19, 1967 Order (32 FR. 7439, May 19, 1967) on elimination of segregated facilities, by the Secretary of Labor, must be submitted prior to the award of a Contract exceeding $10,000.00 which is not exempt from the provisions of the Equal Opportunity Clause. The certification may be submitted either for each subcontract or for all subcontracts during a period (i.e., quarterly, semiannually, or annually). Note: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001.I 1, § 13.10 PREVAILING WAGE RATES § 13.10.1 In compliance with laws of the State of Texas relating to labor (Acts 1933, 43 Leg. p. 91, Chapter 45) the building construction wage rates listed in the Contract Documents have been ascertained and determined by the Owner as the general prevailing rates in the locality of Fort Worth Independent School District for the classifications listed. The Contractor and each Subcontractor shall pay to all laborers, workers and mechanics employed by them in the execution of this Contract not less than such rates for each craft or type of worker or mechanic needed to execute the Contract, if it becomes necessary to employ any person in a trade or occupation not herein listed, such person shall be paid not less than an hourly rate fairly comparable to the rates shown hereinafter. § 13,10.2 This determination of prevailing wages shall not be construed to prohibit the payment of more than the rates named. § 13.10.3 The attention of the Contractor and all Subcontractors is called to the following laws of the State of Texas relating to labor: Art. 5159, R.C.S.; Art. 1581, P.C.; Pat.; 5165, R.C.S.; Art 1579, P.C.; Art. 1580, P.C.; and Art. 1581, P.C. In compliance with the above cited Art. 5159a, R.C.S_, Sec_ 2, the Contractor shall forfeit, as a penalty to the Owner, Sixty Dollars ($-60.00) for each laborer, worker or mechanic employed, for each calendar day, or portion thereof, such laborer, worker or mechanic is paid less than the rates stipulated hereinafter for any work done under this Contract by him or by any Subcontractor under him. Init. AIA DocumentA201°- 2007, Copyright 1911, 1915. 1918, 1925, 1937. 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1087, 1997 and 2007 by The American Institute of Architects. All rights reserved 1110 'American lovGtute of ArChitects AIA ' tho AIA Logo, WO I." and AIA Contract nocurnents ore registered 57 tradumarks a+id may not he usaa whiner: p+:rmiswn. This documen! was produced by A!A software at 09 22:28 ET on 01107r2022 under Order No.8545826211 f which expires on 0712412022, Is not for resale. is licensed for one-trme use only, and may on4y be used in accordance with the AIA Contract Documents10 Terms of 8ervlcs. To report copyright violations, it -mall copyrlght(Mala.arg. User Notes: (2037860656) § 13,11 CERTIFICATION OF ASBESTOS -FREE PROJECT § 13,11,1 Contractor shall submit to the Architect a letter addressed to the Owner certifying that all materials used in the construction shall be asbestos free. The General Contractor shall provide certification for himself, all subcontractors, vendors, suppliers, and other entities, stating that materials and/or equipment used in the construction of the project do not contain asbestos in any form or concentration. Certification letters shall be dated, shall reference this specific Project, and shall be signed by not less than two officers of the construction company. § 13.11.2 Final Payment shall not be made until this letter of certification has been received. § 13.12 CERTIFICATION OF LEAD-FREE POTABLE WATER SYSTEM § 13.12.1 Contractor shall submit to the Architect a letter, addressed to the Owner, stating that any components of the potable water system installed by the Contractor are lead-free as defined by the Safe Drinking Water Act Amendment of 1986 and the Lead Contamination Control Act of 1988. § 13.12.2 The Contractor shall be responsible for the actions of Contractor's forces, and Subcontractors' forces to enforce the Owner's drug free, alcohol -free, and tobacco -free zone. Contractor agrees to abide by Owner's policies prohibiting the use of tobacco, alcohol or illegal drugs in any form on any property owned, operated, or maintained by the Owner. Contractor agrees to require all subcontractors and sub -subcontractors to abide by these policies. Violation of this provision shall constitute a material breach of this agreement. § 13.13 FAMILY CODE CHILD SUPPORT CERTIFICATION By signing this Agreement, the Contractor certifies as follows: "Under Section 321.006, Texas Family Code, the vendor or applicant certifies that the individual or business entity named in this contract, bid, or application is not ineligible to receive the specified grant, loan, or payment and acknowledges that this contract may be terminated and payment may be withheld if this certification is inaccurate, § 13.14 NON -COMPENSATION REQUIREMENT The Owner may not accept a bid or award a contract that includes proposal financial participation by a person who received compensation from the Owner to participate in preparing the specifications or request for proposals on which the bid or contract is based. The Contractor is described as vendor in the statutory quote below: "Under Section 2155.004, Government Code, the vendor certifies that the individual or business entity named in this bid or contract is not ineligible to receive the specified contract and acknowledges that this contract may he terminated, and payment withheld if this certification is inaccurate", § 13.16 PROPRIETARY INTERESTS All information owned, possessed or used by Owner which is communicated to, learned, developed or otherwise acquired by Contractor in the performance of services for Owner, which is not generally known to the publ ic, shall be confidential and Contractor shall not, beginning on the date of first association or communication between Owner and Contractor and continuing through the term of this Agreement and any time thereafter, disclose, communicate or divulge, or permit disclosure, communication or divulgence, to another or use for Contractor's own benefit or the benefit of another, any such confidential information, unless required by law. Except when defined as part of the Project, Contractor shall not make any press releases, public statements, or advertisement referring to the Project or the engagement of Contractor as an independent contractor of Owner in connection with the Project or release any information relative to the Project for publications, advertisement or any other purpose without prior written approval of Owner. Contractor shall obtain assurances similar to those contained in this Section from persons, agents, and subcontractors retained by Contractor. Contractor acknowledges and agrees that a breach by Contractor of the provisions hereof will cause Owner irreparable injury and damage. Contractor, therefore, expressly agrees that Owner shall be entitled to injunctive and/or other equitable relief to prevent or otherwise restrain a breach of this Agreement. .I Contractor acknowledges and agrees that the Owner has an interest in maintaining and otherwise protecting the image and reputation of the Owner's official logo or emblem and any other trademarks, copyrighted or otherwise protected materials of the Owner (hereinafter referred to as the "Owner's Protected Materials"), and that in order to accomplish this purpose, the Owner must in all cases assure itself that the Owner's Protected Materials are at all times used in a manner consistent with the Owner's policies, administrative regulations, and this Agreement. Init. ALA DocumentA201m- 2007. CopyrightC 1911, 1915, 1918, 1925, 1937, 1951, 1958. 1961, 1963, 1966. 1970, 1976, 1987, 1997 and 2007 by The American Institute of Architects. An righb reserved. The 'American Institute of Architects,' 'AIA' the AA Logo 'A201." and ' AIA Contract Documents' are reg stered 58 Trademarks and may not be used withoul permission This document was produced by AIA software at 09:22:28 ET on 01/0712022 under Order No.8545826211 which expires on 0712412022. is col for resale, Is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents" Terms of Service To report copyright vidations. e-mail copyright@ala org User Notes: (2037880656) ,2 Contractor agrees that the Owner must, therefore, have the right to examine and approve or disapprove such use in writing in advance of use, the contents, appearance and presentation of any and all advertising, promotional or other similar materials proposed by the Contractor to be used in connection with any advertising or promotion utilizing Owner's Protected Materials, Contractor therefore agrees that it; .1 Will not produce, publish or in any manner use or distribute any such advertising, promotional or other materials prepared by or on behalf of the Contractor that have not been submitted to and approved in writing in advance by the Owner; .2 Will submit to the Owner for its examination and approval or disapproval, in advance of use, samples of such materials together with the script, text, coloring, storyboards and a copy of any photograph proposed to be used; .3 The Owner agrees that the Owner will promptly hereunder to the Contractor examine and either approve or disapprove each submission and promptly notify the Contractor of its approval or disapproval. The Owner, on behalf of its minor schoolchildren, reserves the absolute right in its sole discretion to reject the content of any submission. Contractor agrees that nothing contained in this Agreement shall give to the Contractor any right, title or interest in the Owner's Protected Materials and that the Owner's Protected Materials are, and are to be, the sole property of the Owner and that any and all use by the Contractor of the Owner's Protected Materials, and the goodwill arising there from, shall inure to the benefit of the Owner. § 13.17 RIGHT TO AUDIT At any time during the term of this Agreement and for a period of four (4) years thereafter the Owner or a duly authorized audit representative of the Owner, or the State of Texas, at its expense and at reasonable times, reserves the right to audit the Contractor's records and books relevant to all services provided under this Agreement. In the event such an audit by the Owner reveals any errors,/overpayments by the Owner, the Contractor shall refund the Owner the full amount of such overpayments within thirty (30) days of such audit findings, or the Owner, at its option, reserves the right to deduct such amounts owing the Owner from any payments due the Contractor. § 13.18 The Contractor shall have full responsibility for utilizing means and methods that may result in an overstress of any structure or any part or member of it during construction, The Contractor shall fully check the effect of his operations in this regard and shall provide all temporary support and connections required. § 13.19 The Contractor shall protect and be responsible for any damage to or loss of its (his/her) work, tools, equipment, or material, from the date of the Contract until the acceptance of the Work and shall make good without cost to the Owner, any damage or loss that may occur during this period. All material affected by weather shall be covered and protected to keep it from damage while being transported to the site, as well as when it is stored on the site, The Contractor at its (his/her) own expenses and option shall employ watchmen or erect fencing at such time as necessary to protect his work, tools, equipment or material by the Contractor and the fact that the Owner has a watchman, if any, shall not mean that the Owner has undertaken, nor does the Owner undertake, to protect work, tools, equipment and materials from theft or mysterious disappearance. § 13.20 The Contractor should only take direction on any issues regarding the Project when provided by the Owner and/or the Owner's Designated Representative. § 13.21 The Contractor and subcontractor shall ensure that on -site fraternization shall not occur between personnel under the Contractor's or subcontractor's direct or indirect supervision and students, school employees and the general public. l AIA Doc urns ntA201°- 2oor, Copyright 1911, 1915, 1918. 1925. 1937. 1951, 1958, 1961. 1963, 1966, 1970, 1976, 1987, 1997 and 20D7 by The American Institute of Architects. All rights reserved. The'American Institute of Architects,' "AIA," the AIA Logo, 'A201," and "AIA Contract Documents' are registered rJ9 trademarks and may not be used without permission This document was produced by AIA software at 09 22 28 ET on 01/07/2022 under Order No 8545826211 1 which expires on 0712412022, is not for resale, is licensed for one-time use only, and may only to used In accordance with the AIA Contract Documents° Terms of Service To report copyright violations, e-mail copyrightrQafa org, User Notes: (2037860656) ARTICLE 14 TERMINATION OR SUSPENSION OF THE CONTRACT § 14.1 TERMINATION BY THE CONTRACTOR § 14.1.1 The Contractor may terminate the Contract if the Work is stopped for a period of ninety (90) consecutive days through no act or fault of the Contractor or a Subcontractor, Sub -subcontractor or their agents or employees or any other persons or entities performing portions of the Work under direct or indirect contract with the Contractor, for any of the following reasons which are the sole grounds for termination under this Subparagraph 14.1.1: l Issuance of an order of a court or other public authority having jurisdiction that requires all Work to be stopped; .2 An act of government, such as a declaration of national emergency that requires all Work to be stopped; .3 Owner has not made payment on a Certificate of Payment within the time stated in the Contract Documents; § 14.1.2 The Contractor may terminate the Contract if, through no act or fault of the Contractor or a Subcontractor, Sub -subcontractor or their agents or employees or any other persons or entities performing portions of the Work under direct or indirect contract with the Contractor, repeated suspensions, delays or interruptions of the entire Work by the Owner as described in Section 14.3 constitute in the aggregate more than 100 percent of the total number of days scheduled for completion, or 120 days in any 365-day period, whichever is less. § 14.1.3 If the Work is stopped for ninety (90) consecutive days for any reason described in Section 14.1.1 or 14.1.2 , the Contractor may, upon fourteen (14) days' written notice to the Owner and Architect, terminate the Contract and recover from the Owner payment for Work executed and materials delivered and stored at the jobsite, including reasonable and proportional non -home -office overhead costs and reasonable and proportional profit to the date of termination. § 14.1.4 If the Work is stopped for a period of ninety (90) consecutive days through no act or fault of the Contractor or a Subcontractor or their agents or employees or any other persons performing portions of the Work under contract with the Contractor because the Owner has repeatedly failed to fulfill the Owner's obligations under the Contract Documents with respect to matters important to the progress of the Work, the Contractor may, upon fourteen (14) additional days' written notice to the Owner and the Architect, terminate the Contract and recover from the Owner as provided in Section 14.1.3, § 14.1,5 Notwithstanding anything to the contrary contained herein or in the other Contract Documents, neither the Owner or any other party shall be responsible for damages for loss of anticipated profits on Work not performed on account of any termination described in Sections 14.1.1, 14.1,2, and 14.1.3, § 14.2 TERMINATION BY THE OWNER FOR CAUSE § 14.2.1 The Owner may terminate the Contract if the Contractor .1 repeatedly refuses or fails to supply enough properly skilled workers or proper materials; .2 fails to make payment to Subcontractors for materials or labor in accordance with the respective agreements between the Contractor and the Subcontractors; .3 repeatedly disregards applicable laws, statutes, ordinances, codes, rules and regulations, or lawful orders of a public authority; .4 otherwise is guilty of material breach of a provision of the Contract Documents; .5 fails to furnish the Owner, upon request, with assurances satisfactory to the Owner evidencing the Contractor's ability to complete the Work in compliance with all the requirements of the Contract Documents; .6 engages in conduct that would constitute a violation of state or federal criminal law, including, but not limited to, the laws prohibiting certain gifts to public servants, or engages in conduct that would constitute a violation of the Owner's ethics or conflict of interest policies; or .7 fails to proceed continuously and diligently with the construction and completion of the Work, except as permitted under the Contract Documents. tntL AIA Document A201°- 2007, Copyright®1911, 1915. 1918. 1925. 1937, 1951. 195B, 1961, 1963, 1966, 1970. 1976. 1987, 1997 and 2007 by The American Instiluts of Architects. AN rights reserved. The 'American Ins6tule of A(Chderi 'AIA - the AIA Logo -A201 'and AIA Contract Documents are registered 60 Imdemarks and may rol be used eiidloul permission This document was prodiced by AIA software at 09 22 28 ET on 0110712022 under Order No 854SB2621 f 1 which exp roe an 0712412022, is not for resale, is licensed for onetime use only, and may only be used in accordance with the AIA Contract Documents' Terms of Service. To report copyright violalions, e-mail copydghtQaia.org. User Notes: (2037860656) § 14.2.2 When any of the above reasons exist, the Owner, subject to any prior rights of the surety, may without prejudice to any other rights or remedies of the Owner and after giving the Contractor and the Contractor's surety, if any, seven days' written notice, terminate employment of the Contractor and may, subject to any prior rights of the surety: 1 Exclude the Contractor from the site and take possession of all materials, equipment, tools, and construction equipment and machinery thereon owned by the Contractor; .2 Accept assignment of subcontracts pursuant to Section 5.4; and .3 Finish the Work by whatever reasonable method the Owner may deem expedient. Upon written request of the Contractor, the Owner shal I furnish to the Contractor a detailed accounting of the costs incurred by the Owner in finishing the Work. § 14,2,3 When the Owner terminates the Contract for one of the reasons stated in Section 14.2.1, the Contractor shall not be entitled to receive further payment until the Work is finished. Any further payment shall be limited to amounts earned to date of Contractor's removal. § 14.2,4 If the costs of finishing the Work, including compensation for the Architect's and Owner's Designated Representative 's services and expenses made necessary thereby, and other damages incurred by the Owner and not expressly waived exceed the unpaid balance, the Contractor and/or it's surety, shall pay the difference to the Owner. The amount to be paid to the Owner shall be certified by the Architect, upon application, and this obligation for payment shall survive termination of the Contract. § 14.2.5 If a Performance Bond has been furnished and the Contractor is declared by the Owner to be in default under the Contract, the Surety shall promptly remedy the default by completing the Contract in accordance with its terms and conditions, or by obtaining a bid or bids in accordance with its terms and conditions. At Owner's election, upon determination by the Owner and the Surety of the lowest responsible bidder, the Surety will complete the Work or will arrange for a Contract between such bidder and the Owner, and make available as Work progresses sufficient funds to pay the cost of completion less the balance of the Contract Sum, but not exceeding the Penal Sum of the bond and other costs and damages for which the Surety may be liable under the bond. The phrase 'balance of the Contract Sum' as used herein shall mean the total amount payable by the Owner to the Contractor under the Contract and amendments thereto less the amount previously paid by the Owner to the Contractor. § 14.3 SUSPENSION BY THE OWNER FOR CONVENIENCE § 14.3.1 The Owner may, without cause, order the Contractor in writing to suspend, delay or interrupt the Work in whole or in part for such period of time as the Owner may determine. § 14.3,2 An adjustment shall be made to the Contract Sum calculated under Article 7. No adjustment shall be made to the extent 1 that performance is, was or would have been so suspended, delayed or interrupted by another cause for which the Contractor is responsible; or .2 that an equitable adjustment is made or denied under another provision of the Contract. § 14ATERMINATION BY THE OWNER FOR CONVENIENCE § 14.4,1 The Owner may, at any time, terminate the Contract for the Owner's convenience and without cause, § 14.4.2 Upon receipt of written notice from the Owner of such termination for the Owner's convenience, the Contractor shall .1 cease operations as directed by the Owner in the notice; .2 take actions necessary, or that the Owner may direct, for the protection and preservation of the Work; and .3 except for Work directed to be performed prior to the effective date of termination stated in the notice, terminate all existing subcontracts and purchase orders and enter into no further subcontracts and purchase orders. § 14.43 In case of such termination for the Owner's convenience, the Contractor shall be entitled to receive payment for Work executed, prior to notice of termination, and costs incurred by reason of such termination. AIA DocumentA201*- 2oo7. Copyright 1911, 1915. 1918. 1925. 1937 1951, 1958, 1961, 1963. 1966, 1970, 1976, 1987, 1997 and 2007 by The American kilt Institute of Architects. All rights reserved. The'American Institute of Architects," 'AIA ' the AIA Logo, "A201 "and AIA Contract documents' are registered 61 trademarks and may not be used without permission This document was produced by AIA software at 09:22 28 ET on 01107/2022 under Order No 8545826211 ! which expires on 07/2412022, is not for resale, is licensed for one -lime use only, and may only be used in accordance with the AIA Contract Documents* Terms of Service To report copyright violations, e-mail copyright@als.org. User Notaa: (2037860656) § 14.4.4 Upon determination by Court of competent jurisdiction that termination of the Contractor pursuant to Section 14.2 was wrongful, such termination will be deemed converted to a termination for convenience pursuant to Section 14.4, and Contractor's remedy for wrongful termination shall be limited to the recovery of the payments permitted for termination for convenience as set forth in Section 14.4. § 14.5 The Owner shall have the right to terminate this Contract at the end of each fiscal year during the term of the Contract with regard to any services to be performed after the end of such fiscal year, without the Owner incurring any liability to Contractor as result of such termination, including early termination charges. If the Owner terminates this Contract pursuant to this section, Contractor will have the right to collect and retain payment for services rendered to the Owner through termination date but shall not be entitled to any early termination charges. § 14.6 It is recognized that: (1) if an order for relief is entered on behalf of the Contractor pursuant to Title I 1 of the United States Bankruptcy Code, (2) if any other similar order is entered under any debtor relief laws, (3) if Contractor makes a general assignment for the benefit of its creditors, (4) if a receiver is appointed for the benefit of its creditors, or (5) if a receiver is appointed on account of its insolvency, any such event could impair or frustrate Contractor's performance of the Contract Documents. Accordingly, it is agreed that upon the occurrence of any such event, Owner shall be entitled to request of Contractor or its successor in interest adequate assurance of future performance in accordance with the terms and conditions of the Contract Documents, Failure to comply with such request within ten (10) days of delivery of the request shall entitle Owner to terminate the Contract Documents and to the accompanying rights set forth above in Sections 14.2.1 through 14.2.4 hereof. In all events pending receipt of adequate assurance of performance and actual performance in accordance therewith, Owner shall be entitled to proceed with the Work with its own forces or with other contractors on a time and material or other appropriate basis, the cost of which will be back -charged against the Contract Sum, ARTICLE 15 CONTRACTOR ACCOUNTS, RECORDS AND INSPECTION § 15.1 Contractor shall at all times maintain job records, including, but not limited to, invoices, payment records, payroll records, daily reports, logs, diaries, and job meeting minutes, applicable to the project. Contractor shall make such reports and records available to inspection by the Owner, Architect, or their respective agents, within five (5) working days of request by Owner, Architect, or their respective agents. Job Records must be retained by Contractor for at least twelve (12) years after the date of Final Completion of the Project, Furthermore, the Contractor shall promptly provide copies, including by electronic means, of all documents that may be required by the State Public Information Act. ARTICLE 16 BUSINESS ETHICS § 16.1 During the course of pursuing contracts, and the course of Contract performance, Contractor and its Subcontractors and vendors will maintain business ethics standards aimed at avoiding real or apparent impropriety or conflicts of interest. No substantial gifts, entertainment, payments, loans or other considerations beyond that which would be collectively categorized as incidental shall be made to any personnel of the Owner, its Owner's Designated Representative s, or its Architects, or to family members of any of them. At any time, Contractor believes there may have been a violation of this obligation, Contractor shall notify Owner of the possible violation. Owner is entitled to request a representation letter from Contractor, its Subcontractors or vendors at any time to disclose all things of value passing from Contractor, its Subcontractors or vendors to Owner's personnel, its Owner's Designated Representative s and its Architects. § 16.2 The Owner may, by written notice to the Contractor, cancel the Contract for Construction without liability to the Contractor if it is determined by the Owner that gratuities, in the form of entertainment, gifts, or anything of monetary value, were offered or given by the Contractor, or any agent, or representative of the Contractor, to any officer or employee of the Fort Worth Independent School District with a view toward securing a contract or securing favorable treatment with respect to the awarding, amending, or making of any determinations with the respect to the performing of such a contract. In the event the Construction Agreement is cancelled by the Owner pursuant to this provision, Owner shall be entitled, in addition to any other rights and remedies, to recover or withhold the amount of the cost incurred by the Contractor in providing such gratuities. loll AIA Document A2010- too?. Copyright ®1911. 1915 1918, 1925, 1937. 1951 1951T 1961, 1963, 1966. 1970, 1976, 1987, 1997 and 2007 by The American Institute of Architects. All rights reserved. The *American Institute of Arr.hilects,' '.i. ' the AIA Logo, 'A201 " and AIA Contract Documents- rime rNsstered 6Z hadema.ya and may not be used without permisslnn This document was produced by AiA saftvvare at 09:22:28 ET on 0110712022 under Order No 8545826211 f which expires on 07/24/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents"' Terms of Service. To report copyright violations, e-mall copyrlghlCale org. User Notes: (2037960656) This Agreeme entere into a f the day and year first written above. � 4M,2;�' OWNER Si nature CONTRACTOR Sr nature (8 (8 ) Dr. [Cent P. Scribner Superintendent of Schools (Printed name and /rile) (Printed name and t lie) Kar, n Mo roar, eputy�uperinte dent (Paragraphs deleted) lnM A!A 0wumentA201a_ :i0o7. Copyriphte 1911, 1915. MS. 1226, 1937. 1961, 1058. 1061.1963. 1966, 1070, 1976, 1957. 1907 and 2007 by The American Institute of Archltecte AN rights rsearved Tito 'Arnencan lnthlLle Cr AIChiteLIS AIA tiro AIA I.CtiC AjoI and AIA COnpnCI OCKuntents' Cie repiLt0lCd 63 trademarks end may not be used withal parmrasion This document was produced by AIA soltwsm at 00:22:28 ET on 01/07/2022 under Order No.0646626211 t which expires on 0712412022, Is not for meals, is licensed for one-time use only, and may only be used In accordance Wth the AIA Contrad Documents"' Terms of Service, To report copyright violations, e-mail aopyrighiCatworp. User Notes: (2037860656) 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 006125-1 CERTIFICATE OF INSURANCE Page 1 of 1 SECTION 00 6125 CERTIFICATE OF INSURANCE END OF SECTION CITY OF FORT WORTH Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104280 Revised July 1, 2011 Schedule of Forms and Endorsements Policy Number: 7017842589 I I. CNA PARAMOUNT A. Policyholder Notices Endm't Form Title Form Number Form Number Edition PHN Offer Of Terrorism Cov-Conf Of Reject Of Cov CNA62821XX 01-21 Notice To Policyholders Jurisdictional Inspections CNA62823XX 07-17 Policy Holder Notice - Texas CNA62854TX 07-15 Policy Holder Notice - Texas CNA62855TX 07-15 Policy Holder Notice - Texas CNA62856TX 11-19 Policy Holder Notice - Countrywide CNA74722XX 01-15 Policy Holder Notice - Texas CNA74997TX 01-15 Policy Holder Notice - Texas CNA74999TX 10-16 Policy Holder Notice - Texas CNA75085TX 01-15 Policy Holder Notice - Texas CNA75125TX 01-15 Policy Holder Notice - Countrywide - Premium Basis CNA75144XX 04-15 Used on Liability Schedules Policy Holder Notice - Countrywide - Contractors' CNA82876XX 07-15 General Liability Extension Endorsement Policy Limitation Discl Notice - Asbestos Excl CNA87139XX 10-16 Policy Holder Notice - Countrywide CNA89319XX 06-17 POLICY HOLDER NOTICE - FLOOD INSURANCE - TEXAS CNA96151TX 09-19 IMP INF Economic And Trade Sanctions Condition G115011A 05-03 B. Policy Terms & Conditions Policy Declarations CNA62639XX 09-12 Schedule of Forms and Endorsements CNA62640XX 09-12 Common Terms and Conditions CNA62642XX 10-15 II. POLICY COVERAGE PARTS A. First Party Terms & Conditions I CNA62640XX 09-12 Page 1 of 4 Copyright CNA All Rights Reserved. CNA CNA PARAMOUNT Schedule of Forms and Endorsements JPolicy Number: 7017842589 1 Endm't Form Title Form Number Form Number Edition First Party Glossary of Defined Terms UAIHb2b41XX 10-15 (First Party Terms and Conditions ICNA62647XX I10-15 B. Business Property Business Property Coverage Part Declarations CNA62643XX 09-12 Business Property Schedule of Coverages and Limits CNA62645XX 10-15 Business Property Schedule of Locations CNA62644XX 10-15 1 Loss Payee or Mortgagee Schedule CNA62728XX 10-15 Business Property Coverage Part CNA62648XX 10-15 2 Additional Property Not Covered Endorsement CNA62684XX 10-15 3 Flood Redefinition Endorsement CNA81069XX 10-15 4 Communicable Disease Exclusion Endorsement CNA98526XX 05-20 D. Inland Marine Inland Marine Coverage Part Declarations G55232 01-97 Contractors Equipment Declaration -Policy Level G300665D 11-09 Contractors Equipment Declaration -Add Cov and Ext G300666D 11-09 Commercial Inland Marine Conditions CM0001 09-04 Texas Changes CM0112 09-13 Communicable Disease Exclusion Endorsement CNA99954XX 10-20 Loss Payable Provision G15028A 08-89 Contractors Equipment Coverage Form G44080H 11-09 F. General Liability General Liability Coverage Part Declarations CNA71691XX 01-15 Additional Declarations - General Liability CNA75126XX 01-15 Schedule of Locations and Coverages Commercial General Liability Coverage Part CG0001 04-13 5 Contractors' General Liability Extension CNA74705XX 01-15 Endorsement CNA62640XX 09-12 Page 2 of 4 Copyright CNA All Rights Reserved. Schedule of Forms and Endorsements Policy Number: 7017842589 1 Endm't Form Title Form Number Form Number Edition 6 Additional Coverage Limited Pollution Liability CNA71841XX 04-15 Coverage - Worksites Endorsement 7 Blanket Additional Insured - Owners, Lessees or CNA75079XX 10-16 Contractors - with Products -Completed Operations Coverage Endorsement 8 Deductible Applicable to Damages Endorsement CNA75119XX 01-15 9 Pollution Exclusion Amendatory Endorsement CNA71843XX 01-15 10 Subsidence Exclusion (CA, CO, NV) and Subsidence CNA71682XX 01-15 Residential Exclusion (All Other States) Endorsement 11 Silica Exclusion Endorsement CNA74687XX 01-15 12 Fungi / Mold / Mildew / Yeast / Microbe Exclusion CNA74708XX 01-15 Endorsement 13 Employment -Related Practices Exclusion Endorsement CNA71761TX 01-15 - Texas 14 Contractors - Professional Liability Exclusion CNA74801XX 01-15 Endorsement 15 Residential Construction Defect Products/Completed CNA74862XX 01-15 Operations Exclusion Endorsement 16 Construction Wrap -Up Program Exclusion Endorsement CNA71863XX 01-15 17 Exterior Finish System Products/Completed CNA71892XX 01-15 Operations Property Damage Exclusion EndurScuicflt 18 Exclusion - Access or Disclosure of Confidential CNA75089XX 01-15 or Personal Information and Data -Related Liability - with Limited Bodily Injury Exception Endorsement G. Employee Benefits Liability Employee Benefits Liability Coverage Part CNA74693XX 01-15 Declarations CNA6264OXX 09-12 Page 3 of 4 Copyright CNA All Rights Reserved. Schedule of Forms and Endorsements Policy Number: 7017842589 1 Endm't Form Title Form Number Form Number Edition Additional Declarations - Employee Benefits CNA75133XX 01-15 Liability Schedule of Locations and Coverages Employee Benefits Liability Coverage Part - CNA74721XX 01-15 Occurrence 19 Employee Benefits Liability - Amended Definition CNA86269XX 10-16 of Executive Officer Endorsement III. POLICY ENDORSEMENTS 20 Amendment to Policy Declarations- Named Insured CNA62700XX 09-12 Endorsement Economic And Trade Sanctions Condition G114291A 03-03 Texas Changes - Loss Payment IL0171 09-07 21 Broad Named Insured Endorsement CNA75108XX 01-15 22 Bridge Endorsement CNA62646XX 01-15 23 Cancellation / Non -Renewal - Texas CNA62811TX 01-20 24 Amendatory Endorsement - Texas CNA62815TX 10-15 25 Changes - Notice of Cancellation or Material CNA71702XX 01-15 Restriction Endorsement 26 Calculation of Premium Endorsement CNA74726XX 01-15 27 Experience Rating Modification Endorsement - Texas CNA74898TX 01-15 28 Duties Endorsement - Texas CNA74904TX 01-15 29 Bridge Endorsement CNA85485XX 05-16 30 Asbestos Exclusion Endorsement CNA74719XX 01-15 31 Nuclear Energy Liability Exclusion Endorsement CNA74727XX 01-15 (Broad Form) 32 Exclusion of Certified Acts of Terrorism CNA62710XX 02-15 Endorsement 33 Exclusion of Certified Acts of Terrorism CNA71926XX 02-15 Endorsement CNA62640XX 09-12 Page 4 of 4 Copyright CNA All Rights Reserved. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement It is understood and agreed that this endorsement amends the COMMERCIAL GENERAL LIABILITY COVERAGE PART as follows. If any other endorsement attached to this policy amends any provision also amended by this endorsement, then that other endorsement controls with respect to such provision, and the changes made by this endorsement with respect to such provision do not apply. TABLE OF CONTENTS 1. Additional Insureds 2. Additional Insured - Primary And Non -Contributory To Additional Insured's Insurance 3. Bodily Injury — Expanded Definition 4. Broad Knowledge of Occurrence/ Notice of Occurrence 5. Broad Named Insured 6. Broadened Liability Coverage For Damage To Your Product And Your Work 7. Contractual Liability - Railroads 8. Electronic Data Liability 9. Estates, Legal Representatives and Spouses 10. Expected Or Intended Injury — Exception for Reasonable Force 11. General Aggregate Limits of Insurance — Per Project 12. In Rem Actions 13. Incidental Health Care Malpractice Coverage 14. Joint Ventures/Partnership/Limited Liability Companies 15. Legal Liability — Damage To Premises I Alienated Premises 1 Property In The Named Insured's Care, Custody or Control 16. Liquor Liability 17. Medical Payments 18. Non -owned Aircraft Coverage 19. Non -owned Watercraft 20. Personal And Advertising Injury — Discrimination or Humiliation 21. Personal And Advertising Injury - Contractual Liability 22. Property Damage - Elevators 23. Supplementary Payments 24. Unintentional Failure To Disclose Hazards 25. Waiver of Subrogation — Blanket 26. Wrap -Up Extension: OCIP CCIP, or Consolidated (Wrap -Up) Insurance Programs CNA74705XX (1-15) Policy No: 7017842589 Page 1 of 17 Endorsement No. 5 The Continental Insurance Co. Effective Date: 12/04/2022 Insured Name: REEDER GENERAL CONTRACTORS INC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement 1. ADDITIONAL INSUREDS a. WHO IS AN INSURED is amended to include as an Insured any person or organization described in paragraphs A. through H. below whom a Named Insured is required to add as an additional insured on this Coverage Part under a written contract or written agreement, provided such contract or agreement: (1) is currently in effect or becomes effective during the term of this Coverage Part; and (2) was executed prior to: (a) the bodily injury or property damage; or (b) the offense that caused the personal and advertising injury, for which such additional insured seeks coverage. b. However, subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide such additional insured with: (1) a higher limit of insurance than required by such contract or agreement; or (2) coverage broader than required by such contract or agreement, and in no event broader than that described by the applicable paragraph A. through H. below. Any coverage granted by this endorsement shall apply only to the extent permissible by law. A. Controlling Interest Any person or organization with a controlling interest in a Named Insured, but only with respect to such person or organization's liability for bodily injury, property damage or personal and advertising injury arising out of: 1. such person or organization's financial control of a Named Insured; or premises such person or organization owns, maintains or controls while a Named Insured leases or occupies such premises; provided that the coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. B. Co-owner of Insured Premises A co-owner of a premises co -owned by a Named Insured and covered under this insurance but only with respect to such co -owner's liability for bodily injury, property damage or personal and advertising injury as co-owner of such premises. C. Lessor of Equipment Any person or organization from whom a Named Insured leases equipment, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused, in whole or in part, by the Named Insured's maintenance, operation or use of such equipment, provided that the occurrence giving rise to such bodily injury, property damage or the offense giving rise to such personal and advertising injury takes place prior to the termination of such lease. D. Lessor of Land Any person or organization from whom a Named Insured leases land but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of the ownership, maintenance or use of such land, provided that the occurrence giving rise to such bodily injury, property damage or the offense giving rise to such personal and advertising injury takes place prior to the termination of such lease. The CNA74705XX (1-15) Policy No: 7017842589 Page 2 of 17 Endorsement No. 5 The Continental Insurance Co. Effective Date: 12/04/2022 Insured Name: REEDER GENERAL CONTRACTORS INC Copyright CNA All Rights Reserved. Indudes copyrighted material of Insurance Services Office, Inc., with its permission. N CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. E. Lessor of Premises An owner or lessor of premises leased to the Named Insured, or such owner or lessor's real estate manager, but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of the ownership, maintenance or use of such part of the premises leased to the Named Insured, and provided that the occurrence giving rise to such bodily injury or property damage, or the offense giving rise to such personal and advertising injury, takes place prior to the termination of such lease. The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. F. Mortgagee, Assignee or Receiver A mortgagee, assignee or receiver of premises but only with respect to such mortgagee, assignee or receiver's liability for bodily injury, property damage or personal and advertising injury arising out of the Named Insured's ownership, maintenance, or use of a premises by a Named Insured. The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. G. State or Governmental Agency or Subdivision or Political Subdivisions —Permits A state or governmental agency or subdivision or political subdivision that has issued a permit or authorization but only with respect to such state or governmental agency or subdivision or political subdivision's liability for bodily injury, property damage or personal and advertising injury arising out of: 1. the following hazards in connection with premises a Named Insured owns, rents, or controls and to which this insurance applies: a. the existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoistaway openings, sidewalk vaults, street banners, or decorations and similar exposures; or b. the construction, erection, or removal of elevators; or c. the ownership, maintenance or use of any elevators covered by this insurance; or 2. the permitted or authorized operations performed by a Named Insured or on a Named Insured's behalf. The coverage granted by this paragraph does not apply to: a. Bodily injury, property damage or personal and advertising injury arising out of operations performed for the state or governmental agency or subdivision or political subdivision; or b. Bodily injury or property damage included within the products -completed operations hazard. With respect to this provision's requirement that additional insured status must be requested under a written contract or agreement, the Insurer will treat as a written contract any governmental permit that requires the Named Insured to add the governmental entity as an additional insured. H. Trade Show Event Lessor 1. With respect to a Named Insured's participation in a trade show event as an exhibitor, presenter or displayer, any person or organization whom the Named Insured is required to include as an additional insured, but only with respect to such person or organization's liability for bodily injury, property damage or personal and advertising injury caused by: CNA74705XX (1-15) Policy No: 7017842589 Page 3 of 17 Endorsement No. 5 The Continental Insurance Co. Effective Date: 12/04/2022 Insured Name: REEDER GENERAL CONTRACTORS INC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement a. the Named Insured's acts or omissions; or b. the acts or omissions of those acting on the Named Insured's behalf, in the performance of the Named Insured's ongoing operations at the trade show event premises during the trade show event. 2. The coverage granted by this paragraph does not apply to bodily injury or property damage included within the products -completed operations hazard. 2. ADDITIONAL INSURED - PRIMARY AND NON-CONTRIBUTORY TO ADDITIONAL INSURED'S INSURANCE The Other Insurance Condition in the COMMERCIAL GENERAL LIABILITY CONDITIONS Section is amended to add the following paragraph: If the Named Insured has agreed in writing in a contract or agreement that this insurance is primary and non- contributory relative to an additional insured's own insurance, then this insurance is primary, and the Insurer will not seek contribution from that other insurance. For the purpose of this Provision 2., the additional insured's own insurance means insurance on which the additional insured is a named insured. Otherwise, and notwithstanding anything to the contrary elsewhere in this Condition, the insurance provided to such person or organization is excess of any other insurance available to such person or organization. 3. BODILY INJURY— EXPANDED DEFINITION Under DEFINITIONS, the definition of bodily injury is deleted and replaced by the following: Bodily injury means physical injury, sickness or disease sustained by a person, including death, humiliation, shock, mental anguish or mental injury sustained by that person at any time which results as a consequence of the physical injury, sickness or disease. 4. BROAD KNOWLEDGE OF OCCURRENCE/ NOTICE OF OCCURRENCE Under CONDITIONS, the condition entitled Duties in The Event of Occurrence, Offense, Claim or Suit is amended to add the following provisions: A. BROAD KNOWLEDGE OF OCCURRENCE The Named Insured must give the Insurer or the Insurer's authorized representative notice of an occurrence, offense or claim only when the occurrence, offense or claim is known to a natural person Named Insured, to a partner, executive officer, manager or member of a Named Insured, or an employee designated by any of the above to give such notice. B. NOTICE OF OCCURRENCE The Named Insured's rights under this Coverage Part will not be prejudiced if the Named Insured fails to give the Insurer notice of an occurrence, offense or claim and that failure is solely due to the Named Insured's reasonable belief that the bodily injury or property damage is not covered under this Coverage Part. However, the Named Insured shall give written notice of such occurrence, offense or claim to the Insurer as soon as the Named Insured is aware that this insurance may apply to such occurrence, offense or claim. 5. BROAD NAMED INSURED WHO IS AN INSURED is amended to delete its Paragraph 3. in its entirety and replace it with the following: 3. Pursuant to the limitations described in Paragraph 4. below, any organization in which a Named Insured has management control: a. on the effective date of this Coverage Part; or CNA74705XX (1-15) Policy No: 7017842589 Page 4 of 17 Endorsement No. 5 The Continental Insurance Co. Effective Date: 12/04/2022 Insured Name: REEDER GENERAL CONTRACTORS INC Copyright CNA All Rights Reserved. Indudes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement b. by reason of a Named Insured creating or acquiring the organization during the policy period, qualifies as a Named Insured, provided that there is no other similar liability insurance, whether primary, contributory, excess, contingent or otherwise, which provides coverage to such organization, or which would have provided coverage but for the exhaustion of its limit, and without regard to whether its coverage is broader or narrower than that provided by this insurance. But this BROAD NAMED INSURED provision does not apply to: (a) any partnership, limited liability company or joint venture; or (b) any organization for which coverage is excluded by another endorsement attached to this Coverage Part. For the purpose of this provision, management control means: A. owning interests representing more than 50% of the voting, appointment or designation power for the selection of a majority of the Board of Directors of a corporation; or B. having the right, pursuant to a written trust agreement, to protect, control the use of, encumber or transfer or sell property held by a trust. 4. With respect to organizations which qualify as Named Insureds by virtue of Paragraph 3. above, this insurance does not apply to: a. bodily injury or property damage that first occurred prior to the date of management control, or that first occurs after management control ceases; nor b. personal or advertising injury caused by an offense that first occurred prior to the date of management control or that first occurs after management control ceases. 5. The insurance provided by this Coverage Part applies to Named Insureds when trading under their own names or under such other trading names or doing -business -as names (dba) as any Named Insured should choose to employ. 6. BROADENED LIABILITY COVERAGE FOR DAMAGE TO YOUR PRODUCT AND YOUR WORK A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete exclusions k. and I. and replace them with the following: N This insurance does not apply to: ti ti k. Damage to Your Product m 0 N Property damage to your product arising out of it, or any part of it except when caused by or resulting from: 0 (1) fire; (2) smoke; (3) collapse; or (4) explosion. I. Damage to Your Work Property damage to your work arising out of it, or any part of it and included in the products -completed operations hazard. This exclusion does not apply: (1) If the damaged work, or the work out of which the damage arises, was performed on the Named Insured's behalf by a subcontractor; or CNA74705XX (1-15) Policy No: 7017842589 Page 5 of 17 Endorsement No. 5 The Continental Insurance Co. Effective Date: 12/04/2022 Insured Name: REEDER GENERAL CONTRACTORS INC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement (2) If the cause of loss to the damaged work arises as a result of: (a) fire; (b) smoke; (c) collapse; or (d) explosion. B. The following paragraph is added to LIMITS OF INSURANCE: Subject to 5. above, $100,000 is the most the Insurer will pay under Coverage A for the sum of damages arising out of any one occurrence because of property damage to your product and your work that is caused by fire, smoke, collapse or explosion and is included within the product -completed operations hazard. This sublimit does not apply to property damage to your work if the damaged work, or the work out of which the damage arises, was performed on the Named Insured's behalf by a subcontractor. C. This Broadened Liability Coverage For Damage To Your Product And Your Work Provision does not apply if an endorsement of the same name is attached to this policy. 7. CONTRACTUAL LIABILITY — RAILROADS With respect to operations performed within 50 feet of railroad property, the definition of insured contract is replaced by the following: Insured Contract means: a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire to premises while rented to a Named Insured or temporarily occupied by a Named Insured with permission of the owner is not an insured contract; b. A sidetrack agreement; c. Any easement or license agreement; d. An obligation, as required by ordinance, to indemnify a municipality, except in connection with work for a municipality; e. An elevator maintenance agreement; f. That part of any other contract or agreement pertaining to the Named Insured's business (including an indemnification of a municipality in connection with work performed for a municipality) under which the Named Insured assumes the tort liability of another party to pay for bodily injury or property damage to a third person or organization. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. Paragraph f. does not include that part of any contract or agreement: (1) That indemnifies an architect, engineer or surveyor for injury or damage arising out of: (a) Preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (b) Giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage; (2) Under which the Insured, if an architect, engineer or surveyor, assumes liability for an injury or damage arising out of the insured's rendering or failure to render professional services, including those listed in (1) above and supervisory, inspection, architectural or engineering activities. 8. ELECTRONIC DATA LIABILITY CNA74705XX (1-15) Policy No: 7017842589 Page 6 of 17 Endorsement No. 5 The Continental Insurance Co. Effective Date: 12/04/2022 Insured Name: REEDER GENERAL CONTRACTORS INC Copyright CNA All Rights Reserved. Indudes copyrighted material of Insurance Services Office, Inc., with its permission. N CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete exclusion p. Electronic Data and replace it with the following: This insurance does not apply to: p. Access Or Disclosure Of Confidential Or Personal Information And Data -related Liability Damages arising out of: (1) any access to or disclosure of any person's or organization's confidential or personal information, including patents, trade secrets, processing methods, customer lists, financial information, credit card information, health information or any other type of nonpublic information; or (2) the loss of, loss of use of, damage to, corruption of, inability to access, or inability to manipulate electronic data that does not result from physical injury to tangible property. However, unless Paragraph (1) above applies, this exclusion does not apply to damages because of bodily injury. This exclusion applies even if damages are claimed for notification costs, credit monitoring expenses, forensic expenses, public relation expenses or any other loss, cost or expense incurred by the Named Insured or others arising out of that which is described in Paragraph (1) or (2) above. B. The following paragraph is added to LIMITS OF INSURANCE: Subject to 5. above, $100,000 is the most the Insurer will pay under Coverage A for all damages arising out of any one occurrence because of property damage that results from physical injury to tangible property and arises out of electronic data. C. The following definition is added to DEFINITIONS: Electronic data means information, facts or programs stored as or on, created or used on, or transmitted to or from computer software (including systems and applications software), hard or floppy disks, CD-ROMS, tapes, drives, cells, data processing devices or any other media which are used with electronically controlled equipment. D. For the purpose of the coverage provided by this ELECTRONIC DATA LIABILITY Provision, the definition of property damage in DEFINITIONS is replaced by the following: Property damage means: a. Physical injury to tangible property, including all resulting loss of use of that property. All such loss of use shall be deemed to occur at the time of the physical injury that caused it; b. Loss of use of tangible property that is not physically injured. All such loss of use shall be deemed to occur at the time of the occurrence that caused it; or c. Loss of, loss of use of, damage to, corruption of, inability to access, or inability to properly manipulate electronic data, resulting from physical injury to tangible property. All such loss of electronic data shall be deemed to occur at the time of the occurrence that caused it. For the purposes of this insurance, electronic data is not tangible property. E. If Electronic Data Liability is provided at a higher limit by another endorsement attached to this policy, then the $100,000 limit provided by this ELECTRONIC DATA LIABILITY Provision is part of, and not in addition to, that higher limit. 9. ESTATES, LEGAL REPRESENTATIVES, AND SPOUSES The estates, heirs, legal representatives and spouses of any natural person Insured shall also be insured under this policy; provided, however, coverage is afforded to such estates, heirs, legal representatives, and spouses only for CNA74705XX (1-15) Policy No: 7017842589 Page 7 of 17 Endorsement No. 5 The Continental Insurance Co. Effective Date: 12/04/2022 Insured Name: REEDER GENERAL CONTRACTORS INC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement claims arising solely out of their capacity or status as such and, in the case of a spouse, where such claim seeks damages from marital community property, jointly held property or property transferred from such natural person Insured to such spouse. No coverage is provided for any act, error or omission of an estate, heir, legal representative, or spouse outside the scope of such person's capacity or status as such, provided however that the spouse of a natural person Named Insured and the spouses of members or partners of joint venture or partnership Named Insureds are Insureds with respect to such spouses' acts, errors or omissions in the conduct of the Named Insured's business. 10. EXPECTED OR INTENDED INJURY — EXCEPTION FOR REASONABLE FORCE Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete the exclusion entitled Expected or Intended Injury and replace it with the following: This insurance does not apply to: Expected or Intended Injury Bodily injury or property damage expected or intended from the standpoint of the Insured. This exclusion does not apply to bodily injury or property damage resulting from the use of reasonable force to protect persons or property. 11. GENERAL AGGREGATE LIMITS OF INSURANCE - PER PROJECT A. For each construction project away from premises the Named Insured owns or rents, a separate Construction Project General Aggregate Limit, equal to the amount of the General Aggregate Limit shown in the Declarations, is the most the Insurer will pay for the sum of: 1. All damages under Coverage A, except damages because of bodily injury or property damage included in the products -completed operations hazard; and 2. All medical expenses under Coverage C, that arise from occurrences or accidents which can be attributed solely to ongoing operations at that construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations, nor the Construction Project General Aggregate Limit of any other construction project. B. All: 1. Damages under Coverage B, regardless of the number of locations or construction projects involved; 2. Damages under Coverage A, caused by occurrences which cannot be attributed solely to ongoing operations at a single construction project, except damages because of bodily injury or property damage included in the products -completed operations hazard; and 3. Medical expenses under Coverage C caused by accidents which cannot be attributed solely to ongoing operations at a single construction project, will reduce the General Aggregate Limit shown in the Declarations. C. The limits shown in the Declarations for Each Occurrence, for Damage To Premises Rented To You and for Medical Expense continue to apply, but will be subject to either the Construction Project General Aggregate Limit or the General Aggregate Limit shown in the Declarations, depending on whether the occurrence can be attributed solely to ongoing operations at a particular construction project. D. When coverage for liability arising out of the products -completed operations hazard is provided, any payments for damages because of bodily injury or property damage included in the products -completed operations hazard will reduce the Products -Completed Operations Aggregate Limit shown in the Declarations, regardless of the number of projects involved. CNA74705XX (1-15) Policy No: Page 8 of 17 Endorsement No. The Continental Insurance Co. Effective Date: Insured Name: REEDER GENERAL CONTRACTORS INC Copyright CNA All Rights Reserved. Indudes copyrighted material of Insurance Services Office, Inc., with its permission. 7017842589 12/04/2022 CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement E. If a single construction project away from premises owned by or rented to the Insured has been abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. F. The provisions of LIMITS OF INSURANCE not otherwise modified by this endorsement shall continue to apply as stipulated. 12. IN REM ACTIONS A quasi in rem action against any vessel owned or operated by or for the Named Insured, or chartered by or for the Named Insured, will be treated in the same manner as though the action were in personam against the Named Insured. 13. INCIDENTAL HEALTH CARE MALPRACTICE COVERAGE Solely with respect to bodily injury that arises out of a health care incident: A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Insuring Agreement is amended to replace Paragraphs 1.b.(1) and 1.b.(2) with the following: b. This insurance applies to bodily injury provided that the professional health care services are incidental to the Named Insured's primary business purpose, and only if: (1) such bodily injury is caused by an occurrence that takes place in the coverage territory. (2) the bodily injury first occurs during the policy period. All bodily injury arising from an occurrence will be deemed to have occurred at the time of the first act, error, or omission that is part of the occurrence; and B. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to: i. add the following to the Employers Liability exclusion: This exclusion applies only if the bodily injury arising from a health care incident is covered by other liability insurance available to the Insured (or which would have been available but for exhaustion of its limits). m ii. delete the exclusion entitled Contractual Liability and replace it with the following: This insurance does not apply to: 0 Contractual Liability 0 the Insured's actual or alleged liability under any oral or written contract or agreement, including but not limited to express warranties or guarantees. iii. add the following additional exclusions: This insurance does not apply to: Discrimination any actual or alleged discrimination, humiliation or harassment, including but not limited to claims based on an individual's race, creed, color, age, gender, national origin, religion, disability, marital status or sexual orientation. Dishonesty or Crime Any actual or alleged dishonest, criminal or malicious act, error or omission. Medicare/Medicaid Fraud CNA74705XX (1-15) Policy No: 7017842589 Page 9 of 17 Endorsement No. 5 The Continental Insurance Co. Effective Date: 12/04/2022 Insured Name: REEDER GENERAL CONTRACTORS INC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement any actual or alleged violation of law with respect to Medicare, Medicaid, Tricare or any similar federal, state or local governmental program. Services Excluded by Endorsement Any health care incident for which coverage is excluded by endorsement. C. DEFINITIONS is amended to: i. add the following definitions: Health care incident means an act, error or omission by the Named Insured's employees or volunteer workers in the rendering of: a. professional health care services on behalf of the Named Insured or b. Good Samaritan services rendered in an emergency and for which no payment is demanded or received. Professional health care services means any health care services or the related furnishing of food, beverages, medical supplies or appliances by the following providers in their capacity as such but solely to the extent they are duly licensed as required: a. Physician; b. Nurse; c. Nurse practitioner; d. Emergency medical technician; e. Paramedic; f. Dentist; g. Physical therapist; h. Psychologist; i. Speech therapist; j. Other allied health professional; or Professional health care services does not include any services rendered in connection with human clinical trials or product testing. ii. delete the definition of occurrence and replace it with the following: Occurrence means a health care incident. All acts, errors or omissions that are logically connected by any common fact, circumstance, situation, transaction, event, advice or decision will be considered to constitute a single occurrence; iii. amend the definition of Insured to: a. add the following: the Named Insured's employees are Insureds with respect to: (1) bodily injury to a co -employee while in the course of the co -employee's employment by the Named Insured or while performing duties related to the conduct of the Named Insured's business; and CNA74705XX (1-15) Policy No: 7017842589 Page 10 of 17 Endorsement No. 5 The Continental Insurance Co. Effective Date: 12/04/2022 Insured Name: REEDER GENERAL CONTRACTORS INC Copyright CNA All Rights Reserved. Indudes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement (2) bodily injury to a volunteer worker while performing duties related to the conduct of the Named Insured's business; when such bodily injury arises out of a health care incident, the Named Insured's volunteer workers are Insureds with respect to: (1) bodily injury to a co -volunteer worker while performing duties related to the conduct of the Named Insured's business; and (2) bodily injury to an employee while in the course of the employee's employment by the Named Insured or while performing duties related to the conduct of the Named Insured's business; when such bodily injury arises out of a health care incident, b. delete Subparagraphs (a), (b), (c) and (d) of Paragraph 2.a.(1) of WHO IS AN INSURED, D. The Other Insurance condition is amended to delete Paragraph b.(1) in its entirety and replace it with the following: Other Insurance b. Excess Insurance (1) To the extent this insurance applies, it is excess over any other insurance, self insurance or risk transfer instrument, whether primary, excess, contingent or on any other basis, except for insurance purchased specifically by the Named Insured to be excess of this coverage. 14. JOINT VENTURES 1 PARTNERSHIP 1 LIMITED LIABILITY COMPANIES WHO IS AN INSURED is amended to delete its last paragraph and replace it with the following: No person or organization is an Insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations, except that if the Named Insured was a joint venturer, partner, or member of a limited liability company and such joint venture, partnership or limited liability company terminated prior to or during the policy period, such Named Insured is an Insured with respect to its interest in such joint venture, partnership or limited liability company but only to the extent that: a. any offense giving rise to personal and advertising injury occurred prior to such termination date, and the personal and advertising injury arising out of such offense first occurred after such termination date; N b. the bodily injury or property damage first occurred after such termination date; and c. there is no other valid and collectible insurance purchased specifically to insure the partnership, joint venture or N limited liability company; and If the joint venture, partnership or limited liability company is or was insured under a consolidated (wrap-up) insurance program, then such insurance will always be considered valid and collectible for the purpose of paragraph c. above. But this provision will not serve to exclude bodily injury, property damage or personal and advertising injury that would otherwise be covered under the Contractors General Liability Extension Endorsement provision entitled WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS. Please see that provision for the definition of consolidated (wrap-up) insurance program. 15. LEGAL LIABILITY — DAMAGE TO PREMISES 1 ALIENATED PREMISES 1 PROPERTY IN THE NAMED INSURED'S CARE, CUSTODY OR CONTROL A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete exclusion j. Damage to Property in its entirety and replace it with the following: This insurance does not apply to: CNA74705XX (1-15) Policy No: 7017842589 Page 11 of 17 Endorsement No. 5 The Continental Insurance Co. Effective Date: 12/04/2022 Insured Name: REEDER GENERAL CONTRACTORS INC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement j. Damage to Property Property damage to: (1) Property the Named Insured owns, rents, or occupies, including any costs or expenses incurred by you, or any other person, organization or entity, for repair, replacement, enhancement, restoration or maintenance of such property for any reason, including prevention of injury to a person or damage to another's property; (2) Premises the Named Insured sells, gives away or abandons, if the property damage arises out of any part of those premises; (3) Property loaned to the Named Insured; (4) Personal property in the care, custody or control of the Insured; (5) That particular part of real property on which the Named Insured or any contractors or subcontractors working directly or indirectly on the Named Insured's behalf are performing operations, if the property damage arises out of those operations; or (6) That particular part of any property that must be restored, repaired or replaced because your work was incorrectly performed on it. Paragraphs (1), (3) and (4) of this exclusion do not apply to property damage (other than damage by fire) to premises rented to the Named Insured or temporarily occupied by the Named Insured with the permission of the owner, nor to the contents of premises rented to the Named Insured for a period of 7 or fewer consecutive days. A separate limit of insurance applies to Damage To Premises Rented To You as described in LIMITS OF INSURANCE. Paragraph (2) of this exclusion does not apply if the premises are your work. Paragraphs (3), (4), (5) and (6) of this exclusion do not apply to liability assumed under a sidetrack agreement. Paragraph (6) of this exclusion does not apply to property damage included in the products -completed operations hazard. Paragraphs (3) and (4) of this exclusion do not apply to property damage to: i. tools, or equipment the Named Insured borrows from others, nor ii. other personal property of others in the Named Insured's care, custody or control while being used in the Named Insured's operations away from any Named Insured's premises. However, the coverage granted by this exception to Paragraphs (3) and (4) does not apply to: a. property at a job site awaiting or during such property's installation, fabrication, or erection; b. property that is mobile equipment leased by an Insured; c. property that is an auto, aircraft or watercraft; d. property in transit; or e. any portion of property damage for which the Insured has available other valid and collectible insurance, or would have such insurance but for exhaustion of its limits, or but for application of one of its exclusions. A separate limit of insurance and deductible apply to such property of others. See LIMITS OF INSURANCE as amended below. CNA74705XX (1-15) Policy No: 7017842589 Page 12 of 17 Endorsement No. 5 The Continental Insurance Co. Effective Date: 12/04/2022 Insured Name: REEDER GENERAL CONTRACTORS INC Copyright CNA All Rights Reserved. Indudes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement B. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete its last paragraph and replace itwith the following: Exclusions c. through In. do not apply to damage by fire to premises while rented to a Named Insured or temporarily occupied by a Named Insured with permission of the owner, nor to damage to the contents of premises rented to a Named Insured for a period of 7 or fewer consecutive days. A separate limit of insurance applies to this coverage as described in LIMITS OF INSURANCE. C. The following paragraph is added to LIMITS OF INSURANCE: Subject to 5. above, $25,000 is the most the Insurer will pay under Coverage A for damages arising out of any one occurrence because of the sum of all property damage to borrowed tools or equipment, and to other personal property of others in the Named Insured's care, custody or control, while being used in the Named Insured's operations away from any Named Insured's premises. The Insurer's obligation to pay such property damage does not apply until the amount of such property damage exceeds $1,000. The Insurer has the right but not the duty to pay any portion of this $1,000 in order to effect settlement. If the Insurer exercises that right, the Named Insured will promptly reimburse the Insurer for any such amount. D. Paragraph 6., Damage To Premises Rented To You Limit, of LIMITS OF INSURANCE is deleted and replaced by the following: 6. Subject to Paragraph 5. above, (the Each Occurrence Limit), the Damage To Premises Rented To You Limit is the most the Insurer will pay under Coverage A for damages because of property damage to any one premises while rented to the Named Insured or temporarily occupied by the Named Insured with the permission of the owner, including contents of such premises rented to the Named Insured for a period of 7 or fewer consecutive days. The Damage To Premises Rented To You Limit is the greater of: a. $500,000; or b. The Damage To Premises Rented To You Limit shown in the Declarations. E. Paragraph 4.b.(1)(a)(ii) of the Other Insurance Condition is deleted and replaced by the following: (ii) That is property insurance for premises rented to the Named Insured, for premises temporarily occupied by the Named Insured with the permission of the owner; or for personal property of others in the Named Insured's care, custody or control; 16. LIQUOR LIABILITY Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete the exclusion entitled Liquor Liability. This LIQUOR LIABILITY provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 17. MEDICAL PAYMENTS A. LIMITS OF INSURANCE is amended to delete Paragraph 7. (the Medical Expense Limit) and replace it with the following: 7. Subject to Paragraph 5. above (the Each Occurrence Limit), the Medical Expense Limit is the most the Insurer will pay under Coverage C — Medical Payments for all medical expenses because of bodily injury sustained by any one person. The Medical Expense Limit is the greater of: (1) $15,000 unless a different amount is shown here: $N,NNN,NNN,NNN; or (2) the amount shown in the Declarations for Medical Expense Limit. CNA74705XX (1-15) Policy No: 7017842589 Page 13 of 17 Endorsement No. 5 The Continental Insurance Co. Effective Date: 12/04/2022 Insured Name: REEDER GENERAL CONTRACTORS INC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement B. Under COVERAGES, the Insuring Agreement of Coverage C — Medical Payments is amended to replace Paragraph 1.a.(3)(b) with the following: (b) The expenses are incurred and reported to the Insurer within three years of the date of the accident; and 18. NON -OWNED AIRCRAFT Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended as follows: The exclusion entitled Aircraft, Auto or Watercraft is amended to add the following: This exclusion does not apply to an aircraft not owned by any Named Insured, provided that: 1. the pilot in command holds a currently effective certificate issued by the duly constituted authority of the United States of America or Canada, designating that person as a commercial or airline transport pilot; 2. the aircraft is rented with a trained, paid crew to the Named Insured; and 3. the aircraft is not being used to carry persons or property for a charge. 19. NON -OWNED WATERCRAFT Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete subparagraph (2) of the exclusion entitled Aircraft, Auto or Watercraft, and replace it with the following. This exclusion does not apply to: (2) a watercraft that is not owned by any Named Insured, provided the watercraft is: (a) less than 75 feet long; and (b) not being used to carry persons or property for a charge. 20. PERSONAL AND ADVERTISING INJURY —DISCRIMINATION OR HUMILIATION A. Under DEFINITIONS, the definition of personal and advertising injury is amended to add the following tort: Discrimination or humiliation that results in injury to the feelings or reputation of a natural person. B. Under COVERAGES, Coverage B — Personal and Advertising Injury Liability, the paragraph entitled Exclusions is amended to: 1. delete the Exclusion entitled Knowing Violation Of Rights Of Another and replace it with the following: This insurance does not apply to: Knowing Violation of Rights of Another Personal and advertising injury caused by or at the direction of the Insured with the knowledge that the act would violate the rights of another and would inflict personal and advertising injury. This exclusion shall not apply to discrimination or humiliation that results in injury to the feelings or reputation of a natural person, but only if such discrimination or humiliation is not done intentionally by or at the direction of: (a) the Named Insured; or (b) any executive officer, director, stockholder, partner, member or manager (if the Named Insured is a limited liability company) of the Named Insured. 2. add the following exclusions: CNA74705XX (1-15) Policy No: 7017842589 Page 14 of 17 Endorsement No. 5 The Continental Insurance Co. Effective Date: 12/04/2022 Insured Name: REEDER GENERAL CONTRACTORS INC Copyright CNA All Rights Reserved. Indudes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement This insurance does not apply to: Employment Related Discrimination Discrimination or humiliation directly or indirectly related to the employment, prospective employment, past employment or termination of employment of any person by any Insured, Premises Related Discrimination discrimination or humiliation arising out of the sale, rental, lease or sub -lease or prospective sale, rental, lease or sub -lease of any room, dwelling or premises by or at the direction of any Insured. Notwithstanding the above, there is no coverage for fines or penalties levied or imposed by a governmental entity because of discrimination. The coverage provided by this PERSONAL AND ADVERTISING INJURY —DISCRIMINATION OR HUMILIATION Provision does not apply to any person or organization whose status as an Insured derives solely from Provision 1. ADDITIONAL INSURED of this endorsement; or attachment of an additional insured endorsement to this Coverage Part, This PERSONAL AND ADVERTISING INJURY —DISCRIMINATION OR HUMILIATION Provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 21. PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY A. Under COVERAGES, Coverage B —Personal and Advertising Injury Liability, the paragraph entitled Exclusions is amended to delete the exclusion entitled Contractual Liability, B. Solely for the purpose of the coverage provided by this PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY provision, the following changes are made to the section entitled SUPPLEMENTARY PAYMENTS — COVERAGES A AND B: 1. Paragraph 2.d. is replaced by the following: d. The allegations in the suit and the information the Insurer knows about the offense alleged in such suit are such that no conflict appears to exist between the interests of the Insured and the interests of the indemnitee; 2. The first unnumbered paragraph beneath Paragraph 2.f.(2)(b) is deleted and replaced by the following: So long as the above conditions are met, attorneys fees incurred by the Insurer in the defense of that indemnitee, necessary litigation expenses incurred by the Insurer, and necessary litigation expenses incurred by the indemnitee at the Insurer's request will be paid as defense costs. Such payments will not be deemed to be damages for personal and advertising injury and will not reduce the limits of insurance. C. This PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY Provision does not apply if Coverage B —Personal and Advertising Injury Liability is excluded by another endorsement attached to this Coverage Part, This PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY Provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part, 22. PROPERTY DAMAGE — ELEVATORS A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended such that the Damage to Your Product Exclusion and subparagraphs (3), (4) and (6) of the Damage to Property Exclusion do not apply to property damage that results from the use of elevators. CNA74705XX (1-15) Policy No: 7017842589 Page 15 of 17 Endorsement No. 5 The Continental Insurance Co. Effective Date: 12/04/2022 Insured Name: REEDER GENERAL CONTRACTORS INC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement B. Solely for the purpose of the coverage provided by this PROPERTY DAMAGE — ELEVATORS Provision, the Other Insurance conditions is amended to add the following paragraph: This insurance is excess over any of the other insurance, whether primary, excess, contingent or on any other basis that is Property insurance covering property of others damaged from the use of elevators. 23. SUPPLEMENTARY PAYMENTS The section entitled SUPPLEMENTARY PAYMENTS — COVERAGES A AND B is amended as follows: A. Paragraph 1.b. is amended to delete the $250 limit shown for the cost of bail bonds and replace it with a $5,000. limit; and B. Paragraph 1.d. is amended to delete the limit of $250 shown for daily loss of earnings and replace it with a $1,000. limit. 24. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS If the Named Insured unintentionally fails to disclose all existing hazards at the inception date of the Named Insured's Coverage Part, the Insurer will not deny coverage under this Coverage Part because of such failure. 25. WAIVER OF SUBROGATION - BLANKET Under CONDITIONS, the condition entitled Transfer Of Rights Of Recovery Against Others To Us is amended to add the following: The Insurer waives any right of recovery the Insurer may have against any person or organization because of payments the Insurer makes for injury or damage arising out of: 1. the Named Insured's ongoing operations; or 2. your work included in the products -completed operations hazard. However, this waiver applies only when the Named Insured has agreed in writing to waive such rights of recovery in a written contract or written agreement, and only if such contract or agreement: 1. is in effector becomes effective during the term of this Coverage Part; and 2. was executed prior to the bodily injury, property damage or personal and advertising injury giving rise to the claim. 26. WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS Note: The following provision does not apply to any public construction project in the state of Oklahoma, nor to any construction project in the state of Alaska, that is not permitted to be insured under a consolidated (wrap-up) insurance program by applicable state statute or regulation. If the endorsement EXCLUSION — CONSTRUCTION WRAP-UP is attached to this policy, or another exclusionary endorsement pertaining to Owner Controlled Insurance Programs (O.C.I.P.) or Contractor Controlled Insurance Programs (C.C.I.P.) is attached, then the following changes apply: A. The following wording is added to the above -referenced endorsement: With respect to a consolidated (wrap-up) insurance program project in which the Named Insured is or was involved, this exclusion does not apply to those sums the Named Insured become legally obligated to pay as damages because of: 1. Bodily injury, property damage, or personal or advertising injury that occurs during the Named Insured's ongoing operations at the project, or during such operations of anyone acting on the Named Insured's behalf; nor CNA74705XX (1-15) Policy No: 7017842589 Page 16 of 17 Endorsement No. 5 The Continental Insurance Co. Effective Date: 12/04/2022 Insured Name: REEDER GENERAL CONTRACTORS INC Copyright CNA All Rights Reserved. Indudes copyrighted material of Insurance Services Office, Inc., with its permission. N CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement 2. Bodily injury or property damage included within the products -completed operations hazard that arises out of those portions of the project that are not residential structures. B. Condition 4. Other Insurance is amended to add the following subparagraph 4.b.(1)(c): This insurance is excess over: (c) Any of the other insurance whether primary, excess, contingent or any other basis that is insurance available to the Named Insured as a result of the Named Insured being a participant in a consolidated (wrap-up) insurance program, but only as respects the Named Insured's involvement in that consolidated (wrap-up) insurance program. C. DEFINITIONS is amended to add the following definitions: Consolidated (wrap-up) insurance program means a construction, erection or demolition project for which the prime contractor/project manager or owner of the construction project has secured general liability insurance covering some or all of the contractors or subcontractors involved in the project, such as an Owner Controlled Insurance Program (O.C.I.P.) or Contractor Controlled Insurance Program (C.C.I.P.). Residential structure means any structure where 30% or more of the square foot area is used or is intended to be used for human residency, including but not limited to: 1. single or multifamily housing, apartments, condominiums, townhouses, co-operatives or planned unit developments; and 2. the common areas and structures appurtenant to the structures in paragraph 1. (including pools, hot tubs, detached garages, guest houses or any similar structures). However, when there is no individual ownership of units, residential structure does not include military housing, college/university housing or dormitories, long term care facilities, hotels or motels. Residential structure also does not include hospitals or prisons. This WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS Provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA74705XX (1-15) Policy No: Page 17 of 17 Endorsement No. The Continental Insurance Co. Effective Date: Insured Name: REEDER GENERAL CONTRACTORS INC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. 7017842589 5 12/04/2022 CNA CNA PARAMOUNT Blanket Additional Insured - Owners, Lessees or Contractors -with Products -Completed Operations Coverage Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART It is understood and agreed as follows: I. WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this coverage part, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused in whole or in part by your acts or omissions, or the acts or omissions of those acting on your behalf: A. in the performance of your ongoing operations subject to such written contract; or B. in the performance of your work subject to such written contract, but only with respect to bodily injury or property damage included in the products -completed operations hazard, and only if: 1. the written contract requires you to provide the additional insured such coverage; and 2. this coverage part provides such coverage. II. But if the written contract requires: A. additional insured coverage under the 11-85 edition, 10-93 edition, or 10-01 edition of CG2010, or under the 10- 01 edition of CG203T or B. additional insured coverage with "arising out of language; or C. additional insured coverage to the greatest extent permissible by law; then paragraph I. above is deleted in its entirety and replaced by the following: WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this coverage part, but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of your work that is subject to such written contract. III. Subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide such additional insured with: A. coverage broader than required by the written contract; or B. a higher limit of insurance than required by the written contract, IV. The insurance granted by this endorsement to the additional insured does not apply to bodily injury, property damage, or personal and advertising injury arising out of: A. the rendering of, or the failure to render, any professional architectural, engineering, or surveying services, including: 1. the preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and 2. supervisory, inspection, architectural or engineering activities; or B. any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this coverage part. V. Under COMMERCIAL GENERAL LIABILITY CONDITIONS, the Condition entitled Other Insurance is amended to add the following, which supersedes any provision to the contrary in this Condition or elsewhere in this coverage part: CNA75079XX (10-16) Policy No: 7017842589 Page 1 of 2 Endorsement No. 7 The Continental Insurance Co. Effective Date: 12/04/2022 Insured Name: REEDER GENERAL CONTRACTORS INC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Ldll�♦ l_ ' 1 i CNA PARAMOUNT Primary and Noncontributory Insurance Blanket Additional Insured - Owners, Lessees or Contractors -with Products -Completed Operations Coverage Endorsement With respect to other insurance available to the additional insured under which the additional insured is a named insured, this insurance is primary to and will not seek contribution from such other insurance, provided that a written contract requires the insurance provided by this policy to be: 1. primary and non-contributing with other insurance available to the additional insured; or 2. primary and to not seek contribution from any other insurance available to the additional insured. But except as specified above, this insurance will be excess of all other insurance available to the additional insured. VI. Solely with respect to the insurance granted by this endorsement, the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: The Condition entitled Duties In The Event of Occurrence, Offense, Claim or Suit is amended with the addition of the following: Any additional insured pursuant to this endorsement will as soon as practicable: 1. give the Insurer written notice of any claim, or any occurrence or offense which may result in a claim; 2. send the Insurer copies of all legal papers received, and otherwise cooperate with the Insurer in the investigation, defense, or settlement of the claim; and 3. make available any other insurance, and tender the defense and indemnity of any claim to any other insurer or self -insurer, whose policy or program applies to a loss that the Insurer covers under this coverage part. However, if the written contract requires this insurance to be primary and non-contributory, this paragraph 3. does not apply to insurance on which the additional insured is a named insured. The Insurer has no duty to defend or indemnify an additional insured under this endorsement until the Insurer receives written notice of a claim from the additional insured. VII. Solely with respect to the insurance granted by this endorsement, the section entitled DEFINITIONS is amended to add the following definition: Written contract means a written contract or written agreement that requires you to make a person or organization an additional insured on this coverage part, provided the contract or agreement: A. is currently in effect or becomes effective during the term of this policy; and B. was executed prior to: 1. the bodily injury or property damage; or 2. the offense that caused the personal and advertising injury; for which the additional insured seeks coverage. Any coverage granted by this endorsement shall apply solely to the extent permissible by law. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA75079XX (10-16) Policy No: 7017842589 Page 2 of 2 Endorsement No. 7 The Continental Insurance Co. Effective Date: 12/04/2022 Insured Name: REEDER GENERAL CONTRACTORS INC Copyright CNA All Rights Reserved. Indudes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Changes - Notice of Cancellation or Material Restriction Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART EMPLOYEE BENEFITS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART STOP GAP LIABILITY COVERAGE PART TECHNOLOGY ERRORS AND OMISSIONS LIABILITY COVERAGE PART SPECIAL PROTECTIVE AND HIGHWAY LIABILITY POLICY — NEW YORK DEPARTMENT OF TRANSPORTATION SCHEDULE Number of days notice (other than for nonpayment of premium): 030 Number of days notice for nonpayment of premium: N/A Name of person or organization to whom notice will be sent: PER SCHEDULE ON FILE Address: PER SCHEDULE ON FILE PER SCHEDULE ON FILE XX 00000 If no entry appears above, the number of days notice for nonpayment of premium will be 10 days. It is understood and agreed that in the event of cancellation or any material restrictions in coverage during the policy period, the Insurer also agrees to mail prior written notice of cancellation or material restriction to the person or ti organization listed in the above Schedule. Such notice will be sent prior to such cancellation in the manner prescribed in ti the above Schedule. m 0 0 N O All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA74702XX (1-15) Policy No: 7017842589 Page 1 of 1 Endorsement No. 25 The Continental Insurance Co. Effective Date: 12/04/2022 Insured Name: REEDER GENERAL CONTRACTORS INC Copyright CNA All Rights Reserved. DNA Business Auto Policy Policy Endorsement CONTRACTORS EXTENDED COVERAGE ENDORSEMENT - BUSINESS AUTO PLUS THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM I. LIABILITY COVERAGE A. Who Is An Insured The following is added to Section II, Paragraph A. 1., Who Is An Insured: 1. a. Any incorporated entity of which the Named Insured owns a majority of the voting stock on the date of inception of this Coverage Form; provided that, b. The insurance afforded by this provision A. 1. does not apply to any such entity that is an insured under any other liability "policy" providing auto coverage. 2. Any organization you newly acquire or form, other than a limited liability company, partnership or joint venture, and over which you maintain majority ownership interest. The insurance afforded by this provision A.2.: a. Is effective on the acquisition or formation date, and is afforded only until the end of the policy period of this Coverage Form, or the next anniversary of its inception date, whichever is earlier. b. Does not apply to: (1) Bodily injury or property damage caused by an accident that occurred before you acquired or formed the organization; or (2) Any such organization that is an insured under any other liability "policy" providing auto coverage. 3. Any person or organization that you are required by a written contract to name as an additional insured is an insured but only with respect to their legal liability for acts or omissions of a person, who qualifies as an insured under SECTION II — WHO IS AN INSURED and for whom Liability Coverage is afforded under this policy. If required by written contract, this insurance will be primary and non-contributory to insurance on which the additional insured is a Named Insured. 4. An employee of yours is an insured while operating an auto hired or rented under a contract or agreement in that employee's name, with your permission, while performing duties related to the conduct of your business. "Policy", as used in this provision A. Who Is An Insured, includes those policies that were in force on the inception date of this Coverage Form but: 1. Which are no longer in force; or 2. Whose limits have been exhausted. B. Bail Bonds and Loss of Earnings Section II, Paragraphs A.2. (2) and A.2. (4) are revised as follows: 1. In a.(2), the limit for the cost of bail bonds is changed from $2,000 to $5,000; and 2. In a.(4), the limit for the loss of earnings is changed from $250 to $500 a day. Form No: CNA63359XX (04-2012) Policy No: BUA 7017842592 Endorsement Effective Date: Endorsement Expiration Date: Policy Effective Date: 12/04/2022 Endorsement No: 11; Page: 1 of 4 Policy Page: 72 of 126 Underwriting Company: Valley Forge Insurance Company, 151 N Franklin St, Chicago, IL 60606 ° Copyright CNA All Rights Reserved. Includes copyrighted material of the Insurance Services Office, Inc., used with its permission. CNA Business Auto Policy Policy Endorsement C. Fellow Employee Section II, Paragraph B.5 does not apply. Such coverage as is afforded by this provision C. is excess over any other collectible insurance. II. PHYSICAL DAMAGE COVERAGE A. Glass Breakage - Hitting A Bird Or Animal - Falling Objects Or Missiles The following is added to Section III, Paragraph A.3.: With respect to any covered auto, any deductible shown in the Declarations will not apply to glass breakage if such glass is repaired, in a manner acceptable to us, rather than replaced. B. Transportation Expenses Section III, Paragraph A.4.a. is revised, with respect to transportation expense incurred by you, to provide: a. $60 per day, in lieu of $20; subject to b. $1,800 maximum, in lieu of $600. C. Loss of Use Expenses Section III, Paragraph A.4.b. is revised, with respect to loss of use expenses incurred by you, to provide: a. $1,000 maximum, in lieu of $600. D. Hired "Autos" The following is added to Section III. Paragraph A.: 5. Hired "Autos" If Physical Damage coverage is provided under this policy, and such coverage does not extend to Hired Autos, then Physical Damage coverage is extended to: a. Any covered auto you lease, hire, rent or borrow without a driver; and b. Any covered auto hired or rented by your employee without a driver, under a contract in that individual employee's name, with your permission, while performing duties related to the conduct of your business. c. The most we will pay for any one accident or loss is the actual cash value, cost of repair, cost of replacement or $75,000, whichever is less, minus a $500 deductible for each covered auto. No deductible applies to loss caused by fire or lightning. d. The physical damage coverage as is provided by this provision is equal to the physical damage coverage(s) provided on your owned autos. e. Such physical damage coverage for hired autos will: (1) Include loss of use, provided it is the consequence of an accident for which the Named Insured is legally liable, and as a result of which a monetary loss is sustained by the leasing or rental concern. (2) Such coverage as is provided by this provision will be subject to a limit of $750 per accident. E. Airbag Coverage The following is added to Section III, Paragraph B.3.: The accidental discharge of an airbag shall not be considered mechanical breakdown. Form No: CNA63359XX (04-2012) Endorsement Effective Date: Endorsement Expiration Date: Endorsement No: 11; Page: 2 of 4 Underwriting Company: Valley Forge Insurance Company, 151 N Franklin St, Chicago, IL 60606 Policy No: BUA 7017842592 Policy Effective Date: 12/04/2022 Policy Page: 73 of 126 ° Copyright CNA All Rights Reserved. Includes copyrighted material of the Insurance Services Office, Inc., used with its permission. DNA F. Electronic Equipment Business Auto Policy Policy Endorsement Section III, Paragraphs B.4.c and B.4.d. are deleted and replaced by the following: c. Physical Damage Coverage on a covered auto also applies to loss to any permanently installed electronic equipment including its antennas and other accessories d. A $100 per occurrence deductible applies to the coverage provided by this provision. G. Diminution In Value The following is added to Section III, Paragraph B.6.: Subject to the following, the diminution in value exclusion does not apply to: a. Any covered auto of the private passenger type you lease, hire, rent or borrow, without a driver for a period of 30 days or less, while performing duties related to the conduct of your business; and b. Any covered auto of the private passenger type hired or rented by your employee without a driver for a period of 30 days or less, under a contract in that individual employee's name, with your permission, while performing duties related to the conduct of your business. c. Such coverage as is provided by this provision is limited to a diminution in value loss arising directly out of accidental damage and not as a result of the failure to make repairs; faulty or incomplete maintenance or repairs; or the installation of substandard parts. d. The most we will pay for loss to a covered auto in any one accident is the lesser of: (1) $5,000; or (2) 20% of the auto's actual cash value (ACV). III. Drive Other Car Coverage — Executive Officers The following is added to Sections II and III: 1. Any auto you don't own, hire or borrow is a covered auto for Liability Coverage while being used by, and for Physical Damage Coverage while in the care, custody or control of, any of your "executive officers", except: a. An auto owned by that "executive officer" or a member of that person's household; or b. An auto used by that "executive officer" while working in a business of selling, servicing, repairing or parking autos. Such Liability and/or Physical Damage Coverage as is afforded by this provision. (1) Equal to the greatest of those coverages afforded any covered auto; and (2) Excess over any other collectible insurance. 2. For purposes of this provision, "executive officer" means a person holding any of the officer positions created by your charter, constitution, by-laws or any other similar governing document, and, while a resident of the same household, includes that person's spouse. Such "executive officers" are insureds while using a covered auto described in this provision. IV. BUSINESS AUTO CONDITIONS A. Duties In The Event Of Accident, Claim, Suit Or Loss The following is added to Section IV, Paragraph A.2.a.: Form No: CNA63359XX (04-2012) Policy No: BUA 7017842592 Endorsement Effective Date: Endorsement Expiration Date: Policy Effective Date: 12/04/2022 Endorsement No: 11; Page: 3 of 4 Policy Page: 74 of 126 Underwriting Company: Valley Forge Insurance Company, 151 N Franklin St, Chicago, IL 60606 ° Copyright CNA All Rights Reserved. Includes copyrighted material of the Insurance Services Office, Inc., used with its permission. DNA Business Auto Policy Policy Endorsement (4) Your employees may know of an accident or loss. This will not mean that you have such knowledge, unless such accident or loss is known to you or if you are not an individual, to any of your executive officers or partners or your insurance manager. The following is added to Section IV, Paragraph A.2.b.: (6) Your employees may know of documents received concerning a claim or suit. This will not mean that you have such knowledge, unless receipt of such documents is known to you or if you are not an individual, to any of your executive officers or partners or your insurance manager. B. Transfer Of Rights Of Recovery Against Others To Us The following is added to Section IV, Paragraph A.5. Transfer Of Rights Of Recovery Against Others To Us: We waive any right of recovery we may have, because of payments we make for injury or damage, against any person or organization for whom or which you are required by written contract or agreement to obtain this waiver from us. This injury or damage must arise out of your activities under a contract with that person or organization. You must agree to that requirement prior to an accident or loss. C. Concealment, Misrepresentation or Fraud The following is added to Section IV, Paragraph B.2.: Your failure to disclose all hazards existing on the date of inception of this Coverage Form shall not prejudice you with respect to the coverage afforded provided such failure or omission is not intentional. D. Other Insurance The following is added to Section IV, Paragraph B.5.: Regardless of the provisions of Paragraphs 5.a. and 5.d. above, the coverage provided by this policy shall be on a primary non-contributory basis. This provision is applicable only when required by a written contract. That written contract must have been entered into prior to Accident or Loss. E. Policy Period, Coverage Territory Section IV, Paragraph B. 7.(5).(a). is revised to provide: a. 45 days of coverage in lieu of 30 days. V. DEFINITIONS Section V. paragraph C. is deleted and replaced by the following: Bodily injury means bodily injury, sickness or disease sustained by a person, including mental anguish, mental injury or death resulting from any of these. Form No: CNA63359XX (04-2012) Endorsement Effective Date: Endorsement Expiration Date: Endorsement No: 11; Page: 4 of 4 Underwriting Company: Valley Forge Insurance Company, 151 N Franklin St, Chicago, IL 60606 Policy No: BUA 7017842592 Policy Effective Date: 12/04/2022 Policy Page: 75 of 126 ° Copyright CNA All Rights Reserved. Includes copyrighted material of the Insurance Services Office, Inc., used with its permission. DNA 1 It is understood and agreed that: Business Auto Policy Policy Endorsement If you have agreed under written contract to provide notice of cancellation to a party to whom the Agent of Record has issued a Certificate of Insurance, and if we cancel a policy term described on that Certificate of Insurance for any reason other than nonpayment of premium, then notice of cancellation will be provided to such Certificateholders at least 30 days in advance of the date cancellation is effective. If notice is mailed, then proof of mailing to the last known mailing address of the Certificateholder on file with the Agent of Record will be sufficient to prove notice. Any failure by us to notify such persons or organizations will not extend or invalidate such cancellation, or impose any liability or obligation upon us or the Agent of Record. All other terms and conditions of the policy remain unchanged This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers, takes effect on the Policy Effective date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy. Form No: CNA68021XX (02-2013) Endorsement Effective Date: Endorsement Expiration Date: Endorsement No: 12; Page: 1 of 1 Underwriting Company: Valley Forge Insurance Company, 151 N Franklin St, Chicago, IL 60606 Policy No: 8UA 7017842592 Policy Effective Date: 12/04/2022 Policy Page: 76 of 126 Copyright CNA All Rights Reserved. CNA CNA Paramount Excess and Umbrella Liability Policy Endorsement 1 This endorsement modifies insurance provided under the following: PARAMOUNT EXCESS AND UMBRELLA LIABILITY POLICY It is understood and agreed that: 1. The section entitled WHO IS AN INSURED is amended as follows: a. Paragraph A. is deleted and replaced by the following: A. With respect to Coverage A — Excess Follow Form Liability: (1) Any person or organization that is a Named Insured under the provisions of underlying insurance shall be considered a Named Insured under Coverage A Excess Fallow Form Liability; (2) Any person or organization included as an insured under the provisions of underlying insurance is an Insured under Coverage A — Excess Follow Form Liability; but only for the same coverage, except for limits of insurance, afforded under such underlying insurance. a. Paragraph B. is amended to add the following as Named Insureds under Coverage B — Umbrella Liability: Entities that are named insureds under the provisions of underlying insurance, but only while a Named Insured has management control over the entity during the policy period, subject to the following: (1) the coverage provided by this insurance to such an entity does not apply to: (a) bodily injury or property damage that occurred; or (b) personal and advertising injury caused by an incident first committed; before a Named Insured has management control or after a Named Insured ceases to have management control; and (1) no person or organization is a Named Insured: (a) with respect to the conduct of any current, past or newly formed partnership, limited liability company or joint venture that is not covered by this endorsement as a Named Insured; or (b) if the person or organization is excluded by another endorsement attached to this policy. For the purpose of this provision, management control means a Named Insured: has more than 50% ownership interest in the entity, directly or indirectly; or • exercises management or financial control over the entity. a. Paragraph C. is deleted and replaced by the following: C. With respect to Coverage C — Crisis Event Management and Coverage D — Key Employee, any entity that qualifies as a Named Insured under Coverage A or Coverage B also qualifies as a Named Insured under Coverage C and Coverage D. Form No: CNA88301XX (08-2017) Policy No: CUE 7017842608 Endorsement Effective Date: Endorsement Expiration Date: Policy Effective Date: 12/04/2022 Endorsement No: 7; Page: 1 of 2 Policy Page: 57 of 59 Underwriting Company: The Continental Insurance Company, 151 N Franklin St, Chicago, IL 60606 Copyright CNA All Rights Reserved. DNA CNA Paramount Excess and Umbrella Liability Policy Endorsement 2. The section entitled DEFINITIONS is amended to delete the definition of Named Insured and replace it with the following: Named Insured means the persons or organizations named as such in the Declarations, and any other organization qualifying as a Named Insured in the Section entitled WHO IS AN INSURED. All other terms and conditions of the policy remain unchanged. This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers, takes effect on the Policy Effective Date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy unless another expiration date is shown below. Form No: CNA88301XX (08-2017) Endorsement Effective Date: Endorsement Expiration Date: Endorsement No: 7; Page: 2 of 2 Underwriting Company: The Continental Insurance Company, 151 N Franklin 5t, Chicago, IL 60606 Policy No: CUE 7017842608 Policy Effective Date: 12/04/2022 Policy Page: 58 of 59 Copyright CNA All Rights Reserved. ---exasmutu WORKERS' COMPENSATION INSURANCE WORKERS' COMPENSATION AND WC 42 03 04 B EMPLOYERS LIABILITY POLICY Insured copy TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. () Specific Waiver Name of person or organization (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: All Texas operations 3. Premium: The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: Included, see Information Page This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on 12/4122 at 12:01 a.m. standard time, forms a part of: Policy no. 0001112748 of Texas Mutual Insurance Company effective on 1214I22 Issued to: REEDER GENERAL CONTRACTORS INC This is not a bill Authorized representative NCCI Carrier Code: 29939 1212122 PO Box 12058, Austin, TX 78711-2058 1 of 1 texasmutual.com 1 (800) 859-5995 1 Fax (800) 359-0650 WC 42 03 04 B 006213-1 PERFORMANCE BOND Page 1of4 1 SECTION 00 62 13 Bond No. 325446Q 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Reeder General Contractors, Inc. , known as 8 "Principal" herein and Westfield Insurance Companv , a corporate 9 surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the Developer, Fort 11 Worth Independent school District, authorized to do business in Texas ("Developer") and the 12 City of Fort Worth, a Texas municipal corporation ("City"), in the penal sum of, One Hundred Twenty -One Thousand Eight Hundred 13 Sixty -Five and 59/100 Dollars ($ 121.865.59 ) 14 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the 15 payment of which sum well and truly to be made jointly unto the Developer and the City as dual 16 obligees, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly 17 and severally, firmly by these presents. 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth by and through a Community Facilities Agreement, 20 CFA Number CFA23-0019; and 21 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded 22 the day of �l/� 20; which Contract is hereby referred to and made a 23 part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor 24 and other accessories defined by law, in the prosecution of the Work, including any Change 25 Orders, as provided for in said Contract designated as Camp Bowie West Boulevard. 26 NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall 27 faithfully perform it obligations under the Contract and shall in all respects duly and faithfully 28 perform the Work, including Change Orders, under the Contract, according to the plans, 29 specifications, and contract documents therein referred to, and as well during any period of CITY OF FORT WORTH Camp Bowie West Boulevard STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTSCPN 104280 Revised January 31, 2012 006213-2 PERFORMANCE BOND Page 2of4 1 extension of the Contract that may be granted on the part of the Developer and/or City, then 2 this obligation shall be and become null and void, otherwise to remain in full force and effect. 3 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 4 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 5 Worth Division. 6 This bond is made and executed in compliance with the provisions of Chapter 2253 of 7 the Texas Government Code, as amended, and all liabilities on this bond shall be determined in 8 accordance with the provisions of said statue. 9 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED d SEALED this 10 instrument by duly authorized agents and officers on this the _day ofl� irc 11 , 20�. 12 13 14 15 16 17 ATTEST: 18 19 20 (Principal Secretary) 21 22 23 24 25 Witness as to Principal 26 27 28 PRINCIPAL: Reeder General Contractors, Inc. BY: Signature C�Ie. d�lr NIP Name and Title Address: 6600 Hawks Creek Avenue, Ste. 200 Fort Worth. TX 76114 CITY OF FORT WORTH Camp Bowie West Boulevard STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTSCPN 104280 Revised January 31, 2012 1 2 (Surety) Secretary 3 4 5 ATTEST 6 7 8 �—)'j 9 "-YL VAA, 10 Haevyn Knobl ch 11 Witness as to Surety 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 006213-3 PERFORMANCE BOND Page 3of4 SURETY: Westfield Insurance Company. . BY: Signature \ Tina McLelland, Attorney -in -Fact Name and Title Address: One Park Circle Westfield Center, OH 44251 Telephone Number: (972)679-9904 30 CITY OF FORT WORTH 31 STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTSCPN 104280 Camp Bowie West Boulevard Revised January 31, 2012 006213-4 PERFORMANCE BOND Page 4 of 4 2 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 3 from the by-laws showing that this person has authority to sign such obligation. If 4 Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH Camp Bo Wie West Boulevard STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTSCPN 104280 Revised January 31, 2012 006214-1 PAYMENTBOND Page Iof3 1 SECTION 00 62 14 2 PAYMENT BOND Bond No. 325446Q 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BYTHESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Reeder General Contractors, Inc. known as 8 "Principal" herein, and Westfield Insurance Comoanv , a 9 corporate surety ( or sureties if more than one), duly authorized to do business in the State of 10 Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the 11 Developer, Fort Worth Independent School District, authorized to do business in Texas 12 "(Developer"), and the City of Fort Worth, a Texas municipal corporation ("City"), in the penal One Hundred Twenty -One Thousand Eight Hundred 13 sum of Sixtv-Five and 59/100 Dollars 14 ($ 121,865.59 ), lawful money of the United States, to be paid in Fort Worth, 15 Tarrant County, Texas, for the payment of which sum well and truly be made jointly unto the 16 Developer and the City as dual obligees, we bind ourselves, our heirs, executors, administrators, 17 successors and assigns, jointly and severally, firmly by these presents: 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth, by and through a Community Facilities Agreement, 20 CFA Number CFA23-0019 and 21 WHEREAS, Principal has entered into a certain written Contract with Developer, awarded 22 the 1lYd day of_L j'liN , 20_2,a which Contract is hereby referred to 23 and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, 24 equipment, labor and other accessories as defined by law, in the prosecution of the Work as 25 provided for in said Contract and designated as Camp Bowie WestBoulevard. 26 NOW, THEREFORE, THE CONDITION OFTHIS OBLIGATION is such that if Principal shall pay 27 all monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 of the 28 Texas Government Code, as amended) in the prosecution of the Work under the Contract, then 29 this obligation shall be and become null and void; otherwise to remain in full force and effect. CITY OF FORT WORTH Camp Bowie West Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTSCPN 104280 Revised Ja n uary 31, 2012 006214-2 PAYMENTBOND Page 2of3 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 statute. 4 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this 5 instrument by duly authorized agents and officers on this the }� day of 6 �OP , 20 0). 7 PRINCIPAL: Reeder General Contractors, Inc. ATTEST: BY: Signature Mp i Jib I V (Principal) Secretary Name and Title Witness as to Principal Address: 6600 Hawks Creek Avenue. Ste. 200 Fort Worth, TX 76114 SURETY: Westfield Insurance Company ATTEST: BY: _ C �O Vri �91 Signature CITY OF FORT WORTH Camp BO wie West Boulevard STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTSCPN 104280 Revised January 31, 2012 (Surety) Secretary ��.4UV4 &Jvj aevyn V,o ch Witness as to Surety 006214-3 PAYMENT BOND Page 3of3 Tina McLelland, Attorney -in -Fact Name and Title Address: One Park Circle Westfield Center. OH 442,rjj_ Telephone Number: (972)679-9904 1 2 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 3 bylaws showing that this person has authority to sign such obligation. If Surety's physical address 4 is different from its mailing address, both must be provided. 5 6 The date of the bond shall not be prior to the date the Contract is awarded. 7 END OF SECTION CITY OF FORT WORTH Camp Bowie West Boulevard STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTSCPN 104280 Revised January 31, 2012 00 6219 - 1 MAINTENANCE BOND Page 1 of 3 1 SECTION 00 62 19 2 MAINTENANCE BOND Bond No. 325446Q 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we Reeder General Contractors, Inc. known as 8 "Principal" herein and Westfield Insurance Comoanv , a corporate surety 9 (sureties, if more than one) duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the Developer, Fort Worth 11 Independent School District, authorized to do business in Texas ("Developer') and the City of 12 Fort Worth, a Texas municipal corporation ("City'), in the sum One Hundred Twenty -One Thousand Eight Hundred 13 of Sixty -Five and 59/100 Dollars (S 121,865.59 ), 14 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment 15 of which sum well and truly be made jointly unto the Developer and the City as dual obligees and 16 their successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, 17 jointly and severally, firmly by these presents. 18 19 WHEREAS, Developer and City have entered into an Agreement for the construction of 20 community facilities in the City of Fort Worth by and through a Community Facilities Agreement, 21 CFA Number CFA23-0019 and 22 WHEREAS, the Principal has entered into a certain written contractwiththe Developer 23 awarded the day of J 20,Z��ich Contract is 24 hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 25 materials, equipment labor and other accessories as defined by law, in the prosecution of the 26 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 27 the "Work") as provided for in said Contract and designated as Camp Bowie West Boulevard, US 28 HWY 80, Texas HEY Spur 580; and 29 30 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 31 accordance with the plans, specifications and Contract Documents that the Work is and will 32 remain free from defects in materials or workmanship for and during the period of two (2) years 33 after the date of Final Acceptance of the Work by the City (`2Vlamtenance Period"); and 34 CITY OF FORT WORTH Camp Bowie West Boulevard, US HWY 80, Texas HEY Spur 580 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS SPN 104208 Revised January 31, 2012 006219-2 MAINTENANCE BOND Page 2of3 1 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 2 upon receiving notice from the Developer and/or City of the need thereof at any time within the 3 Maintenance Period. 4 5 NOW THEREFORE, the condition of this obligation is such that if Principal shall 6 remedy any defective Work, for which timely notice was provided by Developer or City, to a 7 completion satisfactory to the City, then this obligation shall become null and void; otherwise to 8 remain in full force and effect. 9 10 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 1 l noticed defective Work, it is agreed that the Developer or City may cause any and all such 12 defective Work to be repaired and/or reconstructed with all associated costs thereof being borne 13 by the Principal and the Surety under this Maintenance Bond; and 14 15 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 16 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 17 Worth Division; and 18 19 PROVIDED FURTHER, that this obligation shall be continuous in nature and 20 successive recoveries may be had hereon for successive breaches. 21 22 23 CITY OF FORT WORTH Camp Bowie West Boulevard, US HWY 80, Texas HEY Spur 580 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS SPN 104208 Revised January 31, 2012 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 31 32 33 34 35 36 37 38 39 40 41 42 006219-3 MAINTENANCE BOND Page 3 of 3 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 19th day of June 2023 . ATTEST: (Principal) Secretary Witness as to Principal ATTEST: (Surety) Secretary iv U�L Witness als to urety Haevyn Knobloch PRINCIPAL: Reeder General Contract C. BY: Signature 'Zu� -,v Name and Title Fort Worth, SURETY: Westfield Insurance Comnanv BY: ignature Tina McLelland, Attornev-in-7,act Name and Title Address: One Park Circle Westfield Center, OH 44251 Telephone Number: (972)679-9904 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH Camp Bowie West Boulevard, US HWY 80, Texas HEY Spur 580 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS SPN 104208 Revised January 31, 2012 THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME POWER # AND ISSUED PRIOR TO 09/15121, FOR ANY PERSON OR PERSONS NAMED BELOW. General POWER NO. 4220112 01 Power Westfield Insurance Co. of attorney Westfield National Insurance Co. CERTIFIED COPY Ohio Farmers Insurance Co. Westfield Center, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a 'Company" and collectively as "Companies," duly organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by these presents make, constitute and appoint JOSH ANDRAJACK, ROBBIE MARTIN, TINA MCLELLAND, HAEVYN KNOBLOCH, JOINTLY OR SEVERALLY of WICHITA FALLS and State of TX its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bands, recognizances, undertakings, or other instruments or contracts of suretyship- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - • - - - LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE, OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: 'Be It Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorneys) -in -Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney -in -Fact. may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary,' 'Be it Further Resolved, that the s:gnature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimi;e seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached.' (Each adopted at a meeting held on February 8, 2000). In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their National Surety Leader and Senior Executive and their corporate seals to be hereto affixed this 15th day of SEPTEMBER A.D., 2021 . Corporate �o' 3URq .., nrt�,., '' WESTFIELD INSURANCE COMPANY sealsd�1!?!..•••••.+0�� j�.• l.pG.; r, WESTFIELD NATIONAL INSURANCE COMPANY Affixedy`✓; �+vXX+ ';1�►03 °;�; 9"; r�i[z:'" �— .e^ OHIO FARMERS INSURANCE COMPANY �. SEAL :T: rj, * Cie 1 State of Ohio """ By: County of Medina ss.: Gary W. tumper, Nations "Surety Leader and Senior Executive On this 15th day of SEPTEMBER R.D., 2021 , before me personally came Gary W. Sturnper to me known, who, being by me duly sworn, did depose and say, that he resides in Hartford, CT; that he is National Surety Leader and Senior Executive of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above instrument; that he knows the seals of said Companies; that the seals affixed to said instrument are such corporate seals: that they were so affixed by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order, Nota n a I Seal ~k" s`t A IL Affixed O. ....../ ,Ft State of Ohio - County of Medina ss.: s 4 % A ...Te Oi David A. Kotnik, Attorney at Law, Notary Public My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing Is a true and correct copy of a Power of Attorney, executed by said Companies, which Is still in full force and effect: and furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this day of A. D., t .tYag SEAL E: 184aB ° Sacw.'ry *�' •.:" ..•'' a�` Frank A. Carrino, Secretary BPOAC2 (combined) (06-02) IMPORTANT NOTICE STATE OF TEXAS COMPLAINT PROCEDURES 1. IMPORTANT NOTICE To obtain information or make a complaint: 2. You may contact your agent. 3. You may call Westfield Insurance Company, Westfield National Insurance Company, and/or Ohio Farmers Insurance Company's toll -free telephone number for information or to make a complaint at: 1-800-243-0210 4. You may also write to Westfield Insurance Company, Westfield National Insurance Company, and/or Ohio Farmers Insurance Company at: Attn: Bond Claims One Park Circle P0Box 5001 Westfield Center, OH 44251-5001 Fax #330-887-0840 5. You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 6. You may write to the Texas Department of Insurance, Consumer Protection Section (MC 111-1A): P.O. Box 149091 Austin, TX 78714-9091 Fax: (512) 490-1007 Web: www.tdi.texas_gov E-mail: ConsumerProtectionOtdi.texas.aov, 7. PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the agent, Westfield Insurance Company, Westfield National Insurance Company, or Ohio Farmers Insurance Company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. 8. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. AVISO IMPORTANTE Para obtener informacion o para someter una queja: Puede comunicarse con su (title) al (telephone number). Usted puede Ilamar al numero de telefono gratis de Westfield Insurance Company, Westfield National Insurance Company, and/or Ohio Farmers Insurance Company's para informacion o para someter una queja al: 1-800-243-0210 Usted tambien puede escribir a Westfield Insurance Company, Westfield National Insurance Company, and/or Ohio Farmers Insurance Company: Attn: Bond Claims One Park Circle P O Box 5001 Westfield Center, OH 44251-5001 Fax #330-887-0840 Puede comunicarse con el Departamento de Sequros de Texas para obtener informacion acerca de companies, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas, Consumer Protection Section (MC 111-1A): P.O. Box 149091 Austin, TX 78714-9091 Fax: (512) 490-1007 Web: www.tdi.texas.gov E-mail: ConsumerProtection antdi.texas_aov, DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente, Westfield Insurance Company, Westfield National Insurance Company, o Ohio Farmers Insurance Company primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. BD5430 (06-15) STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS TABLE OF CONTENTS Article 1 — Definitions and Terminology.......... 1.01 Defined Terms ............................... 1.02 Terminology .................................. Article 2 — Preliminary Matters ....................... 2.01 Before Starting Construction...... 2.02 Preconstruction Conference........ 2.03 Public Meeting ............................ Page .............................................1 .............................................1 ............................................. 5 ....................................................... 6 ....................................................... 6 ....................................................... 6 ....................................................... 6 Article 3 — Contract Documents and Amending............................................................................................... 6 3.01 Reference Standards..................................................................................................................... 6 3.02 Amending and Supplementing Contract Documents.................................................................. 6 Article 4 — Bonds and Insurance....................................................................................................................... 7 4.01 Licensed Sureties and Insurers..................................................................................................... 7 4.02 Performance, Payment, and Maintenance Bonds........................................................................ 7 4.03 Certificates of Insurance............................................................................................................... 7 4.04 Contractor's Insurance.................................................................................................................. 9 4.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................12 Article 5 — Contractor's Responsibilities........................................................................................................12 5.01 Supervision and Superintendent.................................................................................................12 5.02 Labor; Working Hours................................................................................................................13 5.03 Services, Materials, and Equipment...........................................................................................13 5.04 Project Schedule..........................................................................................................................14 5.05 Substitutes and "Or-Equals".......................................................................................................14 5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors).....................................16 5.07 Concerning Subcontractors, Suppliers, and Others...................................................................16 5.08 Wage Rates..................................................................................................................................18 5.09 Patent Fees and Royalties...........................................................................................................19 5.10 Laws and Regulations.................................................................................................................19 5.11 Use of Site and Other Areas.......................................................................................................19 5.12 Record Documents......................................................................................................................20 5.13 Safety and Protection.................................................................................................................. 21 5.14 Safety Representative.................................................................................................................21 5.15 Hazard Communication Programs.............................................................................................22 5.16 Submittals....................................................................................................................................22 5.17 Contractor's General Warranty and Guarantee..........................................................................23 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.18 Indemnification ............................................ 5.19 Delegation of Professional Design Services 5.20 Right to Audit: ............................................. 5.21 Nondiscrimination ........................................ Article 6 - Other Work at the Site....... 6.01 Related Work at Site ....... Article 7 - City's Responsibilities ............................................ 7.01 Inspections, Tests, and Approvals ....................... 7.02 Limitations on City's Responsibilities ................ 7.03 Compliance with Safety Program ........................ Article 8 - City's Observation Status During Construction....... 8.01 City's Project Representative ................................. 8.02 Authorized Variations in Work .............................. 8.03 Rejecting Defective Work ...................................... 8.04 Determinations for Work Performed ...................... Article 9 - Changes in the Work ...................... 9.01 Authorized Changes in the Work 9.02 Notification to Surety ................... Article 10 - Change of Contract Price; Change of Contract Time 10.01 Change of Contract Price ........................................... 10.02 Change of Contract Time ........................................... 10.03 Delays......................................................................... Article 11 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ............ 11.01 Notice of Defects.............................................................................................................. 11.02 Access to Work................................................................................................................. 11.03 Tests and Inspections........................................................................................................ 11.04 Uncovering Work............................................................................................................. 11.05 City May Stop the Work................................................................................................... 11.06 Correction or Removal of Defective Work...................................................................... 11.07 Correction Period.............................................................................................................. 11.08 City May Correct Defective Work................................................................................... Article 12 - Completion ........................................... 12.01 Contractor's Warranty of Title ............ 12.02 Partial Utilization ................................. 12.03 Final Inspection .................................... 12.04 Final Acceptance .................................. Article 13 - Suspension of Work ..................................... 13.01 City May Suspend Work ............................. Article 14 - Miscellaneous ......................................... 14.01 Giving Notice ......................................... CITY OF FORT WORTH STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 24 24 25 25 26 26 26 26 26 27 a a ... 29 ... 29 ... 29 ... 29 ... 30 ... 30 ... 30 ... 30 ... 31 ................................. 32 ................................. 32 ................................. 32 ................................. 32 ................................. 33 ............................................................. 33 ............................................................. 33 34 34 14.02 Computation of Times................................................................................................................ 34 14.03 Cumulative Remedies................................................................................................................. 34 14.04 Survival of Obligations...............................................................................................................35 14.05 Headings......................................................................................................................................35 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 1 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 1 of 35 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. Agreement - The written instrument which is evidence of the agreement between Developer and Contractor covering the Work 2. 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. 3. 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. 4. Buzzsaw — City's on-line, electronic document management and collaboration system. 5. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. 6. City— The City of Fort Worth, Texas, a Texas home -rule municipal corporation, acting by, its governing body through its City Manager, his designee, or agents authorized pursuant to its duly authorized charter on his behalf. 7. Community Facilities Agreement (CFA) A Contract between the Developer and the City for the Construction of one or more following public facilities within the City public right-of- way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs. A CFA may include private facilities within the right-of-way dedicated as private right-of- way or easement on a recorded plat. 8. Contract —The entire and integrated written document incorporating the Contract Documents between the Developer, Contractor, and/or City concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. 9. Contract Documents —Those items that make up the contract and which must include the Agreement, and it's attachments such as standard construction specifications, standard City Conditions, other general conditions of the Developer, including: a. An Agreement CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-2 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 2 of 35 b. Attachments to the Agreement i. Bid Form ii. Vendor Compliance with State Law Non -Resident Bidder iii. Prequalification Statement C. Current Prevailing Wage Rates Table (if required by City) d. Insurance Accord Form e. Payment Bond f. Performance Bond g. Maintenance Bond h. Power of Attorney for Bonds i. Workers Compensation Affidavit j. MWBE Commitment Form( If required by City) k. General Conditions 1. Supplementary Conditions in. The Standard City Conditions n. Specifications specifically made part of the Contract Documents by attachment, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents o. Drawings P. Documentation submitted by contractor prior to Notice of Award. q. The following which may be delivered or issued after the effective date if the Agreement and, if issued become an incorporated part of the Contract Documents i. Notice to Proceed ii. Field Orders iii. Change Orders iv. Letters of Final Acceptance r. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 10. Contractor —The individual or entity with whom Developer has entered into the Agreement. 11. Day or day —A day, unless otherwise defined, shall mean a Calendar Day. 12. Developer — An individual or entity that desires to make certain improvements within the City of Fort Worth 13. 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. 14. Engineer —The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the Developer. 15. Final Acceptance — The written notice given by the City to the Developer and/or Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 3 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 3 of 35 16. 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. 17. General Requirements —A part of the Contract Documents between the Developer and a Contractor. 18. 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. 19. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 20. Milestone —A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 21. Non -Participating Change Order —A document, which is prepared for and reviewed by the City, which is signed by Contractor, and Developer, 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. 22. Participating Change Order —A document, which is prepared for and approved by the City, which is signed by Contractor, Developer, 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. 23. Plans — See definition of Drawings. 24. 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. 25. Project —The Work to be performed under the Contract Documents. 26. Project Representative —The authorized representative of the City who will be assigned to the Site. 27. Public Meeting — An announced meeting conducted by the Developer to facilitate public participation and to assist the public in gaining an informed view of the Project. 28. Regular Working Hours — Hours beginning at 7: 00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 29. 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 30. 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. 31. Site —Lands or areas indicated in the Contract Documents as being furnished by City or Developer 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 or Developer which are designated for the use of Contractor. 32. 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. 33. Standard City Conditions — That part of the Contract Documents setting forth requirements of the City. 34. Subcontractor —An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of apart of the Work at the Site. 35. 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. 36. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and/or Developer and to act for the Contractor. 37. Supplementary Conditions —That part of the Contract Documents which amends or supplements the General Conditions. 38. 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. 39. 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. 40. Weekend Working Hours — Hours beginning at 9: 00 a. in. and ending at 5: 00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 5 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 5 of 35 41. 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 Participating Change Order, Non -Participating Change Order, or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 42. 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 1.02.13 through D are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. 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. C. 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. D. 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 ARTICLE 2 — PRELIMINARY MATTERS 2.01 Before Starting Construction Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting the Work. New schedules will be submitted to City when Participating Change Orders or Non - Participating Change Orders occur. 2.02 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.03 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. ARTICLE 3 — CONTRACT DOCUMENTS AND AMENDING 3.01 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 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. 3.02 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 Participating Change Order or a Non -Participating 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; CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 7 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 7 of 35 1. City's or Engineer's review of a Submittal (subject to the provisions of Paragraph 5.16.C); or 2. City's written interpretation or clarification. ARTICLE 4 — BONDS AND INSURANCE 4.01 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 coverage so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided Section 4.04. 4.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds in the name of Developer and City, 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 the name of Developer and City 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 4.02.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 4.01 and 4.02.C. 4.03 Certificates of Insurance Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee identified in these Standard City 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 1. The certificate of insurance shall document the City, an as "Additional Insured" on all liability policies. 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 these Standard City Conditions. 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. 6. 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. 7. 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. 8. 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%. 9. 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 CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 9 of 35 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 10. 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. 11. 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. 12. 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 parry or the underwriter on any such policies. 13. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 4.04 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. 3. The limits of liability for the insurance shall provide the following coverages for not less than the following amounts or greater where required by Laws and Regulations a. Statutory limits b. Employer's liability CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of 35 1) $100,000 each accident/occurrence 2) $100,000 Disease - each employee 3) $500,000 Disease - policy limit 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 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. 1. 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 2. Contractor's Liability Insurance under this Section which shall be on a per project basis covering the Contractor with minimum limits of: a. $1,000,000 each occurrence b. $2,000,000 aggregate limit 3. The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. 4. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. 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. 1. Automobile Liability, Contractor's Liability Insurance under this Section, which shall be in an amount not less than the following amounts: a. Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non -owned. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 11 of 35 1) $1, 000, 000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: 2) $250,000 Bodily Injury per person 3) $500,000 Bodily Injury per accident / 4) $100,000 Property Damage 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 following requirements: 1. The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks owned and operated by: None. Write the name of the railroad company. (If none, then write none) 2. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a "Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. 3. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: a. General Aggregate: None. Enter limits provided by Railroad Company (If none, write none) b. Each Occurrence:: None. Enter limits provided by Railroad Company (If none, write none) 4. With respect to the above outlined insurance requirements, the following shall govern: a. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. b. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of - CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of 35 way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. c. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at -grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. d. If no grade separation is involved but other work is proposed on a railroad company's right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. 5. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. 6. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. 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. 4.05 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 Developer and 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 Developer or City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the Developer or 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 5 — CONTRACTOR'S RESPONSIBILITIES 5.01 Supervision and Superintendent 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of 35 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. 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. 5.02 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. 5.03 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 CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of 35 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. 5.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and the General Requirements) proposed adjustments in the Project Schedule. 2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 9. Adjustments in Contract Time for projects with City participation shall be made by participating change orders. 5.05 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 5.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of 35 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 5.05.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: i. perform adequately the functions and achieve the results called for by the general design; ii. be similar in substance to that specified; iii. be suited to the same use as that specified; and 2) will state: i. the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; ii. 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; iii. whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: i. all variations of the proposed substitute item from that specified; ii. available engineering, sales, maintenance, repair, and replacement services; and CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of 35 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 5.05.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 5.05.A and 5.05.13. 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 5.05.A.2 and 5.05.B. 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. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Participating Change Order. 5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors) A. The Contractor and any subcontractors are required to be prequalified for the work types requiring pre -qualification 5.07 Concerning Subcontractors, Suppliers, and Others A. Minority and Women Owned Business Enterprise Compliance: CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of 35 ❑ Required for this Contract. (Check this box if there is any City Participation) ® Not Required for this Contract. It is City policy to ensure the full and equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent of the City's MWBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MWBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MWBE 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 MWBE. Material misrepresentation of any nature will be grounds for termination of the Contract. 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. B. 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: 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. C. 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. D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. E. 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 these Contract CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 18 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18 of 35 Documents, Contractor shall provide City contract numbers and reference numbers to the Subcontractors and/or Suppliers. 5.08 Wage Rates ❑ Required for this Contract. ® Not Required for this Contract. 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 31 st 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. 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 1 Ith 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 19 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of 35 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. 5.09 Patent Fees and Royalties A. 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 the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 5.10 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 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 3.01. 5.11 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of 35 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. 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 5.18, 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 or Developer, 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 shall be entitled to recover its cost in doing so. The City may withhold Final Acceptance until clean-up is complete and cost are recovered. 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. 5.12 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of 35 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. 5.13 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 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 5.13.A.2 or 5.13.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. 5.14 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of 35 5.15 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. 5.16 Submittals A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal will be identified as required by City. 1. 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 5.16.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 5.16.C. 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of 35 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. 5.17 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 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 or Developer 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of 35 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 4.02.13. The City will give notice of observed defects with reasonable promptness. 5.18 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 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. 5.19 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of 35 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 5.19, 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 5.16.C. 5.20 Right to Audit: A. The City reserves the right to audit all projects utilizing City funds B. 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. C. 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 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. D. 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. 5.21 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of 35 ARTICLE 6 — OTHER WORK AT THE SITE 6.01 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. ARTICLE 7 — CITY'S RESPONSIBILITIES 7.01 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 11.03. 7.02 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 5.13. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of 35 7.03 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 5.13. ARTICLE 8 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION 8.01 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. 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. 8.02 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 Developer, and also on Contractor, who shall perform the Work involved promptly. 8.03 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 11, whether or not the Work is fabricated, installed, or completed. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 8.04 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). ARTICLE 9 — CHANGES IN THE WORK 9.01 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 Participating 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 on a project with City participation, a Field Order may be issued by the City. 9.02 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. ARTICLE 10 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 10.01 Change of Contract Price A. The Contract Price may only be changed by a Participating Change Order for projects with City participation. 10.02 Change of Contract Time A. The Contract Time may only be changed by a Participating Change Order for projects with City participation. 10.03 Delays A. 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 ARTICLE 11— TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.01 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. 11.02 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. 11.03 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. B. 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 approved by 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 11.03 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 CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. Developer/Contractor. City will forward all invoices for retests to 4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance 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. 11.04 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. 11.05 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 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 11.06 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 11.06 or Paragraph 11.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 11.07 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of 35 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 5.10.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. C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 11.07, 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 and Developer should such additional warranty coverage be required. Contractor's obligations under this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 11.08 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 11.06.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 and the Developer, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 11.09, 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 32 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 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 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 11.09. ARTICLE 12 — COMPLETION 12.01 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment will pass to City no later than the time of Final Acceptance and shall be free and clear of all Liens. 12.02 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. 12.03 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 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. 12.04 Final Acceptance A. 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 upon the satisfaction of the following: 1. All documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; 2. consent of the surety, if any, to Final Acceptance; 3. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and 4. 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. 5. 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. 6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. ARTICLE 13 — SUSPENSION OF WORK 13.01 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 stop contract time on City participation projects. 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 34 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 34 of 35 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. ARTICLE 14 — MISCELLANEOUS 14.01 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 i£ 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. 14.02 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. 14.03 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 CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 14.04 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. 14.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 01 11 00 SUMMARY OF WORK 011100-1 DAP SUMMARY OF WORK Pagel of 3 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 by the 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 Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 104280 Revised December 20, 2012 011100-2 DAP 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 Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 104280 Revised December 20, 2012 011100-3 DAP SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL 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] 1 O PART 3 - EXECUTION [NOT USED] 1 1 END OF SECTION 12 13 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 104280 Revised December 20, 2012 012500-1 DAP SUBSTITUTION PROCEDURES SECTION 0125 00 SUBSTITUTION PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: Pagel of4 1. The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or -equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or -equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or -equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, CITY OF FORT WORTH Camp Bowie Boulevard West STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104280 Revised August 30, 2013 01 25 00 - 2 DAP SUBSTITUTION PROCEDURES Page 2 of 4 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form (attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance ofproposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, if a reduction in cost or time results, it will be documented by Change Order. CITY OF FORT WORTH Camp Bowie Boulevard West STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104280 Revised August 30, 2013 01 25 00 - 3 DAP SUBSTITUTION PROCEDURES Page 3 of 4. Substitution will be rejected if: a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the Developer's opinion, acceptance will require substantial revision of the original design d. In the City's or Developer's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Camp Bowie Boulevard West STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104280 Revised August 30, 2013 01 25 00 - 4 DAP SUBSTITUTION PROCEDURES EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: Page 4 of 4 PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature Recommended Recommended as noted Firm Not recommended Address By Date Date Remarks Telephone For Use by City: Approved Rejected City Date Received late CITY OF FORT WORTH Camp Bowie Boulevard West STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104280 Revised August 30, 2013 0131 19- 1 DAP PRECONSTRUCTION MEETING Pagel of 3 1 SECTION 01 31 19 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. No construction schedule required unless requested by the City. 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 delivery of the 28 distribution package to the City. 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. Developer and Consultant 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 Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 104280 Revised August 30, 2013 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 31 32 33 34 35 36 37 38 39 40 01 31 19 - 2 DAP PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. MBE/SBE procedures hh. Final Acceptance ii. Final Payment j j . Questions or Comments CITY OF FORT WORTH Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 104280 Revised August 30, 2013 0131 19 - 3 DAP PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL 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] 1 1 END OF SECTION 12 13 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 104280 Revised August 30, 2013 013233-1 DAP PRECONSTRUCTION VIDEO Page 1 of 2 SECTION 0132 33 PRECONSTRUCTION VIDEO PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. Though not mandatory, it is highly recommended on infill developer projects. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH Camp Bowie Blvd West STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CON 104280 Revised August 30, 2013 01 32 33 - 2 DAP PRECONSTRUCTION VIDEO Page 2 of 2 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Camp Bowie Blvd West STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CON 104280 Revised August 30, 2013 1 2 SECTION 01 33 00 DAP SUBMITTALS 3 PART 1 - GENERAL 4 5 6 7 8 9 10 11 12 13 14 15 16 el 21 22 23 24 25 26 27 28 29 1.1 SUMMARY A. Section Includes: 01 33 00 - 1 DAP SUBMITTALS Page 1 of 10 1. General methods and requirements of submissions applicable to the following Work -related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. CITY OF FORT WORTH Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - Developer Awarded Projects CPN 104280 Revised August 30, 2013 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 a 32 33 01 3300-2 DAP SUBMITTALS Page 2 of 10 b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: CITY OF FORT WORTH Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - Developer Awarded Projects CPN 104280 Revised August 30, 2013 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 01 3300-3 DAP SUBMITTALS Page 3 of 10 a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) "By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 '/2 inches x 11 inches to 8 '/2 inches x 11 inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer CITY OF FORT WORTH Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - Developer Awarded Projects CPN 104280 Revised August 30, 2013 1 2 3 4 5 i 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 01 33 00 - 4 DAP SUBMITTALS Page 4 of 10 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom -prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City's Standard Product List, clearly identify each item selected for use on the Project. CITY OF FORT WORTH Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - Developer Awarded Projects CPN 104280 Revised August 30, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 M 20 21 22 23 24 25 26 27 28 29 30 31 32 33 01 3300-5 DAP SUBMITTALS Page 5 of 10 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing -in diagrams and templates 5) Catalog cuts 6) Product photographs 7) Standard wiring diagrams 8) Printed performance curves and operational -range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare -parts listing and printed product warranties 12) As applicable to the Work H. Samples 1. As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on -site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. CITY OF FORT WORTH Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - Developer Awarded Projects CPN 104280 Revised August 30, 2013 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 31 32 33 01 3300-6 DAP SUBMITTALS Page 6 of 10 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution 1. Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data CITY OF FORT WORTH Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - Developer Awarded Projects CPN 104280 Revised August 30, 2013 1 2 3 4 5 6 7 I 13 14 15 16 17 18 19 20 21 22 23 24 25 29 30 31 32 33 34 35 01 3300-7 DAP SUBMITTALS Page 7 of 10 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 CITY OF FORT WORTH Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - Developer Awarded Projects CPN 104280 Revised August 30, 2013 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 31 32 33 34 35 01 3300-8 DAP SUBMITTALS Page 8 of 10 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non -conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. CITY OF FORT WORTH Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - Developer Awarded Projects CPN 104280 Revised August 30, 2013 01 3300-9 DAP SUBMITTALS Page 9 of 10 1 1) All subsequent reviews will be performed at times convenient to the City 2 and at the Contractor's expense, based on the City's or City 3 Representative's then prevailing rates. 4 2) Provide Contractor reimbursement to the City within 30 Calendar Days for 5 all such fees invoiced by the City. 6 c. The need for more than 1 resubmission or any other delay in obtaining City's 7 review of submittals, will not entitle the Contractor to an extension of Contract 8 Time. 9 7. Partial Submittals 10 a. City reserves the right to not review submittals deemed partial, at the City's 11 discretion. 12 b. Submittals deemed by the City to be not complete will be returned to the 13 Contractor, and will be considered "Not Approved" until resubmitted. 14 c. The City may at its option provide a list or mark the submittal directing the 15 Contractor to the areas that are incomplete. 16 8. If the Contractor considers any correction indicated on the shop drawings to 17 constitute a change to the Contract Documents, then written notice must be 18 provided thereof to the Developer at least 7 Calendar Days prior to release for 19 manufacture. 20 9. When the shop drawings have been completed to the satisfaction of the City, the 21 Contractor may carry out the construction in accordance therewith and no further 22 changes therein except upon written instructions from the City. 23 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 24 following receipt of submittal by the City. 25 L. Mock ups 26 1. Mock Up units as specified in individual Sections, include, but are not necessarily 27 limited to, complete units of the standard of acceptance for that type of Work to be 28 used on the Project. Remove at the completion of the Work or when directed. 29 M. Qualifications 30 1. If specifically required in other Sections of these Specifications, submit a P.E. 31 Certification for each item required. 32 N. Request for Information (RFI) 33 1. Contractor Request for additional information 34 a. Clarification or interpretation of the contract documents 35 b. When the Contractor believes there is a conflict between Contract Documents CITY OF FORT WORTH Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - Developer Awarded Projects CPN 104280 Revised August 30, 2013 01 33 00 - 10 DAP SUBMITTALS Page 10 of 10 1 c. When the Contractor believes there is a conflict between the Drawings and 2 Specifications 3 1) Identify the conflict and request clarification 4 2. Sufficient information shall be attached to permit a written response without further 5 information. 6 7 8 9 FA 12 13 14 15 16 17 18 19 20 21 22 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days CITY OF FORT WORTH Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - Developer Awarded Projects CPN 104280 Revised August 30, 2013 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 0135 13- 1 DAP SPECIAL PROJECT PROCEDURES Page 1 of 7 SECTION 0135 13 SPECIAL PROJECT PROCEDURES 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 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 3. Section 33 12 25 — Connection to Existing Water Mains 25 26 1.2 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. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 32 High Voltage Overhead Lines. 33 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction 34 Specification 35 1.3 ADMINISTRATIVE REQUIREMENTS 36 A. Coordination with the Texas Department of Transportation 37 1. When work in the right-of-way which is under the jurisdiction of the Texas 38 Department of Transportation (TxDOT): 39 a. Notify the Texas Department of Transportation prior to commencing any work 40 therein in accordance with the provisions of the permit CITY OF FORT WORTH Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 104280 Revised August, 30, 2013 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 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 013513-2 DAP SPECIAL PROJECT PROCEDURES Page 2 of 7 b. All work performed in the TxDOT right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation B. Work near High Voltage Lines 1. Regulatory Requirements a. All Work near High Voltage Lines (more than 600 volts measured between conductors or between a conductor and the ground) shall be in accordance with Health and Safety Code, Title 9, Subtitle A, Chapter 752. 2. Warning sign a. Provide sign of sufficient size meeting all OSHA requirements. 3. Equipment operating within 10 feet of high voltage lines will require the following safety features a. Insulating cage -type of guard about the boom or arm b. Insulator links on the lift hook connections for back hoes or dippers c. Equipment must meet the safety requirements as set forth by OSHA and the safety requirements of the owner of the high voltage lines 4. Work within 6 feet of high voltage electric lines a. Notification shall be given to: 1) The power company (example: ONCOR) a) Maintain an accurate log of all such calls to power company and record action taken in each case. b. Coordination with power company 1) After notification coordinate with the power company to: a) Erect temporary mechanical barriers, de -energize the lines, or raise or lower the lines c. No personnel may work within 6 feet of a high voltage line before the above requirements have been met. C. Confined Space Entry Program 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. 2. Confined Spaces include: a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Use of Explosives, Drop Weight, Etc. 1. When Contract Documents permit on the project the following will apply: a. Public Notification 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24 hour public notification in accordance with Section 01 31 13 E. Water Department Coordination 1. During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. CITY OF FORT WORTH Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 104280 Revised August, 30, 2013 013513-3 DAP SPECIAL PROJECT PROCEDURES Page 3 of 7 1 2. Coordinate any event that will require connecting to or the operation of an existing 2 City water line system with the City's representative. 3 a. Coordination shall be in accordance with Section 33 12 25. 4 b. If needed, obtain a hydrant water meter from the Water Department for use 5 during the life of named project. 6 c. In the event that a water valve on an existing live system be turned off and on 7 to accommodate the construction of the project is required, coordinate this 8 activity through the appropriate City representative. 9 1) Do not operate water line valves of existing water system. 10 a) Failure to comply will render the Contractor in violation of Texas Penal 11 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 12 will be prosecuted to the full extent of the law. 13 b) In addition, the Contractor will assume all liabilities and 14 responsibilities as a result of these actions. 15 F. Public Notification Prior to Beginning Construction 16 1. Prior to beginning construction on any block in the project, on a block by block 17 basis, prepare and deliver a notice or flyer of the pending construction to the front 18 door of each residence or business that will be impacted by construction. The notice 19 shall be prepared as follows: 20 a. Post notice or flyer 7 days prior to beginning any construction activity on each 21 block in the project area. 22 1) Prepare flyer on the Contractor's letterhead and include the following 23 information: 24 a) Name of Project 25 b) City Project No (CPN) 26 c) Scope of Project (i.e. type of construction activity) 27 d) Actual construction duration within the block 28 e) Name of the contractor's foreman and phone number 29 f) Name of the City's inspector and phone number 30 g) City's after-hours phone number 31 2) A sample of the `pre -construction notification' flyer is attached as Exhibit 32 A. 33 3) Submit schedule showing the construction start and finish time for each 34 block of the project to the inspector. 35 4) Deliver flyer to the City Inspector for review prior to distribution. 36 b. No construction will be allowed to begin on any block until the flyer is 37 delivered to all residents of the block. 38 G. Public Notification of Temporary Water Service Interruption during Construction 39 1. In the event it becomes necessary to temporarily shut down water service to 40 residents or businesses during construction, prepare and deliver a notice or flyer of 41 the pending interruption to the front door of each affected resident. 42 2. Prepared notice as follows: 43 a. The notification or flyer shall be posted 24 hours prior to the temporary 44 interruption. 45 b. Prepare flyer on the contractor's letterhead and include the following 46 information: 47 1) Name of the project 48 2) City Project Number CITY OF FORT WORTH Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 104280 Revised August, 30, 2013 0135 13 - 4 DAP SPECIAL PROJECT PROCEDURES Page 4 of 7 1 3) Date of the interruption of service 2 4) Period the interruption will take place 3 5) Name of the contractor's foreman and phone number 4 6) Name of the City's inspector and phone number 5 c. A sample of the temporary water service interruption notification is attached as 6 Exhibit B. 7 d. Deliver a copy of the temporary interruption notification to the City inspector 8 for review prior to being distributed. 9 e. No interruption of water service can occur until the flyer has been delivered to 10 all affected residents and businesses. 11 f. Electronic versions of the sample flyers can be obtained from the Project 12 Construction Inspector. 13 H. Coordination with United States Army Corps of Engineers (USACE) 14 1. At locations in the Project where construction activities occur in areas where 15 USACE permits are required, meet all requirements set forth in each designated 16 permit. 17 I. Coordination within Railroad Permit Areas 18 1. At locations in the project where construction activities occur in areas where 19 railroad permits are required, meet all requirements set forth in each designated 20 railroad permit. This includes, but is not limited to, provisions for: 21 a. Flagmen 22 b. Inspectors 23 c. Safety training 24 d. Additional insurance 25 e. Insurance certificates 26 f. Other employees required to protect the right-of-way and property of the 27 Railroad Company from damage arising out of and/or from the construction of 28 the project. Proper utility clearance procedures shall be used in accordance 29 with the permit guidelines. 30 2. Obtain any supplemental information needed to comply with the railroad's 31 requirements. 32 J. Dust Control 33 1. Use acceptable measures to control dust at the Site. 34 a. If water is used to control dust, capture and properly dispose of waste water. 35 b. If wet saw cutting is performed, capture and properly dispose of slurry. 36 K. Employee Parking 37 1. Provide parking for employees at locations approved by the City. 38 L. {Coordination with North Central Texas Council of Governments (NCTCOG) Clean 39 Construction Specification [if required for the project] 40 1. Comply with equipment, operational, reporting and enforcement requirements set 41 forth in NCTCOG's Clean Construction Specification. } CITY OF FORT WORTH Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 104280 Revised August, 30, 2013 013513-5 DAP SPECIAL PROJECT PROCEDURES Page 5 of 7 1 1.4 SUBMITTALS [NOT USED] 2 1.5 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.6 CLOSEOUT SUBMITTALS [NOT USED] 4 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.8 QUALITY ASSURANCE [NOT USED] 6 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.10 FIELD [SITE] CONDITIONS [NOT USED] 8 1.11 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 12 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.3.13 — 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. CITY OF FORT WORTH Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 104280 Revised August, 30, 2013 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 31 32 33 34 35 36 37 013513-6 DAP SPECIAL PROJECT PROCEDURES Page 6 of 7 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: NOTICE OF CONSTRUCTION THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 104280 Revised August, 30, 2013 2 3 4 013513-7 DAP SPECIAL PROJECT PROCEDURES Page 7 of 7 EXHIBIT B FORT WORTH �: �ject I~anw. 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 CITY OF FORT WORTH Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 104280 Revised August, 30, 2013 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 1 of 2 SECTION 0145 23 TESTING AND INSPECTION SERVICES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to the City's document management system, or another form of distribution approved by the City. CITY OF FORT WORTH Camp Bowie Blvd West STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104280 Revised March 20, 2020 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute I hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 03/20/2020 D.V. Magana Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City's document management system. CITY OF FORT WORTH Camp Bowie Blvd West STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104280 Revised March 20, 2020 01 50 00 - 1 DAP 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 Forms and 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 Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 104280 Revised JULY 1, 2011 01 50 00 - 2 DAP 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 Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 104280 Revised JULY 1, 2011 01 50 00 - 3 DAP 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 Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 104280 Revised JULY 1, 2011 01 50 00 - 4 DAP 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 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 104280 Revised JULY 1, 2011 01 55 26 - 1 DAP 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 Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 104280 Revised July 1, 2011 015526-2 DAP 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 SUBMITTALSANFORMATIONAL 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 Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 104280 Revised July 1, 2011 015526-3 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 104280 Revised July 1, 2011 0157 13- 1 DAP STORM WATER POLLUTION PREVENTION Pagel of 3 1 SECTION 0157 13 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 11 Contract 12 2. Division 1 — General Requirements 13 3. Section 3125 00 — Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Construction Activities resulting in less than 1 acre of disturbance 17 a. Work associated with this Item is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 2. Construction Activities resulting in greater than 1 acre of disturbance 20 a. Measurement and Payment shall be in accordance with Section 3125 00. 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. Notice of Intent: NOI 24 2. Notice of Termination: NOT 25 3. Storm Water Pollution Prevention Plan: SWPPP 26 4. Texas Commission on Environmental Quality: TCEQ 27 5. Notice of Change: NOC 28 A.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. Integrated Storm Management (iSWM) Technical Manual for Construction 33 Controls 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. General 36 1. Contractor is responsible for resolution and payment of any fines issued associated 37 with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 104280 Revised July 1, 2011 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 31 32 33 34 35 36 37 38 39 01 57 13 - 2 DAP STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 3125 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 40 1.5 SUBMITTALS 41 42 43 44 45 46 47 A. SWPPP 1. Submit in accordance with Section 0133 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 104280 Revised July 1, 2011 0157 13 - 3 DAP 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 0133 00. 4 1.6 ACTION SUBMITTALSANFORMATIONAL 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 15 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 104280 Revised July 1, 2011 SECTION 0160 00 PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 01 60 00 DAP PRODUCT REQUIREMENTS Page 1 of 2 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A list of City approved products for use is available through the City's website at: httDs:HaDDs.fortworthtexas.gov/ProiectResources/ and following the directory path: 02 - Construction Documents\Standard Products List A. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. B. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. C. Although a specific product is included on City's Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. D. See Section 0133 00 for submittal requirements of Product Data included onCity's Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH Camp Bowie West Blvd STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104280 Revised March 20, 2020 01 60 00 DAP PRODUCT REQUIREMENTS Page 2 of 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List 4/7/2014 M.Domenech Revised for DAP application 03/20/2020 D.V. Magana Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City's website. CITY OF FORT WORTH Camp Bowie West Blvd STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104280 Revised March 20, 2020 01 66 00 - 1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Pagel 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 SUBMITTALSANFORMATIONAL 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 I't Street Industrial STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 103882 Revised April 7, 2014 01 66 00 - 2 DAP 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 I't Street Industrial STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 103882 Revised April 7, 2014 01 66 00 - 3 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 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 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 I't Street Industrial STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 103882 Revised April 7, 2014 01 66 00 - 4 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH V Street Industrial STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 103882 Revised April 7, 2014 017000-1 DAP MOBILIZATION AND REMOBILIZATION Pagel of4 SECTION 0170 00 MOBILIZATION AND REMOBILIZATION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor's operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization CITY OF FORT WORTH Camp Bowie West Blvd STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104280 Revised April 7, 2014 017000-2 DAP MOBILIZATION AND REMOBILIZATION Page 2 of 4 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contractor's operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) Removal of all buildings or other facilities assembled at the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Mobilization and Demobilization a. Measure 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Remobilization for suspension of Work as specifically required in the Contract Documents a. Measurement 1) Measurement for this Item shall be per each remobilization performed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Specified Remobilization" in accordance with Contract Documents. c. The price shall include: 1) Demobilization as described in Section 1.1.A.2.a.1) 2) Remobilization as described in Section 1.1.A.2.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. CITY OF FORT WORTH Camp Bowie West Blvd STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104280 Revised April 7, 2014 017000-3 DAP MOBILIZATION AND REMOBILIZATION Page 3 of Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section 1.1.A.3.a.1) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Emergency Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section 1.1.A.4.a) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH Camp Bowie West Blvd STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104280 Revised April 7, 2014 0170 00 - 4 DAP MOBILIZATION AND REMOBILIZATION 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] DATE 4/7/2014 NAME M.Domenech END OF SECTION Revision Log SUMMARY OF CHANGE Revised for DAP application Page 4 of 4 CITY OF FORT WORTH Camp Bowie West Blvd STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104280 Revised April 7, 2014 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 7 1 SECTION 01 71 23 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. See Changes (Highlighted in Yellow). 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 be 27 allowed. 28 3. As -Built Survey 29 a. Measurement 30 1) This Item is considered subsidiary to the various Items bid. 31 b. Payment 32 1) The work performed and the materials furnished in accordance with this 33 Item are subsidiary to the various Items bid and no other compensation will be 34 allowed. 35 1.3 REFERENCES 36 A. Definitions 37 1. Construction Survev - The survey measurements made prior to or while 38 construction is in progress to control elevation, horizontal position, dimensions and 39 configuration of structures/improvements included in the Project Drawings. CITY OF FORT WORTH Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104280 Revised February 14, 2018 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 01 71 23 - 2 CONSTRUCTION STAKING AND SURVEY Page 2 of 7 2. As -built Survev —The measurements made after the construction of the improvement features are complete to provide position coordinates for the features of a project. 3. Construction Stakina — The placement of stakes and markings to provide offsets and elevations to cut and fill in order to locate on the ground the designed structures/improvements included in the Project Drawings. Construction staking shall include staking easements and/or right of way if indicated on the plans. 4. Survev "Field Checks" — Measurements made after construction staking is completed and before construction work begins to ensure that structures marked on the ground are accurately located per Project Drawings. B. Technical References 1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw website) — 01 71 23.16.01— Attachment A Survey Staking Standards 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available on City's Buzzsaw website). 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land Surveying in the State of Texas, Category 5 20 1.4 ADMINISTRATIVE REQUIREMENTS 21 A. The Contractor's selection of a surveyor must comply with Texas Government 22 Code 2254 (qualifications based selection) for this project. 23 1.5 SUBMITTALS 24 A. Submittals, if required, shall be in accordance with Section 0133 00. 25 B. All submittals shall be received and reviewed by the City prior to delivery of work. 26 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 27 A. Field Quality Control Submittals 28 1. Documentation verifying accuracy of field engineering work, including coordinate 29 conversions if plans do not indicate grid or ground coordinates. 30 2. Submit "Cut -Sheets" conforming to the standard template provided by the City 31 (refer to 01 71 23.16.01 — Attachment A — Survey Staking Standards). 32 1.7 CLOSEOUT SUBMITTALS 33 B. As -built Redline Drawing Submittal 34 1. Submit As -Built Survey Redline Drawings documenting the locations/elevations of 35 constructed improvements signed and sealed by Registered Professional Land 36 Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 — Attachment A 37 — Survey Staking Standards) . 38 2. Contractor shall submit the proposed as -built and completed redline drawing 39 submittal one (1) week prior to scheduling the project final inspection for City 40 review and comment. Revisions, if necessary, shall be made to the as -built redline 41 drawings and resubmitted to the City prior to scheduling the construction final 42 inspection. CITY OF FORT WORTH Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104280 Revised February 14, 2018 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 2 1.9 QUALITY ASSURANCE 3 A. Construction Staking 4 1. Construction staking will be performed by the Contractor. 5 2. Coordination 6 a. Contact City and Developer's Project Representative at least one week in 7 advance notifying the City of when Construction Staking is scheduled. 8 b. It is the Contractor's responsibility to coordinate staking such that 9 construction activities are not delayed or negatively impacted. 10 3. General 11 a. Contractor is responsible for preserving and maintaining stakes. If 12 Developer's Project Representative is required to re -stake for any reason, the 13 Contractor will be responsible for costs to perform staking. If in the opinion of 14 the City, a sufficient number of stakes or markings have been lost, destroyed 15 disturbed or omitted that the contracted Work cannot take place then the 16 Contractor will be required to stake or re -stake the deficient areas. 17 B. Construction Survey 18 1. Construction Survey will be performed by the Contractor. 19 2. Coordination 20 a. Contractor to verify that horizontal and vertical control data established in the 21 design survey and required for construction survey is available and in place. 22 3. General 23 a. Construction survey will be performed in order to construct the work shown 24 on the Construction Drawings and specified in the Contract Documents. 25 b. For construction methods other than open cut, the Contractor shall perform 26 construction survey and verify control data including, but not limited to, the 27 following: 28 1) Verification that established benchmarks and control are accurate. 29 2) Use of Benchmarks to furnish and maintain all reference lines and grades 30 for tunneling. 31 3) Use of line and grades to establish the location of the pipe. 32 4) Submit to the City copies of field notes used to establish all lines and 33 grades, if requested, and allow the City to check guidance system setup prior 34 to beginning each tunneling drive. 35 5) Provide access for the City, if requested, to verify the guidance system and 36 the line and grade of the carrier pipe. 37 6) The Contractor remains fully responsible for the accuracy of the work and 38 correction of it, as required. 39 7) Monitor line and grade continuously during construction. 40 8) Record deviation with respect to design line and grade once at each pipe 41 joint and submit daily records to the City. 42 9) If the installation does not meet the specified tolerances (as outlined in 43 Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct 44 the installation in accordance with the Contract Documents. 45 C. As -Built Survey 46 1. Required As -Built Survey will be performed by the Contractor. CITY OF FORT WORTH Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104280 Revised February 14, 2018 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 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 01 71 23 - 4 CONSTRUCTION STAKING AND SURVEY Page 4 of 7 2. Coordination a. Contractor is to coordinate with City to confirm which features require as - built surveying. b. It is the Contractor's responsibility to coordinate the as -built survey and required measurements for items that are to be buried such that construction activities are not delayed or negatively impacted. c. For sewer mains and water mains 12" and under in diameter, it is acceptable to physically measure depth and mark the location during the progress of construction and take as -built survey after the facility has been buried. The Contractor is responsible for the quality control needed to ensure accuracy. 3. General a. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features during the progress of the construction including the following: 1) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Minimum every 250 linear feet, including (2) Horizontal and vertical points of inflection, curvature, etc. (3) Fire line tee (4) Plugs, stub -outs, dead-end lines (5) Casing pipe (each end) and all buried fittings 2) Sanitary Sewer a) Top of pipe elevations and coordinates for force mains and siphon sanitary sewer lines (non -gravity facilities) at the following locations: (1) Minimum every 250 linear feet and any buried fittings (2) Horizontal and vertical points of inflection, curvature, etc. 3) Stormwater — Not Applicable b. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features after the construction is completed including the following: 1) Manholes a) Rim and flowline elevations and coordinates for each manhole 2) Water Lines a) Cathodic protection test stations b) Sampling stations c) Meter boxes/vaults (All sizes) d) Fire hydrants e) Valves (gate, butterfly, etc.) f) Air Release valves (Manhole rim and vent pipe) g) Blow off valves (Manhole rim and valve lid) h) Pressure plane valves i) Underground Vaults (1) Rim and flowline elevations and coordinates for each Underground Vault. 3) Sanitary Sewer a) Cleanouts (1) Rim and flowline elevations and coordinates for each CITY OF FORT WORTH Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104280 Revised February 14, 2018 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 7 1 b) Manholes and Junction Structures 2 (1) Rim and flowline elevations and coordinates for each 3 manhole and junction structure. 4 4) Stormwater — Not Applicable 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6 1.11 FIELD [SITE] CONDITIONS [NOT USED] 7 1.12 WARRANTY 8 PART 2- PRODUCTS 9 A. A construction survey will produce, but will not be limited to: 10 1. Recovery of relevant control points, points of curvature and points of intersection. 11 2. Establish temporary horizontal and vertical control elevations (benchmarks) 12 sufficiently permanent and located in a manner to be used throughout construction. 13 3. The location of planned facilities, easements and improvements. 14 a. Establishing final line and grade stakes for piers, floors, grade beams, parking 15 areas, utilities, streets, highways, tunnels, and other construction. 16 b. A record of revisions or corrections noted in an orderly manner for reference. 17 c. A drawing, when required by the client, indicating the horizontal and vertical 18 location of facilities, easements and improvements, as built. 19 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all 20 construction staking projects. These cut sheets shall be on the standard city template 21 which can be obtained from the Survey Superintendent (817-392-7925). 22 5. Digital survey files in the following formats shall be acceptable: 23 a. AutoCAD (.dwg) 24 b. ESRI Shapefile (.shp) 25 c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use 26 standard templates, if available) 27 6. Survey files shall include vertical and horizontal data tied to original project 28 control and benchmarks, and shall include feature descriptions 29 PART 3 - EXECUTION 30 3.1 INSTALLERS 31 A. Tolerances: 32 1. The staked location of any improvement or facility should be as accurate as 33 practical and necessary. The degree of precision required is dependent on many 34 factors all of which must remain judgmental. The tolerances listed hereafter are 35 based on generalities and, under certain circumstances, shall yield to specific 36 requirements. The surveyor shall assess any situation by review of the overall plans 37 and through consultation with responsible parties as to the need for specific 38 tolerances. 39 a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical 40 tolerance. Horizontal alignment for earthwork and rough cut should not exceed 41 1.0 ft. tolerance. CITY OF FORT WORTH Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104280 Revised February 14, 2018 017123-6 CONSTRUCTION STAKING AND SURVEY Page 6 of 7 1 b. Horizontal alignment on a structure shall be within .0.1ft tolerance. 2 c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and 3 walkways shall be located within the confines of the site boundaries and, 4 occasionally, along a boundary or any other restrictive line. Away from any 5 restrictive line, these facilities should be staked with an accuracy producing no 6 more than 0.05ft. tolerance from their specified locations. 7 d. Underground and overhead utilities, such as sewers, gas, water, telephone and 8 electric lines, shall be located horizontally within their prescribed areas or 9 easements. Within assigned areas, these utilities should be staked with an 10 accuracy producing no more than 0.1 ft tolerance from a specified location. 11 e. The accuracy required for the vertical location of utilities varies widely. Many 12 underground utilities require only a minimum cover and a tolerance of 0.1 ft. 13 should be maintained. Underground and overhead utilities on planned profile, 14 but not depending on gravity flow for performance, should not exceed 0.1 ft. 15 tolerance. 16 B. Surveying instruments shall be kept in close adjustment according to manufacturer's 17 specifications or in compliance to standards. The City reserves the right to request a 18 calibration report at any time and recommends regular maintenance schedule be 19 performed by a certified technician every 6 months. 20 1. Field measurements of angles and distances shall be done in such fashion as to 21 satisfy the closures and tolerances expressed in Part 3.1.A. 22 2. Vertical locations shall be established from a pre -established benchmark and 23 checked by closing to a different bench mark on the same datum. 24 3. Construction survey field work shall correspond to the client's plans. Irregularities 25 or conflicts found shall be reported promptly to the City. 26 4. Revisions, corrections and other pertinent data shall be logged for future reference. 27 28 3.2 EXAMINATION [NOT USED] 29 3.3 PREPARATION [NOT USED] 30 3.4 APPLICATION 31 3.5 REPAIR / RESTORATION 32 A. If the Contractor's work damages or destroys one or more of the control 33 monuments/points set by the Developer's Project Representative, the monuments shall be 34 adequately referenced for expedient restoration. 35 1. Notify City or Developer's Project Representative if any control data needs to be 36 restored or replaced due to damage caused during construction operations. 37 a. Contractor shall perform replacements and/or restorations. 38 b. The City or Developer's Project Representative may require at anytime a 39 survey "Field Check" of any monument or benchmarks that are set be verified 40 by the Developer's Project Representative before further associated work can 41 move forward. CITY OF FORT WORTH Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104280 Revised February 14, 2018 017123-7 CONSTRUCTION STAKING AND SURVEY Page 7 of 7 1 3.6 RE -INSTALLATION [NOT USED] 2 3.7 FIELD [OR] SITE QUALITY CONTROL 3 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 4 Developer's Project Representative in accordance with this Specification. This includes 5 easements and right of way, if noted on the plans. 6 B. Do not change or relocate stakes or control data without approval from the City. 7 3.8 SYSTEM STARTUP 8 A. Survey Checks 9 1. The City reserves the right to perform a Survey Check at any time deemed 10 necessary. 11 2. Checks by City personnel or 3rd party contracted surveyor are not intended to 12 relieve the contractor of his/her responsibility for accuracy. 13 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 22 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson Added instruction and modified measurement & payment under 1.2; added 8/31/2017 M. Owen definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal requirements; modified 1.9 Quality Assurance; added PART 2 — PRODUCTS ; Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup. Removed "blue text"; revised measurement and payment sections for Construction Staking and As -Built Survey; added reference to selection compliance with TGC 2/14/2018 M Owen 2254; revised action and Closeout submittal requirements; added acceptable depth measurement criteria; revised list of items requiring as -built survey "during" and "after" construction; and revised acceptable digital survey file format CITY OF FORT WORTH Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104280 Revised February 14, 2018 017423-1 DAP CLEANING Pagel 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 SUBMITTALSANFORMATIONAL 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 Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 104280 Revised April 7, 2014 01 74 23 - 2 DAP 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 Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 104280 Revised April 7, 2014 01 74 23 - 3 DAP 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 11 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. Exterior (Site or Right of Way) Final Cleaning 22 1. Remove trash and debris containers from site. 23 a. Re -seed areas disturbed by location of trash and debris containers in accordance 24 with Section 32 92 13. 25 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object 26 that may hinder or disrupt the flow of traffic along the roadway. 27 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, 28 junction boxes and inlets. 29 4. If no longer required for maintenance of erosion facilities, and upon approval by 30 City, remove erosion control from site. 31 5. Clean signs, lights, signals, etc. 32 3.11 CLOSEOUT ACTIVITIES [NOT USED] 33 3.12 PROTECTION [NOT USED] 34 3.13 MAINTENANCE [NOT USED] 35 3.14 ATTACHMENTS [NOT USED] 36 37 38 39 40 CITY OF FORT WORTH Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 104280 Revised April 7, 2014 01 74 23 - 4 DAP CLEANING Page 4 of 4 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 104280 Revised April 7, 2014 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0177 19 CLOSEOUT REQUIREMENTS 017719-1 DAP CLOSEOUT REQUIREMENTS Pagel of 3 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 Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 104280 Revised April 7, 2014 017719-2 DAP CLOSEOUT REQUIREMENTS Page 2 of 3 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 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 0178 39 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 74 23. C. Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment 39 D. Notice of Project Completion CITY OF FORT WORTH Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 104280 Revised April 7, 2014 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 017719-3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] DATE NAME 4/7/2014 M.Domenech END OF SECTION Revision Log SUMMARY OF CHANGE Revised for DAP application CITY OF FORT WORTH Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 104280 Revised April 7, 2014 017823-1 DAP OPERATION AND MAINTENANCE DATA Pagel of 5 SECTION 0178 23 OPERATION AND MAINTENANCE DATA PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. Traffic Controllers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8 1/2 inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH Camp Bowie West Blvd STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104820 Revised April 7, 2014 01 78 23 - 2 DAP OPERATION AND MAINTENANCE DATA Page 2 of 5 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly -leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content 1. Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize inconsistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH Camp Bowie West Blvd STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104820 Revised April 7, 2014 01 78 23 - 3 DAP OPERATION AND MAINTENANCE DATA Page 3 of 5 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut -down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH Camp Bowie West Blvd STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104820 Revised April 7, 2014 01 78 23 - 4 DAP OPERATION AND MAINTENANCE DATA Page 4 of 5 i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking £ Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH Camp Bowie West Blvd STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104820 Revised April 7, 2014 01 78 23 - 5 DAP OPERATION AND MAINTENANCE DATA Page 5 of 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.5.A.1 — title of section removed 4/7/2014 M.Domenech Revised for DAP Application CITY OF FORT WORTH Camp Bowie West Blvd STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104820 Revised April 7, 2014 SECTION 0178 39 PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 017839-1 DAP PROJECT RECORD DOCUMENTS Pagel of4 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City's Project Representative. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. CITY OF FORT WORTH Camp Bowie West Blvd STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104820 Revised April 7, 2014 01 78 39 - 2 DAP PROJECT RECORD DOCUMENTS Page 2 of 4 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2-PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH Camp Bowie West Blvd STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104820 Revised April 7, 2014 01 78 39 - 3 DAP PROJECT RECORD DOCUMENTS Page 3 of 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. 5. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. c. Call attention to each entry by drawing a "cloud" around the area or areas affected. CITY OF FORT WORTH Camp Bowie West Blvd STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104820 Revised April 7, 2014 01 78 39 - 4 DAP PROJECT RECORD DOCUMENTS Page 4 of 4 d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] DATE NAME 4/7/2014 M.Domenech END OF SECTION Revision Log SUMMARY OF CHANGE Revised for DAP Application CITY OF FORT WORTH Camp Bowie West Blvd STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 104820 Revised April 7, 2014 0334 13 -1 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 1 of 7 SECTION 03 34 13 CONTROLLED LOW STRENGTH MATERIAL (CLSM) PART 1 - GENERAL 1.1 SUMMARY A. Section includes: 1. Controlled low strength material (CLSM) for use in the following: a. Flowable backfill B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 03 30 00 - Cast -in -Place Concrete 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the structure or Items being placed. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being placed and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. B. ASTM International (ASTM): 1. C31 - Standard Practice for Making and Curing Concrete Test Specimens in the Field. 2. C33 - Standard Specification for Concrete Aggregates. 3. C39 - Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. 4. C143 - Standard Test Method for Slump of Hydraulic Cement Concrete. 5. C231 - Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. 6. C260 - Standard Specification for Air -Entraining Admixtures for Concrete. CITY OF FORT WORTH Camp Bowie West Blvd STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104820 Revised December 20, 2012 03 34 13 - 2 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 2 of 7 7. C618 - Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Provide submittals in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Product data B. Sieve analysis 1. Submit sieve analyses of fine and coarse aggregates being used. a. Resubmit at any time there is a significant change in grading of materials. 2. Mix a. Submit full details, including mix design calculations for mix proposed for use. C. Trial batch test data 1. Submit data for each test cylinder. 2. Submit data that identifies mix and slump for each test cylinder. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2-PRODUCTS 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Materials 1. Portland cement: Type II low alkali portland cement as specified in Section 03 30 00. 2. Fly ash: Class F fly ash in accordance with ASTM C618. 3. Water: As specified in Section 03 30 00. 4. Admixture: Air entraining admixture in accordance with ASTM C260. CITY OF FORT WORTH Camp Bowie West Blvd STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104820 Revised December 20, 2012 0334 13 -3 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 3 of 7 5. Fine aggregate: Concrete sand (does not need to be in accordance with ASTM C33). No more than 12 percent of fine aggregate shall pass a No. 200 sieve, and no plastic fines shall be present. 6. Coarse aggregate: Pea gravel no larger than 3/8 inch. B. Mixes 1. Performance requirements a. Total calculated air content 1) Not less than 8.0 percent or greater than 12.0 percent. b. Minimum unconfined compressive strength 1) Not less than 50 psi measured at 28 days. c. Maximum unconfined compressive strength 1) Not greater than 150 psi measured at 28 days. 2) Limit the long-term strength (90 days) to 200 psi such that material could be re -excavated with conventional excavation equipment in the future if necessary. d. Wet density 1) No greater than 132 pounds per cubic foot. e. Color 1) No coloration required unless noted. 2) Submit dye or other coloration means for approval. 2. Suggested design mix Absolute Volume Material Weight Specific Gravity Cubic Foot Cement 30 pounds 3.15 0.15 Fly Ash 300 pounds 2.30 2.09 Water 283 pounds 1.00 4.54 Coarse Aggregate 1,465 pounds 2.68 8.76 Fine Aggregate 1,465 pounds 2.68 8.76 Admixture 4-6 ounces - 2.70 TOTAL 3,543 pounds - 27.00 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Trial batch 1. After mix design has been accepted by Engineer, have trial batch of the accepted mix design prepared by testing laboratory acceptable to Engineer. 2. Prepare trial batches using specified cementitious materials and aggregates proposed to be used for the Work. 3. Prepare trial batch with sufficient quantity to determine slump, workability, consistency, and to provide sufficient test cylinders. CITY OF FORT WORTH Camp Bowie West Blvd STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104820 Revised December 20, 2012 03 34 13 - 4 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 4 of 7 B. Test cylinders: 1. Prepare test cylinders in accordance with ASTM C31 with the following exceptions: a. Fill the concrete test cylinders to overflowing and tap sides lightly to settle the mix. b. Do not rod the concrete mix. c. Strike off the excess material. 2. Place test cylinders in a moist curing room. Exercise caution in moving and transporting the cylinders since they are fragile and will withstand onlyminimal bumping, banging, or jolting without damage. 3. Do not remove the test cylinder from mold until the cylinder is to be capped and tested. 4. The test cylinders may be capped with standard sulfur compound or neoprene pads: a. Perform the capping carefully to prevent premature fractures. b. Use neoprene pads a minimum of 1/2 inch thick, and 1/2 inch larger in diameter than the test cylinders. c. Do not perform initial compression test until the cylinders reach aminimum age of 3 days. C. Compression test 8 test cylinders: Test 4 test cylinders at 3 days and 4 at 28 days in accordance with ASTM C39 except as modified herein: 1. The compression strength of the 4 test cylinders tested at 28 days shall be equal to or greater than the minimum required compression strength, but not exceed maximum compression strength. D. If the trial batch tests do not meet the Specifications for strength or density, revise and resubmit the mix design, and prepare additional trial batch and tests. Repeat until an acceptable trial batch is produced that meets the Specifications. 1. All the trial batches and acceptability of materials shall be paid by the CONTRACTOR. 2. After acceptance, do not change the mix design without submitting a newmix design, trial batches, and test information. E. Determine slump in accordance with ASTM C143 with the following exceptions: 1. Do not rod the concrete material. 2. Place material in slump cone in 1 semi -continuous filling operation, slightly overfill, tap lightly, strike off, and then measure and record slump. CITY OF FORT WORTH Camp Bowie West Blvd STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104820 Revised December 20, 2012 0334 13 -5 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 5 of 7 PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Place CLSM by any method which preserves the quality of the material in terms of compressive strength and density: 1. Limit lift heights of CLSM placed against structures and other facilities that could be damaged due to the pressure from the CLSM, to the lesser of 4 feet or the lift height indicated on the Drawings. Do not place another lift of CLSM until the last lift of CLSM has set and gained sufficient strength to prevent lateral load due to the weight of the next lift of CLSM. 2. The basic requirement for placement equipment and placement methods is the maintenance of its fluid properties. 3. Transport and place material so that it flows easily around, beneath, or through walls, pipes, conduits, or other structures. 4. Use a slump of the placed material greater than 9 inches, and sufficient to allow the material to flow freely during placement: a. After trial batch testing and acceptance, maintain slump developed during testing during construction at all times within f 1 inch. 5. Use a slump, consistency, workability, flow characteristics, and pumpability (where required) such that when placed, the material is self -compacting, self-densifying, and has sufficient plasticity that compaction or mechanical vibration is not required. 6. When using as embedment for pipe take appropriate measures to ensure line and grade of pipe. 3.5 REPAIR [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. General 1. Make provisions for and furnish all material for the test specimens, and provide manual assistance to assist the Engineer in preparing said specimens. 2. Be responsible for the care of and providing curing condition for the test specimens. B. Tests by the City 1. During the progress of construction, the City will have tests made to determine whether the CLSM, as being produced, complies with the requirements specified hereinbefore. Test cylinders will be made and delivered to the laboratory by the Engineer and the testing expense will be borne by the City. 2. Test cylinders a. Prepare test cylinders in accordance with ASTM C31 with the following exceptions: CITY OF FORT WORTH Camp Bowie West Blvd STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104820 Revised December 20, 2012 03 34 13 - 6 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 6 of 7 1) Fill the concrete test cylinders to overflowing and tap sides lightly to settle the mix. 2) Do not rod the concrete mix. 3) Strike off the excess material. b. Place the cylinders in a safe location away from the construction activities. Keep the cylinders moist by covering with wet burlap, or equivalent. Do not sprinkle water directly on the cylinders. c. After 2 days, place the cylinders in a protective container for transport to the laboratory for testing. The concrete test cylinders are fragile and shall be handled carefully. The container may be a box with a Styrofoam or similar lining that will limit the jarring and bumping of the cylinders. d. Place test cylinders in a moist curing room. Exercise caution in moving and transporting the cylinders since they are fragile and will withstand only minimal bumping, banging, or jolting without damage. e. Do not remove the test cylinder from mold until the cylinder is to be capped and tested. f. The test cylinders may be capped with standard sulfur compound or neoprene pads: 1) Perform the capping carefully to prevent premature fractures. 2) Use neoprene pads a minimum of 1/2 inch thick, and 1/2 inch larger in diameter than the test cylinders. 3) Do not perform initial compression test until the cylinders reach a minimum age of 3 days. 3. The number of cylinder specimens taken each day shall be determined by the Inspector. a. Test 1 cylinder at 3 days and 2 at 28 days in accordance with ASTM C39 except as modified herein. b. The compression strength of the cylinders tested at 28 days shall be equal to or greater than the minimum required compression strength, but not exceed maximum compression strength. 4. The City will test the air content of the CLSM. Test will be made immediately after discharge from the mixer in accordance with ASTM C231. 5. Test the slump of CLSM using a slump cone in accordance with ASTM C143 with the following exceptions: a. Do not rod the concrete material. b. Place material in slump cone in 1 semi -continuous filling operation, slightly overfill, tap lightly, strike off, and then measure and record slump. 6. If compressive strength of test cylinders does not meet requirements, make corrections to the mix design to meet the requirements of this specification. CITY OF FORT WORTH Camp Bowie West Blvd STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104820 Revised December 20, 2012 0334 13 -7 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 7 of 7 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Camp Bowie West Blvd STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104820 Revised December 20, 2012 033416-1 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Pagel of4 SECTION 03 34 16 CONCRETE BASE MATERIAL FOR TRENCH REPAIR PART 1 - GENERAL 1.1 SUMMARY A. Section includes: 1. Concrete base material for trench repair B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 03 30 00 — Cast -in -Place Concrete 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the structure or Items being placed. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being placed and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. B. ASTM International (ASTM): 1. C31, Standard Practice for Making and Curing Concrete Test Specimens in the Field. 2. C33, Standard Specification for Concrete Aggregates. 3. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. 4. C143, Standard Test Method for Slump of Hydraulic -Cement Concrete. 5. CI72, Standard Practice for Sampling Freshly Mixed Concrete. 6. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. 7. C260, Standard Specification for Air -Entraining Admixtures for Concrete. 8. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete. 9. C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic - Cement Concrete. CITY OF FORT WORTH Camp Bowie West Blvd STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104280 Revised December 20, 2012 033416-2 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 2 of 4 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Provide submittals in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Submit proposed mix design for Engineer's review a minimum of 2 weeks prior to start of low density concrete backfill work. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2-PRODUCTS 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Mix Design 1. Performance requirements a. Concrete Base Material for Trench Repair 1) 28-day compressive strength of not less than 750 psi and not more than 1,200 psi. B. Materials 1. Portland cement a. Type 11 low alkali portland cement as specified in Section 03 30 00. 2. Fly ash a. Class F fly ash in accordance with ASTM C618. 3. Water a. As specified in Section 03 30 00. 4. Admixture a. Air entraining admixture in accordance with ASTM C260. 5. Fine aggregate a. Concrete sand (does not need to be in accordance with ASTM C33). b. No more than 12 percent of fine aggregate shall pass a No. 200 sieve, and no plastic fines shall be present. 6. Coarse aggregate a. Pea gravel no larger than 3/8 inch. CITY OF FORT WORTH Camp Bowie West Blvd STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104280 Revised December 20, 2012 033416-3 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 3 of 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Place concrete base material by any method which preserves the quality of the material in terms of compressive strength and density. 1. The basic requirement for placement equipment and placement methods is the maintenance of its fluid properties. 2. Transport and place material so that it flows easily around, beneath, or through walls, pipes, conduits, or other structures. 3. Use a slump, consistency, workability, flow characteristics, and pumpability (where required) such that when placed, the material is self -compacting, self-densifying, and has sufficient plasticity that compaction or mechanical vibration is not required. 3.5 REPAIR [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. General 1. Make provisions for and furnish all material for the test specimens, andprovide manual assistance to assist the Engineer in preparing said specimens. 2. Be responsible for the care of and providing curing condition for the test specimens. B. Concrete Tests: Perform testing of composite samples of fresh concrete obtained according to ASTM C 172 according to the following requirements: 1. Testing Frequency: Obtain 1 composite sample for each day's pour of each concrete mixture up to 25 cubic yards, plus 1 set for each additional 50 cubic yards or fraction thereof. 2. Slump: ASTM C 143; 1 test at point of placement for each composite sample, but not less than 1 test for each day's pour of each concrete mixture. Perform additional tests when concrete consistency appears to change. 3. Air Content: ASTM C231, pressure method, for normal -weight concrete; 1 test for each composite sample, but not less than 1 test for each day's pour of each concrete mixture. 4. Concrete Temperature: ASTM C1064; 1 test hourly when air temperature is 40 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and 1 test for each composite sample. 5. Compression Test Specimens: ASTM C31. a. Cast and laboratory cure 4 cylinders for each composite sample. 1) Do not transport field cast cylinders until they have cured for a minimum of 24 hours. CITY OF FORT WORTH Camp Bowie West Blvd STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104280 Revised December 20, 2012 033416-4 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 4 of 4 6. Compressive -Strength Tests: ASTM C39 a. Test 1 cylinder at 7 days. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Camp Bowie West Blvd STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104280 Revised December 20, 2012 311000-1 SITE CLEARING Pagel of6 1 SECTION 3110 00 2 SITE CLEARING 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Preparation of right-of-way and other designated areas for construction operations 7 by removing and disposing of all obstructions including clearing and grubbing and 8 trees, when removal of such obstructions is not specifically shown on the Drawings 9 to be paid by other Sections. 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 02 41 13 — Selective Site Demolition 16 4. Section 02 41 14 — Utility Removal/Abandonment 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Site Clearing 20 a. Measurement 21 1) Measurement for this Item shall be by lump sum, square yard, or per acre. 22 b. Payment 23 1) The work performed and the materials furnished in accordance with this 24 Item shall be paid for at the lump sum, square yard, or per acre price bid for 25 "Site Clearing". 26 c. The price bid shall include: 27 1) Pruning of designated trees and shrubs 28 2) Removal and disposal of structures and obstructions (unless separatebid 29 item is provided under 02 41 13 "Selective Site Demolition or 02 4114 30 "Utility Removal/Abandonment"). 31 3) Removal and disposal of trees under 6-inch in diameter when bidding by 32 lump sum or square yard 33 4) Removal of ALL trees when bidding by acre. 34 5) Backfilling of holes 35 6) Clean-up 36 2. Tree Removal (for trees 6-inch or larger in diameter when Site Clearing is bid by 37 lump sum or square yard) 38 a. Measurement 39 1) Measurement for this Item shall be per each. 40 2) Measurement of diameter for tree removal shall be at standard "Diameterat 41 Breast Height" or DBH, where Breast Height shall be 54" above grade. CITY OF FORT WORT H Camp Bowie West Blvd STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104280 Revised March 22, 2021 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 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 311000-2 SITE CLEARING Page 2 of 6 3) b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Tree Removal" for: a) Various diameter ranges c. The price bid shall include: 1) Removal and disposal of tree, including removal of root to a depth at least 2 foot below grade 2) Grading and backfilling of holes 3) Excavation 4) Clean-up 3. Tree Removal and Transplantation a. Measurement 1) Measurement for this Item shall be per each. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Tree Transplant" for: a) Various diameter ranges c. The price bid shall include: 1) Pruning of designated trees and shrubs 2) Moving tree with truck mounted tree spade 3) Grading and backfilling of holes 4) Replanting tree at temporary location (determined by Contractor) 5) Maintaining tree until Work is completed 6) Replanting tree into original or designated location 7) Excavation 8) Fertilization 9) Mulching 10) Watering 11) Clean-up 12) Warranty period 4. Tree Protection a. Measurement 1) Measurement for this Item shall be per each as designated on Construction Drawings for protection b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Tree Protection" for: a) Various caliper ranges c. The price bid shall include: 1) Protection of tree utilizing measures designated on Construction Drawings 2) Installation of work of barriers as designated on Construction Drawings 3) Maintenance of protection measures throughout construction completed 4) Replanting tree into original or designated location 5) Excavation 6) Fertilization 7) Mulching 8) Clean-up including removal on constriction completion of protection measures CITY OF FORT WORT H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 22, 2021 Camp Bowie West Blvd CPN 104280 311000-3 SITE CLEARING Page 3 of 1 5. 2 1.3 REFERENCES [NOT USED] 3 1.4 ADMINSTRATIVE REQUIREMENTS 4 A. Permits 5 1. Contractor shall obtain Tree Removal Permits and Urban Forestry Permits as 6 required by the City's Tree Ordinance. PARD-Forestry details can be foundhere: 7 Forestry — Welcome to the City of Fort Worth (fortworthtexas.2ov). Urban Forestry 8 Compliance's ordinance and requirements are within Zoning and can be found here: 9 Zonnn2 — Welcome to the Citv of Fort Worth (fortworthtexas.2ov). 10 B. Preinstallation Meetings 11 1. Hold a preliminary site clearing meeting and include the Contractor, City Forester 12 (if City owned tree) or representative of Urban Forestry if privately owned trees), 13 City Inspector, and the Project Manager for the purpose of reviewing the 14 Contractor's tree removal plan. Clearly mark all trees to remain on the project site 15 prior to the meeting. 16 2. The Contractor will provide the City with a Disposal Letter in accordance to 17 Division 01. 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 CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS [NOT USED] 27 PART 3 - EXECUTION 28 3.1 INSTALLERS [NOT USED] 29 3.2 EXAMINATION [NOT USED] 30 3.3 PREPARATION 31 A. All trees identified to be protected and/or preserved should be clearly flagged with 32 survey tape as per Construction Drawings. CITY OF FORT WORT H Camp Bowie West Blvd STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104280 Revised March 22, 2021 31 10 00 - 4 SITE CLEARING Page 4 of 1 B. Following taping and prior to any removals or site clearing, the Contractor shall meet 2 with the City, the Engineer and the Landowner, if necessary, to confirm trees to be 3 saved. 4 3.4 INSTALLATION 5 A. Protection of Trees 6 1. Protect designated trees and prune trees and shrubs as shown on the Drawings. 7 Refer to the Drawings for tree protection details. 8 2. If the Drawings do not provide tree protection details, protected trees shall be 9 fenced by placing 6-foot tall metal T-posts in a square around the tree trunk with 10 the corners located on the canopy drip line, unless instructed otherwise. 11 3. When site conditions do not allow for the T-posts to be installed at the drip line, the 12 T-posts may be installed no less than 8 feet from the tree trunk. 4-foot high 12'/z 13 gauge stock fencing or orange plastic snow fence shall be attached to the T-posts to 14 form the enclosure. 15 4. For city -owned trees, PARD-Forestry permission required to install protective 16 fencing inside of canopy dripline (Critical Root Zone). 17 5. Additional trunk protection (cladding) is required when protective fencing is 18 approved within the Critical Root Zone. 19 6. Do not park equipment, service equipment, store materials, or disturb the root area 20 under the branches of trees designated for preservation. 21 7. When shown on the Drawings, treat cuts on trees with an approved tree wound 22 dressing within 30 minutes of making a pruning cut or otherwise causing damageto 23 the tree. 24 8. Trees and brush shall be mulchedon-site. 25 a. Burning as a method of disposal is notallowed. 26 B. Hazardous Materials 27 1. The Contractor will notify the Engineer immediately if any hazardous or 28 questionable materials not shown on the Drawings are encountered. This includes; 29 but not limited to: 30 a. Floor tiles 31 b. Roof tiles 32 c. Shingles 33 d. Siding 34 e. Utility piping 35 2. The testing, removal, and disposal of hazardous materials will be in accordance 36 with Division 1. 37 C. Site Clearing 38 1. Clear areas shown on the Drawings of all obstructions, except those landscape 39 features that are to be preserved. Such obstructions include, but are not limited to: 40 a. Remains of buildings and other structures 41 b. Foundations 42 c. Floor slabs 43 d. Concrete 44 e. Brick 45 f. Lumber CITY OF FORT WORT H Camp Bowie West Blvd STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104280 Revised March 22, 2021 31 10 00 - 5 SITE CLEARING Page 5 of 6 1 g. Plaster 2 h. Septic tank drain fields 3 i. Abandoned utility pipes or conduits 4 j. Equipment 5 k. Trees 6 1. Fences 7 m. Retaining walls 8 n. Other items as specified on the Drawings 9 2. Remove vegetation and other landscape features not designated for preservation, 10 whether above or below ground, including, but not limited to: 11 a. Curb and gutter 12 b. Driveways 13 c. Paved parking areas 14 d. Miscellaneous stone 15 e. Sidewalks 16 f. Drainage structures 17 g. Manholes 18 h. Inlets 19 i. Abandoned railroad tracks 20 j. Scrap iron 21 k. Other debris 22 3. Remove culverts, storm sewers, manholes, and inlets in proper sequence to 23 maintain traffic and drainage in accordance with Section 02 4114. 24 4. In areas receiving embankment, remove obstructions not designated for 25 preservation to 2 feet below natural ground. 26 5. In areas to be excavated, remove obstructions to 2 feet below the excavation level. 27 6. In all other areas, remove obstructions to 1 foot below naturalground. 28 7. When allowed by the Drawings or directed by the Engineer, cut trees and stumps 29 off to ground level. 30 a. Removal of existing structures shall be as per Section 02 41 13. 31 D. Disposal 32 1. Dispose of all trees within 24 hours of removal at an approved off -site facility. 33 2. All materials and debris removed becomes the property of the Contractor, unless 34 otherwise stated on the Drawings. 35 3. The Contractor will dispose of material and debris off -site in accordance with local, 36 state, and federal laws andregulations. 37 3.5 REPAIR [NOT USED] 38 3.6 RE -INSTALLATION [NOT USED] 39 3.7 FIELD QUALITY CONTROL [NOT USED] 40 3.8 SYSTEM STARTUP [NOT USED] 41 3.9 ADJUSTING [NOT USED] 42 3.10 CLEANING [NOT USED] 43 3.11 CLOSEOUT ACTIVITIES [NOT USED] CITY OF FORT WORT H Camp Bowie West Blvd STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104280 Revised March 22, 2021 1 3.12 PROTECTION [NOT USED] 2 3.13 MAINTENANCE [NOT USED] 3 3.14 ATTACHMENTS [NOT USED] 4 5 ro 311000-6 SITE CLEARING Page 6 of END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson I A.A Permits: Removed ordinance number and added City's website address 3/22/2021 M Owen 1.2 Clarified measurement and payment. 1.4. Clarified administrative requirements. 3.4 Clarified additional installation requirements for tree protection and disposal. CITY OF FORT WORT H Camp Bowie West Blvd STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104280 Revised March 22, 2021 3123 16- 1 UNCLASSIFIED EXCAVATION Pagel of 5 1 SECTION 3123 16 2 UNCLASSIFIED EXCAVATION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Excavate areas as shown on the Drawings or as directed. Removal of materials 7 encountered to the lines, grades, and typical sections shown on the Drawings and 8 removal from site. Excavations may include construction of 9 a. Roadways 10 b. Drainage Channels 11 c. Site Excavation 12 d. Excavation for Structures 13 e. Or any other operation involving the excavation of on -site materials 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 3. Section 3123 23 — Borrow 20 4. Section 3124 00 — Embankments 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment [Measurement and payment method in this Specification 23 should coordinate with the method chosen in Section 3123 23 and Section 3124 00.] 24 1. Excavation by Plan Quantity [This method requires the Design Engineer to 25 estimate quantities. Care should be taken to verify calculation procedures are in 26 accordance with all Specification Sections.] 27 a. Measurement 28 1) Measurement for this Item shall be by the cubic yard in its final position 29 using the average end area method. Limits of measurement are shown on 30 the Drawings. 31 2) When measured by the cubic yard in its final position, this is a plans 32 quantity measurement Item. The quantity to be paid is the quantity shown 33 in the proposal, unless modified by Article 11.04 of the General 34 Conditions. Additional measurements or calculations will be made if 35 adjustments of quantities are required. 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 cubic yard of "Unclassified Excavation by Plan". No 40 additional compensation will be allowed for rock or shrinkage/swell 41 factors, as these are the Contractor's responsibility. 42 c. The price bid shall include: CITY OF FORT WORTH Camp Bowie West Blvd STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104280 Revised January 28, 2013 312316-2 UNCLASSIFIED EXCAVATION Page 2 of 5 1 1) Excavation 2 2) Excavation Safety 3 3) Drying 4 4) Dust Control 5 5) Reworking or replacing the over excavated material in rock cuts 6 6) Hauling 7 7) Disposal of excess material not used elsewhere onsite 8 8) Scarification 9 9) Clean-up 10 2. Excavation by Surveyed Quantity [This method is intended for Projects in heavily 11 wooded areas or other areas where the accuracy required to determine quantities 12 for measurement and payment is unattainable during design.] 13 a. Measurement 14 1) Measurement for this Item shall be by the cubic yard in its final position 15 calculated using the average end area or composite method. 16 a) The City will perform a reference survey once the Site has been cleared 17 to obtain existing ground conditions. 18 b) The City will perform a final post -construction survey. 19 c) The Contractor will be paid for the cubic yardage of Excavated material 20 calculated as the difference between the two surveys. 21 d) Partial payments will be based on estimated plan quantity 22 measurements calculated by the Engineer. 23 b. Payment 24 1) The work performed and materials furnished in accordance with this Item 25 and measured as provided under "Measurement" will be paid for at the unit 26 price bid per cubic yard of "Unclassified Excavation by Survey". 27 c. The price bid shall include: 28 1) Excavation 29 2) Excavation Safety 30 3) Drying 31 4) Dust Control 32 5) Reworking or replacing the over excavated material in rock cuts 33 6) Hauling 34 7) Disposal of excess material not used elsewhere onsite 35 8) Scarification 36 9) Clean-up 37 1.3 REFERENCES [NOT USED] 38 A. Definitions 39 1. Unclassified Excavation — Without regard to materials, all excavations shall be 40 considered unclassified and shall include all materials excavated. Any reference to 41 Rock or other materials on the Drawings or in the specifications is solely for the 42 City and the Contractor's information and is not to be taken as a classification of 43 the excavation. 44 1.4 ADMINSTRATIVE REQUIREMENTS 45 A. The Contractor will provide the City with a Disposal Letter in accordance to Division 46 01. CITY OF FORT WORTH Camp Bowie West Blvd STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104280 Revised January 28, 2013 312316-3 UNCLASSIFIED EXCAVATION Page 3 of 5 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE 6 A. Excavation Safety 7 1. The Contractor shall be solely responsible for making all excavations in a safe 8 manner. 9 2. All excavation and related sheeting and bracing shall comply with the requirements 10 of OSHA excavation safety standards 29 CFR part 1926 and state requirements. 11 1.10 DELIVERY, STORAGE, AND HANDLING 12 A. Storage 13 1. Within Existing Rights -of -Way (ROW) 14 a. Soil may be stored within existing ROW, easements or temporary construction 15 easements, unless specifically disallowed in the Contract Documents. 16 b. Do not block drainage ways, inlets or driveways. 17 c. Provide erosion control in accordance with Section 3125 00. 18 d. When the Work is performed in active traffic areas, store materials only in 19 areas barricaded as provided in the traffic control plans. 20 e. In non -paved areas, do not store material on the root zone of any trees or in 21 landscaped areas. 22 2. Designated Storage Areas 23 a. If the Contract Documents do not allow the storage of spoils within the ROW, 24 easement or temporary construction easement, then secure and maintain an 25 adequate storage location. 26 b. Provide an affidavit that rights have been secured to store the materials on 27 private property. 28 c. Provide erosion control in accordance with Section 3125 00. 29 d. Do not block drainage ways. 30 1.11 FIELD CONDITIONS 31 A. Existing Conditions 32 1. Any data which has been or may be provided on subsurface conditions is not 33 intended as a representation or warranty of accuracy or continuity between soils. It 34 is expressly understood that neither the City nor the Engineer will be responsible 35 for interpretations or conclusions drawn there from by the Contractor. 36 2. Data is made available for the convenience of the Contractor. CITY OF FORT WORTH Camp Bowie West Blvd STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104280 Revised January 28, 2013 3123 16 - 4 UNCLASSIFIED EXCAVATION Page 4 of 5 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS [NOT USED] 3 2.1 OWNER -FURNISHED [NOT USED] 4 2.2 PRODUCT TYPES AND MATERIALS 5 A. Materials 6 1. Unacceptable Fill Material 7 a. In -situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM 8 D2487 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 CONSTRUCTION 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 A. Accept ownership of unsuitable or excess material and dispose of material off -site accordance with local, state, and federal regulations at locations. B. Excavations shall be performed in the dry, and kept free from water, snow and ice during construction with eh exception of water that is applied for dust control. C. Separate Unacceptable Fill Material from other materials, remove from the Site and properly dispose according to disposal plan. D. Maintain drainage in the excavated area to avoid damage to the roadway sections and proposed or existing structures. E. Correct any damage to the subgrade caused by weather, at no additional cost to the City. F. Shape slopes to avoid loosening material below or outside the proposed grades. Remove and dispose of slides as directed. G. Rock Cuts 1. Excavate to finish grades. 2. In the event of over excavation due to contractor error below the lines and grades established in the Drawings, use approved embankment material compacted in accordance with Section 3124 00 to replace the over excavated at no additional cost to City. H. Earth Cuts 1. Excavate to finish subgrade CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 Camp Bowie West Blvd CPN 104280 312316-5 UNCLASSIFIED EXCAVATION Page 5 of 5 1 2. In the event of over excavation due to contractor error below the lines and grades 2 established in the Drawings, use approved embankment material compacted in 3 accordance with Section 3124 00 to replace the over excavated at no additional 4 cost to City. 5 3. Manipulate and compact subgrade in accordance with Section 3124 00. 6 3.5 REPAIR [NOT USED] 7 3.6 RE -INSTALLATION [NOT USED] 8 3.7 FIELD QUALITY CONTROL 9 A. Subgrade Tolerances 10 1. Excavate to within 0.1 foot in all directions. 11 2. In areas of over excavation, Contractor provides fill material approved by the City 12 at no expense to the City. 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 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 21 12/20/2012 D. Johnson 1.2 - Measurement and Payment Section modified; Blue Text added for clarification 1/28/13 D. Johnson 1.2 — Modified Bid Item names in payment section to differentiate between Payment Methods on bid list. CITY OF FORT WORTH Camp Bowie West Blvd STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104280 Revised January 28, 2013 312500-1 EROSION AND SEDIMENT CONTROL Pagel of9 1 SECTION 3125 00 2 EROSION AND SEDIMENT CONTROL 3 PART 1 - GENERAL 4 1.1 SUNEVIARY 5 A. Section Includes: 6 1. Implementation of the project's Storm Water Pollution Prevention Plan (SWPPP) 7 and installation, maintenance, removal of erosion and sediment controls devices, 8 and establishment of final stabilization. 9 B. Deviations from 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 13 2. Division 1 — General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Storm Water Pollution Prevention Plan <1 acre 17 a. Measurement 18 1) This Item is considered subsidiary to the various Items bid. 19 b. Payment 20 1) The work performed and the materials furnished in accordance with this 21 Item are subsidiary to the structure or Items being bid and no other 22 compensation will be allowed. 23 2. Storm Water Pollution Prevention Plan > 1 acre 24 a. Measurement for this Item shall be by lump sum. 25 b. Payment 26 1) The work performed and the materials furnished in accordance with this 27 Item shall be paid for at the lump sum price bid for "SWPPP > 1 acre". 28 c. The price bid shall include: 29 1) Preparation of SWPPP 30 2) Implementation 31 3) Permitting fees 32 4) Installation 33 5) Maintenance 34 6) Removal 35 7) Obtaining and/or complying with grading and/or fill permits, if required 36 8) Final stabilization 37 1.3 REFERENCES 38 A. Reference Standards 39 1. Reference standards cited in this Specification refer to the current reference 40 standard published at the time of the latest revision date logged at the end of this 41 Specification, unless a date is specifically cited. CITY OF FORT WORT H Camp Bowie West Blvd STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104280 Revised April 29, 2021 312500-2 EROSION AND SEDIMENT CONTROL Page 2 of 9 1 2. ASTM Standard: 2 a. ASTM D3786, Standard Test Method for Bursting Strength ofTextile 3 Fabrics —Diaphragm Bursting Strength Tester Method 4 b. ASTM D4632, Standard Test Method for Grab Breaking Load and Elongation 5 of Geotextiles 6 c. ASTM D4751, Standard Test Method for Determining Apparent Opening Size 7 of a Geotextile 8 d. ASTM D4833, Standard Test Method for Index Puncture Resistanceof 9 Geomembranes and Related Products 10 3. Texas Commission on Environmental Quality (TCEQ) TPDES General Permit No. 11 TXR150000 12 4. TxDOT Departmental Material Specifications (DMS) 13 a. DMS-6230 "Temporary Sediment Control Fence Fabric" 14 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 15 1.5 SUBMITTALS 16 A. Storm Water Pollution Prevention Plan (SWPPP) 17 B. TCEQ Notice of Intent (NOI) for Storm Water Discharges Associated with 18 Construction Activity under the TPDES GeneralPermit 19 C. Construction Site Notice 20 D. TCEQ Notice of Termination (NOT) for Storm Water Discharges Associated with 21 Construction Activity under the TPDES GeneralPermit 22 E. Notice of Change (if applicable) 23 F. Grading and/or fill permit, if required 24 25 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE [NOT USED] 29 1.10 DELIVERY, STORAGE AND HANDLING [NOT USED] 30 1.11 FIELD [SITE] CONDITIONS [NOT USED] 31 1.12 WARRANTY [NOT USED] 32 PART 2 - PRODUCTS 33 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 34 2.2 PRODUCT TYPES AND MATERIALS 35 A. Rock Filter Dams 36 1. Aggregate CITY OF FORT WORT H Camp Bowie West Blvd STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104280 Revised April 29, 2021 312500-3 EROSION AND SEDIMENT CONTROL Page 3 of 1 a. Furnish aggregate with hardness, durability, cleanliness and resistance to 2 crumbling, flaking and eroding acceptable to the Engineer. 3 b. Provide thefollowing: 4 1) Types 1, 2 and 4 Rock Filter Dams 5 a) Use 3 to 6 inch aggregate. 6 2) Type 3 Rock Filter Dams 7 a) Use 4 to 8 inch aggregate. 8 2. Wire 9 a. Provide minimum 20 gauge galvanized wire for the steel wire mesh and tie 10 wires for Types 2 and 3 rock filterdams 11 b. Type 4 damsrequire: 12 1) Double -twisted, hexagonal weave with a nominal mesh opening of2'h 13 inches x 3 '/4 inches 14 2) Minimum 0.0866 inch steel wire fornetting 15 3) Minimum 0.1063 inch steel wire for selvages and corners 16 4) Minimum 0.0866 inch for binding or tie wire 17 B. Geotextile Fabric 18 1. Place the aggregate over geotextile fabric meeting the following criteria: 19 a. Tensile Strength of 250 pounds, per ASTM D4632 20 b. Puncture Strength of 135 pounds, per ASTM D4833 21 c. Mullen Burst Rate of 420 psi, per ASTM D3786 22 d. Apparent Opening Size of No. 20 (max), per ASTM D4751 23 C. Stabilized Construction Entrances 24 1. Provide materials that meet the details shown on the Drawings and this Section. 25 a. Provide crushed aggregate for long and short-term construction exits. 26 b. Furnish aggregates that are clean, hard, durable and free from adherent coatings 27 such as salt, alkali, dirt, clay, loam, shale, soft or flaky materials and organic 28 and injurious matter. 29 c. Use 3 to 5 inch coarse aggregate with a minimum thickness of 12 inches. 30 d. The aggregate shall be placed over a geotextile fabric meeting the following 31 criteria: 32 1) Tensile Strength of 300 pounds, per ASTM D4632 33 2) Puncture Strength of 120 pounds, per ASTM D4833 34 3) Mullen Burst Rate of 600 psi, per ASTM D3786 35 4) Apparent Opening Size of No. 40 (max), per ASTM D4751 36 D. Embankment for Erosion Control 37 1. Provide rock, loam, clay, topsoil or other earth materials that will form a stable 38 embankment to meet the intended use. 39 E. Sandbags 40 1. Provide sandbag material of polypropylene, polyethylene or polyamide woven 41 fabric with a minimum unit weight of 4 ounces per square yard, a Mullen burst- 42 strength exceeding 300 psi, and an ultraviolet stability exceeding 70 percent. 43 2. Use natural coarse sand or manufactured sand meeting the gradation given inTable 44 1 to fill sandbags. 45 3. Filled sandbags must be 24 to 30 inches long, 16 to 18 inches wide, and 6 to 8 46 inches thick. CITY OF FORT WORT H Camp Bowie West Blvd STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104280 Revised April 29, 2021 312500-4 EROSION AND SEDIMENT CONTROL Page 4 of 9 1 Table 1 2 Sand Gradation Sieve # Maximum Retained (% by Weight) 4 3 percent 100 80 percent 200 95 percent 3 F. Temporary Sediment Control Fence 4 1. Provide a net -reinforced fence using woven geo-textile fabric. 5 2. Logos visible to the traveling public will not be allowed. 6 a. Fabric 7 1) Provide fabric materials in accordance with DMS-6230, "Temporary 8 Sediment Control Fence Fabric." 9 b. Posts 10 1) Provide essentially straight wood or steel posts with a minimum lengthof 11 48 inches, unless otherwise shown on the Drawings. 12 2) Soft wood posts must be at least 3 inches in diameter or nominal 2 x 4 inch 13 3) Hardwood posts must have a minimum cross-section of 1-1/2 x 1-1/2 inch 14 4) T- or L-shaped steel posts must have a minimum weight of 1.3 pounds per 15 foot. 16 c. Net Reinforcement 17 1) Provide net reinforcement of at least 12-1/2 gauge galvanized welded wire 18 mesh, with a maximum opening size of 2 x 4 inch, at least 24 inches wide, 19 unless otherwise shown on theDrawings. 20 d. Staples 21 1) Provide staples with a crown at least 3/4 inch wide and legs 1/2 inch long. 22 2.3 ACCESSORIES [NOT USED] 23 2.4 SOURCE QUALITY CONTROL [NOT USED] 24 PART 3 - EXECUTION 25 3.1 INSTALLERS [NOT USED] 26 3.2 EXAMINATION [NOT USED] 27 3.3 PREPARATION [NOT USED] 28 3.4 INSTALLATION 29 A. Storm Water Pollution Prevention Plan 30 1. Develop and implement the project's Storm Water Pollution Prevention Plan 31 (SWPPP) in accordance with the TPDES Construction General Permit TXR150000 32 requirements. Prevent water pollution from storm water runoff by using and 33 maintaining appropriate structural and nonstructural BMPs to reduce pollutants 34 discharges to the MS4 from the construction site. 35 B. Control Measures CITY OF FORT WORT H Camp Bowie West Blvd STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104280 Revised April 29, 2021 312500-5 EROSION AND SEDIMENT CONTROL Page 5 of9 1. Implement control measures in the area to be disturbed beforebeginning construction, or as directed. Limit the disturbance to the area shown on the Drawings or as directed. 2. Control site waste such as discarded building materials, concrete truck washout water, chemicals, litter and sanitary waste at the construction site. 6 3. If, in the opinion of the Engineer, the Contractor cannot control soil erosion and 7 sedimentation resulting from construction operations, the Engineer will limit the 8 disturbed area to that which the Contractor is able to control. 9 4. Immediately correct ineffective control measures. Implement additional controls as 10 directed. Remove excavated material within the time requirements specified in the 11 applicable storm waterpermit. 12 5. Upon acceptance of vegetative cover by the City, remove and dispose of all 13 temporary controlmeasures, temporary embankments, bridges, matting, falsework, 14 piling, debris, or other obstructions placed during construction that are not a part of 15 the finished work, or as directed. 16 C. Do not locate disposal areas, stockpiles, or haul roads in any wetland, water body, or 17 streambed. 18 D. Do not install temporary construction crossings in or across any water body without the 19 prior approval of the appropriate resource agency and the Engineer. 20 E. Provide protected storage area for paints, chemicals, solvents, and fertilizers at an 21 approved location. Keep paints, chemicals, solvents, and fertilizers off bare ground and 22 provide shelter for stored chemicals. 23 F. Installation and Maintenance 24 1. Perform work in accordance with the TPDES Construction General Permit 25 TXR150000. 26 2. When approved, sediments may be disposed of within embankments, or inareas 27 where the material will not contribute to further siltation and when appropriate 28 stabilization is provided. 29 3. Dispose of removed material in accordance with federal, state, and local 30 regulations. 31 4. Remove devices upon approval or when directed. 32 a. Upon removal, finish -grade and dress the area. 33 b. Stabilize disturbed areas in accordance with the permit, and as shown onthe 34 Drawings or directed. 35 5. The Contractor retains ownership of stockpiled material and must remove it from 36 the project when new installations or replacements are no longer required. 37 G. Rock Filter Dams for Erosion Control 38 1. Remove trees, brush, stumps and other objectionable material that may interfere 39 with the construction of rock filterdams. 40 2. Place sandbags as a foundation when required or at the Contractor's option. 41 3. For Types 1, 2, 3, and 5, place the aggregate to the lines, height, and slopes 42 specified, without undue voids. CITY OF FORT WORT H Camp Bowie West Blvd STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104280 Revised April 29, 2021 312500-6 EROSION AND SEDIMENT CONTROL Page 6 of 1 4. For Types 2 and 3, place the aggregate on the mesh and then fold the mesh at the 2 upstream side over the aggregate and secure it to itself on the downstream side with 3 wire ties, or hog rings, or as directed. 4 5. Place rock filter dams perpendicular to the flow of the stream or channel unless 5 otherwise directed. 6 6. Construct filter dams according to the following criteria, unless otherwise shown on 7 the Drawings: 8 a. Type 1(Non-reinforced) 9 1) Height - At least 18 inches measured vertically from existing ground to top 10 of filter dam 11 2) Top Width - At least 2 feet 12 3) Slopes - At most 2:1 13 b. Type 2(Reinforced) 14 1) Height - At least 18 inches measured vertically from existing ground to top 15 of filter dam 16 2) Top Width - At least 2 feet 17 3) Slopes - At most 2:1 18 c. Type 3 (Reinforced) 19 1) Height - At least 36 inches measured vertically from existing ground to top 20 of filter dam 21 2) Top Width - At least 2 feet 22 3) Slopes - At most 2:1 23 d. Type 4 (Sack Gabions) 24 1) Unfold sack gabions and smooth out kinks and bends. 25 2) For vertical filling, connect the sides by lacing in a single loop -double loop 26 pattern on 4- to 5-inches spacing. At 1 end, pull the end lacing rod until 27 tight, wrap around the end, and twist 4 times. At the filling end, fill with 28 stone, pull the rod tight, cut the wire with approximately 6 inches 29 remaining, and twist wires 4 times. 30 3) For horizontal filling, place sack flat in a filling trough, fill with stone, and 31 connect sides and secure ends as described above. 32 4) Lift and place without damaging the gabion. 33 5) Shape sack gabions to existing contours. 34 e. Type 5 35 1) Provide rock filter dams as shown on the Drawings. 36 H. Construction Entrances 37 1. When tracking conditions exist, prevent traffic from crossing or exiting the 38 construction site or moving directly onto a public roadway, alley, sidewalk, parking 39 area, or other right of way areas other than at the location of construction entrances. 40 2. Place the exit over a foundation course, ifnecessary. 41 a. Grade the foundation course or compacted subgrade to direct runoff from the 42 construction exits to a sediment trap as shown on the Drawings or as directed. 43 3. At drive approaches, make sure the construction entrance is the full width of the 44 drive and meets the length shown on the Drawings. 45 a. The width shall beat least 14 feet for 1-way and 24 feet for 2-way traffic for all 46 other points of ingress or egress or as directed by the Engineer. 47 I. Earthwork for Erosion Control CITY OF FORT WORT H Camp Bowie West Blvd STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104280 Revised April 29, 2021 312500-7 EROSION AND SEDIMENT CONTROL Page 7 of 1 1. Perform excavation and embankment operations to minimize erosion and to remove 2 collected sediments from other erosion controldevices. 3 a. Excavation and Embankment for Erosion Control Measures 4 1) Place earth dikes, swales or combinations of both along the low crown of 5 daily lift placement, or as directed, to prevent runoff spillover. 6 2) Place swales and dikes at other locations as shown on the Drawings or as 7 directed to prevent runoff spillover or to divert runoff. 8 3) Construct cuts with the low end blocked with undisturbed earth to prevent 9 erosion of hillsides. 10 4) Construct sediment traps at drainage structures in conjunction with other 11 erosion control measures as shown on the Drawings or as directed. 12 5) Where required, create a sediment basin providing 3,600 cubic feet of 13 storage per acre drained, or equivalent control measures for drainage 14 locations that serve an area with 10 or more disturbed acres at 1 time, not 15 including offsite areas. 16 b. Excavation of Sediment andDebris 17 1) Remove sediment and debris when accumulation affects the performance of 18 the devices, after a rain, and when directed. 19 2) Remove sediment from sediment traps and sedimentation ponds no later 20 than the time that design capacity has been reduced by 50%. 21 J. Sandbags for Erosion Control 22 1. Construct a berm or dam of sandbags that will intercept sediment -laden storm water 23 runoff from disturbed areas, create a retention pond, detain sediment and release 24 water in sheet flow. 25 2. Fill each bag with sand so that at least the top 6 inches of the bag is unfilled to 26 allow for proper tying of the open end. 27 3. Place the sandbags with their tied ends in the same direction. 28 4. Offset subsequent rows of sandbags 1/2 the length of the preceding row. 29 5. Place a single layer of sandbags downstream as a secondary debris trap. 30 6. Place additional sandbags as necessary or as directed for supplementary support to 31 berms or dams of sandbags or earth. 32 K. Temporary Sediment-ControlFence 33 1. Provide temporary sediment -control fence near the downstream perimeter of a 34 disturbed area to intercept sediment from sheet flow. 35 2. Incorporate the fence into erosion -control measures used to control sedimentin 36 areas of higher flow. Install the fence as shown on the Drawings, as specified in this 37 Section, or as directed by the Engineer or City representative. 38 a. Post Installation 39 1) Embed posts at least 18 inches deep, or adequately anchor, if in rock, with a 40 spacing of 6 to 8 feet and install on a slight angle toward the run-off source. 41 b. Fabric Anchoring 42 1) Dig trenches along the uphill side of the fence to anchor 6 to 8 inches of 43 fabric. 44 2) Provide a minimum trench cross-section of 6 x 6 inches 45 3) Place the fabric against the side of the trench and align approximately 46 inches of fabric along the bottom in the upstream direction. 47 4) Backfill the trench, then hand -tamp. CITY OF FORT WORT H Camp Bowie West Blvd STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104280 Revised April 29, 2021 312500-8 EROSION AND SEDIMENT CONTROL Page 8 of 1 c. Fabric and Net Reinforcement Attachment 2 1) Unless otherwise shown under the Drawings, attach the reinforcement to 3 wooden posts with staples, or to steel posts with T-clips, in at least 4 places 4 equally spaced. 5 2) Sewn verticalpockets may be used to attach reinforcement to end posts. 6 3) Fasten the fabric to the top strand of reinforcement by hog rings orcord 7 every 15 inches or less. 8 d. Fabric and Net Splices 9 1) Locate splices at a fence post with a minimum lap of 6 inches attached inat 10 least 6 places equally spaced, unless otherwise shown under the Drawings. 11 a) Do not locate splices in concentrated flow areas. 12 2) Requirements for installation of used temporary sediment -control fence 13 include the following: 14 a) Fabric with minimal or no visible signs of biodegradation (weak fibers) 15 b) Fabric without excessive patching (more than 1 patch every 15 to20 16 feet) 17 c) Posts withoutbends 18 d) Backing without holes 19 3.5 REPAIR/RESTORATION [NOT USED] 20 3.6 RE -INSTALLATION [NOT USED] 21 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 22 3.8 SYSTEM STARTUP [NOT USED] 23 3.9 ADJUSTING [NOT USED] 24 3.10 CLEANING 25 A. Waste Management 26 1. Remove sediment, debris and litter as needed. 27 3.11 CLOSEOUT ACTIVITIES 28 A. Erosion control measures remain in place and are maintained until all soil disturbing 29 activities at the project site have been completed. 30 B. Establish a uniform vegetative cover with a density of 70 percent on all unpaved areas, 31 on areas not covered by permanent structures, or in areas where permanent erosion 32 control measures (i.e. riprap, gabions, or geotextiles) have been employed. 33 C. Once vegetative cover is achieved, the contractor shall remove all temporary control 34 measures, before final project acceptance. It is the contractor's responsibility to remove 35 all temporary control measures, unless transfer of maintenance and subsequent removal 36 is transferred to another entity in writing. 37 D. Upon achievement of final stabilization, submit NOT to TCEQ, and provide a copy of 38 the NOT to the City of Fort Worth"s Environmental Quality Division, if required. 39 E. Complete and submit a Final Grading Certificate to Development Services, if required. CITY OF FORT WORT H Camp Bowie West Blvd STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104280 Revised April 29, 2021 312500-9 EROSION AND SEDIMENT CONTROL Page 9 of 1 3.12 PROTECTION [NOT USED] 2 3.13 MAINTENANCE 3 A. Install and maintain the integrity of temporary erosion and sedimentation control 4 devices to accumulate silt and debris until earthwork construction and permanent 5 erosion control features are in place or the disturbed area has been adequately stabilized 6 as determined by the Engineer. 7 B. If a device ceases to function as intended, repair or replace the device or portions 8 thereof as necessary. 9 C. Perform inspections of the construction site as prescribed in the Construction General 10 Permit TXR150000. 11 D. Records of inspections and modifications based on the results of inspections must be 12 maintained and available in accordance with thepermit. 13 3.14 ATTACHMENTS [NOT USED] 14 END OF SECTION 15 16 Revision Log DATE NAME SUMMARY OF CHANGE 1.1 A. 1. Revised language re: what section includes, 1.2 A. 2. c. Clarified items included in price, 1.5 Added items to list of submittals, 2.2Revised language under April 29, 2021 M Owen product types/materials, 3.4 Revised language under " Installation", and 3.11 C. Added language to clarify responsibility to remove temporary protection device and emphasize clearing of ROW CITY OF FORT WORT H Camp Bowie West Blvd STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104280 Revised April 29, 2021 1 2 3 PART1- GENERAL SECTION 32 0129 CONCRETE PAVING REPAIR 320129-1 CONCRETE PAVING REPAIR Page 1 of 6 4 1.1 SUMMARY 5 A. Section includes: 6 1. Concrete pavement repair to include, but not limited to: 7 a. Utility cuts (water, sanitary sewer, drainage, etc.) 8 b. Warranty work 9 c. Repairs of damage caused by Contractor 10 d. Any other concrete pavement repair needed during the course of construction 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 3. Section 32 0118 - Temporary Asphalt Paving Repair 17 4. Section 32 12 16 - Asphalt Paving 18 5. Section 32 13 13 - Concrete Paving 19 6. Section 33 05 10 - Utility Trench Excavation, Embedment and Backfill 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Concrete Pavement Repair [When panel replacement is not required for utility 23 trench repair, repair width is to include the width beyond the trench shown in the 24 Drawings as well as any additional width required around structures. There is no CITY OF FORT WORTH Camp Bowie West Blvd STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS[Insert Project Number] CPN 104280 Revised December 20, 2012 320129-2 CONCRETE PAVING REPAIR Page 2 of 6 1 differentiation between main line trench repair and service line trench repair for 2 concrete roadways because the quantity is measured by square yard.] 3 a. Measurement 4 1) Measurement for this Item shall be by the square yard of Concrete 5 Pavement Repair for various: 6 a) Street types 7 2) Limits of repair will be based on the time of service of the existing 8 pavement. The age of the pavement will need to be determined by the 9 Engineer through coordination with the City. For pavement ages: 10 a) 10 years or less: repair entire panel 11 b) Greater than 10 years: repair to limits per Drawings 12 b. Payment 13 1) The work performed and materials furnished in accordance with this Item 14 and measured as provided under "Measurement" shall be paid for at the 15 unit price bid per square yard of Concrete Pavement Repair 16 c. The price bid shall include: 17 1) Shaping and fine grading the placement area 18 2) Furnishing and applying all water required 19 3) Furnishing, loading and unloading, storing, hauling and handling all 20 concrete 21 4) Furnishing, loading and unloading, storing, hauling and handling all base 22 material 23 5) Mixing, placing, finishing and curing all concrete 24 6) Furnishing and installing reinforcing steel 25 7) Furnishing all materials and placing longitudinal, warping, expansion and 26 contraction joints, including all steel dowels, dowel caps and load 27 transmission units required, wire and devices for placing, holding and 28 supporting the steel bar, load transmission units, and joint filler in the 29 proper position; for coating steel bars where required by the Drawings 30 8) Sealing joints CITY OF FORT WORTH Camp Bowie West Blvd STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS[Insert Project Number] CPN 104280 Revised December 20, 2012 320129-3 CONCRETE PAVING REPAIR Page 3 of 6 1 9) Monolithically poured curb 2 10) Cleanup 3 1.3 REFERENCES [NOT USED] 4 1.4 ADMINISTRATIVE REQUIREMENTS 5 A. Permitting 6 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation 7 and Public Works Department in conformance with current ordinances. 8 2. Transportation and Public Works Department will inspect paving repair after 9 construction. 10 1.5 SUBMITTALS [NOT USED] 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 12 A. Concrete Mix Design: submit for approval in accordance with Section 32 13 13. 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 CONDITIONS 18 A. Weather Conditions: Place concrete as specified in Section 32 13 13. 19 1.12 WARRANTY [NOT USED] 20 PART 2 - PRODUCTS 21 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 22 2.2 MATERIALS 23 A. Embedment and Backfill: see Section 33 05 10. 24 B. Base material: Concrete base: see Section 32 13 13. CITY OF FORT WORTH Camp Bowie West Blvd STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS[Insert Project Number] CPN 104280 Revised December 20, 2012 320129-4 CONCRETE PAVING REPAIR Page 4 of 6 1 C. Concrete: see Section 32 13 13. 2 1. Concrete paving: Class H or Class HES. 3 2. Replace concrete to the specified thickness. 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 10 A. Replace a continuous section if multiple repairs are closer than 10 feet apart from 11 edge of one repair to the edge of a second repair. 12 B. If the cut is to be covered, use steel plates of sufficient strength and thickness to 13 support traffic. 14 1. Construct a transition of hot -mix or cold -mix asphalt from the top of the steel 15 plate to the existing pavement to create a smooth riding surface. 16 a. Hot -mix or cold -mix asphalt: conform to the requirements of Section 32 12 17 16. 18 C. Surface Preparation: mark pavement cut repairs for approval by the City. 19 3.4 INSTALLATION 20 A. Sawing 21 1. General 22 a. Saw cut perpendicular to the surface to full pavement depth. 23 b. Saw cut the edges of pavement and appurtenances damaged subsequent to 24 sawing to remove damaged areas. 25 c. Such saw cuts shall be parallel to the original saw cut and to neat straight 26 lines. CITY OF FORT WORTH Camp Bowie West Blvd STANDARD CONSTRUCTION SPECIFICATION DOCUN9ENTS[Insert Project Number] CPN 104280 Revised December 20, 2012 320129-5 CONCRETE PAVING REPAIR Page 5 of 6 1 2. Sawing equipment 2 a. Power -driven 3 b. Manufactured for the purpose of sawing pavement 4 c. In good operating condition 5 d. Shall not spall or facture concrete adjacent to the repair area 6 3. Repairs: In true and straight lines to dimensions shown on the Drawings 7 4. Utility Cuts 8 a. In a true and straight line on both sides of the trench 9 b. Minimum of 12 inches outside the trench walls 10 5. Prevent dust and residues from sawing from entering the atmosphere or drainage 11 facilities. 12 B. Removal 13 1. Use care in removing concrete to be repaired to prevent spalling or fracturing 14 concrete adjacent to the repair area. 15 C. Base: as specified in Drawings 16 D. Concrete Paving 17 1. Concrete placement: in accordance with Section 32 13 13. 18 2. Reinforce concrete replacement: as specified in Drawings 19 3.5 REPAIR/RESTORATION [NOT USED] 20 3.6 RE -INSTALLATION [NOT USED] 21 3.7 FIELD QUALITY CONTROL [NOT USED] 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] CITY OF FORT WORTH Camp Bowie West Blvd STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS[Insert Project Number] CPN 104280 Revised December 20, 2012 1 3.12 PROTECTION [NOT USED] 2 3.13 MAINTENANCE [NOT USED] 3 3.14 ATTACHMENTS [NOT USED] 4 5 DATE NAM E 12/20/2012 D.Johnson 320129-6 CONCRETE PAVING REPAIR Page 6 of 6 END OF SECTION Revision Log SUMMARY OF CHANGE 1.2.A — Modified Items to be included in price bid; Added blue text for clarification of repair width on utility trench repair 2.2.C.1— Changed to Class P to Class H CITY OF FORT WORTH Camp Bowie West Blvd STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS[Insert Project Number] CPN 104280 Revised December 20, 2012 SECTION 32 1123 FLEXIBLE BASE COURSES PART 1 - GENERAL 1.1 SUMMARY 321123-1 FLEXIBLE BASE COURSES Pagel of 7 A. Section Includes: 1. Foundation course for surface course or for other base course composed offlexible base constructed in one or more courses in conformity with the typical section. B. Deviations from this City of Fort Worth Standard Specification 1. None C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item will be by the square yard of Flexible Base Course for various: 1) Depths 2) Types 3) Gradations 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square yard of Flexible Base Course. 3. The price bid shall include: a. Preparation and correction of subgrade b. Furnishing of material c. Hauling d. Blading e. Sprinkling f. Compacting 1.3 REFERENCES A. Definitions 1. RAP — Recycled Asphalt Pavement. B. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. ASTM International (ASTM): CITY OF FORT WORTH Camp Bowie West Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104820 Revised December 20, 2012 321123-2 FLEXIBLE BASE COURSES Page 2 of 7 a. D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)) Texas Department of Transportation (TXDOT): a. Tex-104-E, Determining Liquid Limits of Soils b. Tex-106-E, Calculating the Plasticity Index of Soils c. Tex-107-E, Determining the Bar Linear Shrinkage of Soils d. Tex- 110-E, Particle Size Analysis of Soils e. Tex-116-E, Ball Mill Method for Determining the Disintegration ofFlexible Base Material f. Tex-117-E, Triaxial Compression for Disturbed Soils and Base Materials g. Tex-411-A, Soundness of Aggregate Using Sodium Sulfate or Magnesium Sulfate h. Tex-413-A, Determining Deleterious Material in Mineral Aggregate 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. General 1. Furnish uncontaminated materials of uniform quality that meet the requirements of the Drawings and specifications. 2. Obtain materials from approved sources. 3. Notify City of changes to material sources. 4. The City may sample and test project materials at any time before compaction throughout the duration of the project to assure specification compliance. B. Aggregate 1. Furnish aggregate of the type and grade shown on the Drawings and conforming to the requirements of Table 1. 2. Each source must meet Table 1 requirements for liquid limit, plastiCity index, and wet ball mill for the grade specified. 3. Do not use additives such as but not limited to lime, cement, or fly ash to modify aggregates to meet the requirements of Table 1, unless shown on the Drawings. CITY OF FORT WORTH Camp Bowie West Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104820 Revised December 20, 2012 321123-3 FLEXIBLE BASE COURSES Page 3 of 7 Table 1 Material Requirements Property Test Method Grade 1 Grade 2 Master gradation sieve size (% retained) 2-1/2 in. — 0 1-3/4 in. 0 0-10 7/8 in Tex-110-E 10-35 — 3/8 in. 30-50 — No.4 45-65 45-75 No. 40 70-85 60-85 Liquid limit, % max.' Tex-104-E 35 40 PlastiCity index, max.' Tex-106-E 10 12 Wet ball mill, % max.' 40 45 Wet ball mill, % max. Tex-116-E increase passing the 20 20 No. 40 sieve Classification' 1.0 1.1-2.3 Min. compressive strength', psi Tex-117-E lateral pressure 0 psi 45 35 lateral pressure 15 psi 175 175 1. Determine plastic index in accordance with Tex-107-E (linear shrinkage) when liquid limit is unattainable as defined in Tex-104-E. 2. When a soundness value is required by the Drawings, test material in accordance with Tex-411-A. 3. Meet both the classification and theminimum compressive strength, unless otherwise shown on the Drawings. 4. Material Tolerances a. The City may accept material if no more than 1 of the 5 most recent gradation tests has an individual sieve outside the specified limits of the gradation. b. When target grading is required by the Drawings, no single failing test may exceed the master grading by more than 5 percentage points on sieves No. 4 and larger or 3 percentage points on sieves smaller than No. 4. c. The City may accept material if no more than 1 of the 5 most recent plasticity index tests is outside the specified limit. No single failing test may exceed the allowable limit by more than 2 points. Material Types a. Do not use fillers or binders unless approved. b. Furnish the type specified on the Drawings in accordance with the following: 1) Type A a) Crushed stone produced and graded from oversize quarried aggregate that originates from a single, naturally occurring source. b) Do not use gravel or multiple sources. 2) Type B a) Only for use as base material for temporary pavement repairs. b) Do not exceed 20 percent RAP by weight unless shown on Drawings. 3) Type D a) Type A material or crushed concrete. b) Crushed concrete containing gravel will be considered Type D material. CITY OF FORT WORTH Camp Bowie West Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104820 Revised December 20, 2012 321123-4 FLEXIBLE BASE COURSES Page 4 of 7 c) The City may require separate dedicated stockpiles in order to verify compliance. d) Crushed concrete must meet the following requirements: (1) Table 1 for the grade specified. (2) Recycled materials must be free from reinforcing steel and other objectionable material and have at most 1.5 percent deleterious material when tested in accordance with TEX-413-A. C. Water 1. Furnish water free of industrial wastes and other objectionable matter. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. General 1. Shape the subgrade or existing base to conform to the typical sections shown onthe Drawings or as directed. 2. When new base is required to be mixed with existing base: a. Deliver, place, and spread the new flexible base in the required amount. b. Manipulate and thoroughly mix the new base with existing material to provide a uniform mixture to the specified depth before shaping. B. Subgrade Compaction 1. Proof roll the roadbed before pulverizing or scarifying in accordance with the following: a. Proof Rolling 1) City Project Representative must be on -site during proof rolling operations. 2) Use equipment that will apply sufficient load to identify soft spots that rut or pump. a) Acceptable equipment includes fully loaded single -axle water truck with a 1500 gallon capacity. 3) Make at least 2 passes with the proof roller (down and back = 1 pass). 4) Offset each trip by at most 1 tire width. 5) If an unstable or non -uniform area is found, correct the area. b. Correct 1) Soft spots that rut or pump greater than 3/4 inch 2) Areas that are unstable or non -uniform 2. Installation of base material cannot proceed until compacted subgrade approved by the City. 3.4 INSTALLATION A. General CITY OF FORT WORTH Camp Bowie West Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104820 Revised December 20, 2012 321123-5 FLEXIBLE BASE COURSES Page 5 of 7 1. Construct each layer uniformly, free of loose or segregated areas, and with the required density and moisture content. 2. Provide a smooth surface that conforms to the typical sections, lines, and grades shown on the Drawings or as directed. 3. Haul approved flexible base in clean, covered trucks. B. Equipment 1. General a. Provide machinery, tools, and equipment necessary for proper execution of the work. 2. Rollers a. The Contractor may use any type of roller to meet the production rates and quality requirements of the Contract unless otherwise shown on the Drawings or directed. b. When specific types of equipment are required, use equipment that meets the specified requirements. c. Alternate Equipment. 1) Instead of the specified equipment, the Contractor may, as approved, operate other compaction equipment that produces equivalent results. 2) Discontinue the use of the alternate equipment and furnish the specified equipment if the desired results are not achieved. d. City may require Contractor to substitute equipment if production rate and quality requirements of the Contract are not met. C. Placing 1. Spread and shape flexible base into a uniform layer by approved means the same day as delivered unless otherwise approved. 2. Place material such that it is mixed to minimize segregation. 3. Construct layers to the thickness shown on the Drawings, while maintaining the shape of the course. 4. Where subbase or base course exceeds 6 inches in thickness, construct in 2 or more courses of equal thickness. 5. Minimum lift depth: 3 inches 6. Control dust by sprinkling. 7. Correct or replace segregated areas as directed. 8. Place successive base courses and finish courses using the same construction methods required for the first course. D. Compaction General a. Compact using density control unless otherwise shown on the Drawings. b. Multiple lifts are permitted when shown on the Drawings or approved. c. Bring each layer to the moisture content directed. When necessary, sprinkle the material to the extent necessary to provide not less than the required density. d. Compact the full depth of the subbase or base to the extent necessary to remain firm and stable under construction equipment. 2. Rolling CITY OF FORT WORTH Camp Bowie West Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104820 Revised December 20, 2012 321123-6 FLEXIBLE BASE COURSES Page 6 of 7 a. Begin rolling longitudinally at the sides and proceed towards the center, overlapping on successive trips by at least 1/2 the width of the rollerunit. b. On superelevated curves, begin rolling at the low side and progress toward the high side. c. Offset alternate trips of the roller. d. Operate rollers at a speed between 2 and 6 mph as directed. e. Rework, recompact, and refinish material that fails to meet or that loses required moisture, density, stability, or finish before the next course is placedor the project is accepted. f. Continue work until specification requirements are met. g. Proof roll the compacted flexible base in accordance with the following: 1) Proof Rolling a) City Project Representative must be on -site during proof rolling operations. b) Use equipment that will apply sufficient load to identify soft spots that rut or pump. (1) Acceptable equipment includes fully loaded single -axle water truck with a 1500 gallon capacity. c) Make at least 2 passes with the proof roller (down and back = 1 pass). d) Offset each trip by at most 1 tire width. e) If an unstable or non -uniform area is found, correct the area. 2) Correct a) Soft spots that rut or pump greater than 3/4 inch. b) Areas that are unstable or non -uniform. 3. Tolerances a. Maintain the shape of the course by blading. b. Completed surface shall be smooth and in conformity with the typical sections shown on the Drawings to the established lines and grades. c. For subgrade beneath paving surfaces, correct any deviation in excess of 1/4 inch in cross section in length greater than 16 feet measured longitudinally by loosening, adding or removing material. Reshape and recompact by sprinkling and rolling. d. Correct all fractures, settlement or segregation immediately by scarifying the areas affected, adding suitable material as required. Reshape and recompact by sprinkling and rolling. e. Should the subbase or base course, due to any reason, lose the required stability, density and finish before the surfacing is complete, it shall be recompacted at the sole expense of the Contractor. 4. Density Control a. Minimum Density: 95 percent compaction as determined by ASTM D698. b. Moisture content: minus 2 to plus 4 of optimum. E. Finishing 1. After completing compaction, clip, skin, or tight -blade the surface with a maintainer or subgrade trimmer to a depth of approximately 1/4 inch. 2. Remove loosened material and dispose of it at an approved location. 3. Seal the clipped surface immediately by rolling with an appropriate size pneumatic tire roller until a smooth surface is attained. 4. Add small increments of water as needed during rolling. CITY OF FORT WORTH Camp Bowie West Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104820 Revised December 20, 2012 321123-7 FLEXIBLE BASE COURSES Page 7 of 7 5. Shape and maintain the course and surface in conformity with the typical sections, lines, and grades as shown on the Drawings or as directed. 6. In areas where surfacing is to be placed, correct grade deviations greater than 1/4 inch in 16 feet measured longitudinally or greater than 1/4 inch over the entire width of the cross-section. 7. Correct by loosening, adding, or removing material. 8. Reshape and recompact in accordance with 3A.C. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 QUALITY CONTROL A. Density Test 1. City to measure density of flexible base course. a. Notify City Project Representative when flexible base ready for density testing. b. Spacing directed by City (1 per block minimum). c. City Project Representative determines location of density testing. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Camp Bowie West Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104820 Revised December 20, 2012 32 13 13 -1 CONCRETE PAVING Pagel of22 1 SECTION 32 1313 2 CONCRETE PAVING 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A.Section includes: 6 1. Finished pavement constructed of Portland cement concrete including 7 monolithically poured curb on the prepared subgrade or other base course. 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 - Procurement and Contracting Requirements 12 2. Division 1 - General Requirements 13 3. Section 32 0129 - Concrete PavingRepair 14 4. Section 32 13 73 - Concrete Paving Joint Sealants 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A.Measurement 17 1. Measurement 18 a. Measurement for this Item shall be by the square yard of completed and 19 accepted Concrete Pavement in its final position as measured from back of curb 20 for various: 21 1) Classes 22 2) Thicknesses 23 2. Payment 24 a. The work performed and materials furnished in accordance with this Item will 25 be paid for at the unit price bid per square yard of Concrete Pavement. 26 3. The price bid shall include: 27 a. Shaping and fine grading the placement area 28 b. Furnishing and applying all water required 29 c. Furnishing, loading and unloading, storing, hauling and handling all concrete 30 ingredients including all freight and royalty involved 31 d. Mixing, placing, finishing and curing all concrete 32 e. Furnishing and installing all reinforcing steel 33 f. Furnishing all materials and placing longitudinal, warping, expansion, and 34 contraction joints, including all steel dowels, dowel caps and load transmission 35 units required, wire and devices for placing, holding and supporting the steel 36 bar, load transmission units, and joint filler material in the proper position; for 37 coating steel bars where required by the Drawings 38 g. Sealing joints 39 h. Monolithically poured curb 40 i. Cleanup CITY OF FORT WORTH Camp Bowie West Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN104820 Revised June 10, 2022 32 13 13 -2 CONCRETE PAVING Page 2 of 22 1 1.3 REFERENCES 2 A.Reference Standards 3 1. Reference standards cited in this specification refer to the current reference standard 4 published at the time of the latest revision date logged at the end of this 5 specification, unless a date is specifically cited. 6 2. ASTM International (ASTM): 7 a. A615/A615M, Deformed and Plain Billet -Steel Bars forConcrete 8 Reinforcement 9 b. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 10 Field 11 c. C33, Concrete Aggregates 12 d. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 13 Specimens 14 e. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed 15 Beams of Concrete 16 £ C94/C94M, Standard Specifications for Ready -Mixed Concrete 17 g. C150, Portland Cement 18 h. C595, Portland -Limestone Cement 19 i. C156, Standard Test Method for Water Loss (from a mortar specimen) Through 20 Liquid Membrane -Forming Curing Compounds for Concrete 21 j. C172, Standard Practice for Sampling Freshly Mixed Concrete 22 k. C260, Air Entraining Admixtures for Concrete 23 1. C309, Liquid Membrane -Forming Compounds for Curing Concrete, Type 2 24 In. C494, Chemical Admixtures for Concrete, Types "A", "D", "F" and"G" 25 n. C618, Coal Fly Ash and Raw or Calcined Natural Pozzolan for use as a Mineral 26 Admixture in Concrete 27 o. C881, Standard Specification for Epoxy -Resin -Base Bonding Systems for 28 Concrete 29 p. C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- 30 Cement Concrete 31 q. C1602, Standard Specification for Mixing Water Used in the Production of 32 Hydraulic Cement Concrete. 33 r. D698, Laboratory Compaction Characteristics of Soil Using Standard Effort 34 (12,400 ft-lbf/ft3) 35 3. American Concrete Institute (ACI): 36 a. ACI 305.1-14 Specification for Hot Weather Concreting 37 b. ACI 306.1-90, Standard Specification for Cold Weather Concreting 38 c. ACI 318, Building Code Requirements for Structural Concrete and Commentary 39 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 40 1.5 SUBMITTALS [NOT USED] 41 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 42 A. Mix Design: submit for approval. See Item 2A.A. CITY OF FORT WORTH Camp Bowie West Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN104820 Revised June 10, 2022 32 13 13-3 CONCRETE PAVING Page 3 of 22 1.7 CLOSEOUT SUBMITTALS [NOT USED] 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 CONDITIONS 6 A.Weather Conditions 7 1. Place concrete when concrete temperature is between 40°F and 95°F when 8 measured in accordance with ASTM C1064 at point of placement. 9 2. Hot Weather Concreting 10 a. Concrete paving operations shall be approved by the City project manager or 11 designee when the concrete temperature exceeds 95°F. 12 b. Concrete shall not be placed when concrete temperature is above 1007 under 13 any circumstances. 14 3. Cold Weather Concreting 15 a. No concrete shall be placed when ambient temp in shade and away from 16 artificial heat is below 40°F and falling. Concrete may be placed when ambient 17 temp is above 35°F and rising. Unless the City project manager or designee 18 approves paving to continue, suspend concreting operations if a descending air 19 temperature in the shade and away from artificial heat falls below 40°F. Do not 20 resume concreting operations until an ascending air temperature in the shade and 21 away from artificial heat reaches 35°F and rising. Contractor should take all the 22 precautions necessary to prevent freezing of concrete. Frozen concrete must be 23 removed and replaced. 24 4. It is to be distinctly understood that the contractor is responsible for the quality and 25 strength of the concrete placed under any weather conditions. 26 B.Time: Place concrete after sunrise and no later than shall permit the finishing of the 27 pavement in natural light, or as directed by the City. 28 1.12 WARRANTY [NOT USED] 29 PART 2 - PRODUCTS 30 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 31 2.2 MATERIALS 32 A.Cementitious Material: ASTM C150, ASTM C595 Type IL Cement. 33 B.Aggregates: ASTM C33. 34 C.Water: ASTM C1602. 35 D.Admixtures: When admixtures are used, conform to the appropriate specification: 36 1. Air -Entraining Admixtures for Concrete: ASTM C260. 37 2. Chemical Admixtures for Concrete: ASTM C494, Types "A", "D", "F" and"G." 38 3. Fly Ash CITY OF FORT WORTH Camp Bowie West Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN104820 Revised June 10, 2022 3213 13 -4 CONCRETE PAVING Page 4 of 22 1 a. Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete: 2 ASTM C618. 3 b. Fly ash may be substituted at one pound per pound of cement up to 25% of the 4 specified cement content when such batch design is approved by the Engineer. 5 E. Steel Reinforcement: ASTMA615. 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 F. Steel Wire Reinforcement: Not used for concrete pavement. G.Dowels and Tie Bars 1. Dowel and tie bars: ASTMA615. 2. Dowel Caps a. Provide and install dowel caps with enough range of movement to allow complete closure of the expansion joint. b. Caps for dowel bars shall be of the length shown on the Drawings and shall have an internal diameter sufficient to permit the cap to freely slip over the bar. c. In no case shall the internal diameter exceed the bar diameter by more 1/8 inch, and one end of the cap shall be tightly closed. 3. Epoxy for Dowel and Tie Bars: ASTMC881. a. See following table for approved producers of epoxies andadhesives Pre -Qualified Producers of Epoxies and Adhesives Product Name Producer Concresive 1420 BASF HTE-50 Hilti T 308 + Powers Fasteners P E 1000+ Powers Fasteners C-6 Ramset-Redhead Epcon G-5 Ramset-Redhead Pro-Poxy-300 Fast Tube Unitex Shep-Poxy TxIII CMC Construction Services Ultrabond 1300 Tubes Adhesives Technology Ultrabone 2300 N.S. A-22-2300 Adhesives Technology Slow Set Dynapoxy EP-430 Pecora Corp. EDOT Simpson Strong Tie ET22 Simpson Strong Tie SET 22 Simpson Strong Tie SpecPoxy 3000FS SpecChem b. Epoxy Use, Storage and Handling 1) Package components in airtight containers and protect from light and moisture. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10, 2022 Camp Bowie West Boulevard CPN104820 32 13 13 -5 CONCRETE PAVING Page 5 of22 1 2) Include detailed instructions for the application of the material and all 2 safety information and warnings regarding contact with the components. 3 3) Epoxy label requirements 4 a) Resin or hardener components 5 b) Brand name 6 c) Name ofmanufacturer 7 d) Lot or batch number 8 e) Temperature range forstorage 9 f) Date of manufacture 10 g) Expiration date 11 h) Quantity contained 12 4) Store epoxy and adhesive components at temperatures recommended by the 13 manufacturer. 14 5) Do not use damaged or previously opened containers and any material that 15 shows evidence of crystallization, lumps skinning, extreme thickening, or 16 settling of pigments that cannot be readily dispersed with normal agitation. 17 6) Follow sound environmental practices when disposing of epoxy and 18 adhesive wastes. 19 7) Dispose of all empty containers separately. 20 8) Dispose of epoxy by completely emptying and mixing the epoxy before 21 disposal 22 H.Reinforcement Bar Chairs 23 1. Reinforcement bar chairs or supports shall be of adequate strength to support the 24 reinforcement bars and shall not bend or break under the weight of the 25 reinforcement bars or Contractor's personnel walking on the reinforcing bars. 26 2. Bar chairs may be made of metal (free of rust), precast mortar or concrete blocks or 27 plastic. 28 3. For approval of plastic chairs, representative samples of the plastic shall showno 29 visible indications of deterioration after immersion in a 5-percent solution of 30 sodium hydroxide for 120-hours. 31 4. Bar chairs may be rejected for failure to meet any of the requirements of this 32 specification. 33 I. Joint Filler 34 1. Joint filler is the material placed in concrete pavement and concrete structures to 35 allow for the expansion and contraction of the concrete. 36 2. Wood Boards: Used as joint filler for concrete paving. 37 a. Boards for expansion joint filler shall be of the required size, shape andtype 38 indicated on the Drawings or required in the specifications. 39 1) Boards shall be of selected stock of redwood or cypress. The boards shall 40 be sound heartwood and shall be free from sapwood, knots, clustered 41 birdseyes, checks and splits. 42 2) Joint filler, boards, shall be smooth, flat and straight throughout, and shall 43 be sufficiently rigid to permit ease of installation. 44 3) Boards shall be furnished in lengths equal to the width between 45 longitudinal joints, and may be furnished in strips or scored sheet of the 46 required shape. CITY OF FORT WORTH Camp Bowie West Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN104820 Revised June 10, 2022 32 13 13 -6 CONCRETE PAVING Page 6 of22 1 3. Dimensions. The thickness of the expansion joint filler shall be shown on the 2 Drawings; the width shall be not less than that shown on the Drawings, providing 3 for the top seal space. 4 4. Rejection. Expansion joint filler may be rejected for failure to meet any ofthe 5 requirements of this specification. 6 J. Joint Sealants. Provide Joint Sealants in accordance with Section 32 13 73. 7 K.Curing Materials 8 1. Membrane -Forming Compounds. 9 a. Conform to the requirements of ASTM C309, Type 2, white pigmented 10 compound and be of such nature that it shall not produce permanent 11 discoloration of concrete surfaces nor react deleteriously with the concrete. 12 b. The compound shall produce a firm, continuous uniform moisture -impermeable 13 film free from pinholes and shall adhere satisfactorily to the surfaces ofdamp 14 concrete. 15 c. It shall, when applied to the damp concrete surface at the specified rate of 16 coverage, dry to touch in 1 hour and dry through in not more than 4 hours under 17 normal conditions suitable for concrete operations. 18 d. It shall adhere in a tenacious film without running off or appreciably sagging. 19 e. It shall not disintegrate, check, peel or crack during the required curing period. 20 £ The compound shall not peel or pick up under traffic and shall disappear from 21 the surface of the concrete by gradual disintegration. 22 g. The compound shall be delivered to the job site in the manufacturer's original 23 containers only, which shall be clearly labeled with the manufacturer's name, the 24 trade name of the material and a batch number or symbol with which test 25 samples may be correlated. 26 h. When tested in accordance with ASTM C 15 6 Standard Test Method for Water 27 Loss (from a mortar specimen) Through Liquid Membrane -Forming Curing 28 Compounds for Concrete, the liquid membrane -forming compound shall restrict 29 the loss of water present in the test specimen at the time of application of the 30 curing compound to not more than 0.01-oz.-per-2 inches of surface. 31 2.3 ACCESSORIES [NOT USED] 32 2.4 SOURCE QUALITY CONTROL 33 A.Mix Design 34 1. Concrete Mix Design and Control 35 a. The City has a pre -approved list of concrete mix designs. The pre -approved list 36 can be found on the City website under Project Resources Folder. These mix 37 designs meet the requirements of applicable City specifications and the 38 Contractor may use mix designs from the list without the need for review and 39 approval. The contractor shall notify the City in writing which mix in the pre- 40 approved list the contractor uses for a project. 41 b. For a mix design not included in the pre -approved list, the Contractor shall 42 submit a design of the concrete mix it proposes to use and a full description of 43 the source of supply of each material component at least 10 calendar days prior 44 to the start of concrete paving operations. 45 c. The design of the concrete mix shall produce a quality concrete complying with 46 these specifications and shall include the following information: CITY OF FORT WORTH Camp Bowie West Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN104820 Revised June 10, 2022 32 13 13-7 CONCRETE PAVING Page 7 of22 1 1) Design Requirements and Design Summary 2 2) Material source 3 3) Dry weight of cement/cubic yard and type 4 4) Dry weight of fly ash/cubic yard and type, if used 5 5) Saturated surface dry weight of fine and coarse aggregates/cubic yard 6 6) Design water/cubic yard 7 7) Quantities, type, and name of admixtures with manufacturer's data sheets 8 8) Current strength tests or strength tests in accordance with ACI 318 9 9) Current Sieve Analysis and -200 Decantation of fine and coarse aggregates 10 and date of tests 11 10) Fineness modulus of fine aggregate 12 11) Specific Gravity and Absorption Values of fine and coarse aggregates 13 12) L.A. Abrasion of coarse aggregates 14 d. Once mix design approved by City, maintain intent of mix design and 15 maximum water to cement ratio. 16 e. No concrete may be placed on the job site until the mix design has been 17 approved by the City. 18 2. Quality ofConcrete 19 a. Consistency 20 1) In general, the consistency of concrete mixtures shall be such that: 21 a) Mortar shall cling to the coarse aggregate 22 b) Aggregate shall not segregate in concrete when it is transported to the 23 place of deposit 24 c) Concrete, when dropped directly from the discharge chute of the mixer, 25 shall flatten out at the center of the pile, but the edges of the pile shall 26 stand and not flow 27 d) Concrete and mortar shall show no free water when removed fromthe 28 mixer 29 e) Concrete shall slide and not flow into place when transported in metal 30 chutes at an angle of 30 degrees with the horizontal 31 f) Surface of the finished concrete shall be free from a surface film or 32 laitance 33 2) When field conditions are such that additional moisture is needed for the 34 final concrete surface finishing operation, the required water shall be applied 35 to the surface by hand sprayer only and be held to a minimum amount. 36 3) The concrete shall be workable, cohesive, possess satisfactory finishing 37 qualities and be of the stiffest consistency that can be placed and vibrated into 38 a homogeneous mass. 39 4) Excessive bleeding shall be avoided. 40 5) If the strength or consistency required for the class of concrete being 41 produced is not secured with the minimum cement specified or without 42 exceeding the maximum water/cement ratio, the Contractor may use, or the 43 City may require, an approved cement dispersing agent (water reducer); or 44 the Contractor shall furnish additional aggregates, or aggregates with 45 different characteristics, or the Contractor may use additional cement in 46 order to produce the required results. 47 6) The additional cement may be permitted as a temporary measure, until 48 aggregates are changed and designs checked with the different aggregates 49 or cement dispersing agent. CITY OF FORT WORTH Camp Bowie West Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN104820 Revised June 10, 2022 32 13 13 -8 CONCRETE PAVING Page 8 of22 1 7) The Contractor is solely responsible for the quality of the concrete 2 produced. 3 8) The City reserves the right to independently verify the quality of the 4 concrete through inspection of the batch plant, testing of the various 5 materials used in the concrete and by casting and testing concrete cylinders 6 or beams on the concrete actually incorporated in the pavement. 7 b. Standard Class 8 1) Unless otherwise shown on the Drawings or detailed specifications, the 9 standard class for pavement and related concrete for streets and alleys is 10 shown in the following table: 11 CITY OF FORT WORTH Camp Bowie West Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN104820 Revised June 10, 2022 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 32 13 13 -9 CONCRETE PAVING Page 9 of22 Standard Classes of Pavement and Related Concrete 28 Day Course Minimum Min. Aggregat Class of Cementitiou Compressi Max.. General Usage Concrete s ve Maximu (Informational Only) ' (Lb. /CY) StrengthZ Ratio inw/cm (Psi) Size (Inch) Sidewalks and ADA A 470 3,000 0.58 1-1/2 ramps, driveways, curb & gutter, median pavement Inlets, manholes, junction boxes, CIP 470 3.000 0.50 1-1/2 encasement, blocking, collars, light pole foundations C 517 3,600 0.45 1-1/2 Headwalls, wingwalls, culverts, drilled shafts P 517 3,600 0.45 1-1/2 Machine placed Paving H 564 4,500 0.45 1-1/2 Hand Placed Paving HES 564 4,500 0.45 1-1/2 HES Paving Bridge slabs, top slabs of S 564 4,000 0.45 1-1/2 direct traffic culverts, approach slabs 1. All exposed horizonta concrete shall have a min mum of 3% entrained -air. 2. Minimum Compressive Strength Required. a) Concrete Sidewalks and Curb & Gutter: Class A b) Cast -In -Place Concrete Structures: Class CIP and Class C c) Machine -Laid concrete: Class P d) Hand -Laid concrete: Class H e) Structural Concrete: Class S f) High Early Strength Concrete: Class HES (1) When shown on the Drawings or allowed, provide Class HES concrete for very early opening of pavements area or leave outs to traffic. (2) Design class HES to meet the requirements of class specified for concrete pavement and a minimum compressive strength of 2,600 psi in 24 hours, unless other early strength and time requirements are shown on the Drawings allowed. C. Slump 1) Slump requirements for pavement and related concrete shall be as specified in the following table: Concrete Pavement and Related Concrete Slump Requirements Add classes of concrete Concrete Use CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10, 2022 Recommended Acceptable Design Placement Slump, and Placement (Inch) Slump, Camp Bowie West Boulevard CPN104820 32 13 13 -10 CONCRETE PAVING Page 10 of 22 (Inch) Slip-Form/Form-Riding Paving 1-1/2 1-3 Hand Formed Paving 4 3-5 Headwalls, wingwalls, culverts, inlets, manholes, junction boxes, encasement, blocking, collars, light pole foundations, slabs, sidewalk, curb and gutter, concrete 4 3-5 valley gutter and other miscellaneous concrete Drilled shafts 6112 Y/2 — i "/2 1 2 2) No concrete shall be permitted with slump in excess of the maximums 3 shown. 4 3) Any concrete mix failing to meet the above consistency requirements, 5 although meeting the slump requirements, shall be considered unsatisfactory, 6 and the mix shall be changed to correct such unsatisfactory conditions. 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.Equipment 13 1. All equipment necessary for the construction of this item shall be on the project. 14 2. The equipment shall include spreading devices (augers), internal vibration, 15 tamping, and surface floating necessary to finish the freshly placed concrete in such 16 a manner as to provide a dense and homogeneous pavement. 17 3. Machine -Laid Concrete Pavement 18 a. Fixed -Form Paver. Fixed -form paving equipment shall be provided with forms 19 that are uniformly supported on a sufficiently firm subbase to prevent sagging 20 under the weight of machine. 21 b. Slip -Form Paver 22 1) Slip -form paving equipment shall be provided with traveling side forms of 23 sufficient dimensions, shape and strength so as to support the concrete 24 laterally for a sufficient length of time during placement. 25 2) City may reject use of Slip -Form Paver if paver requires over -digging and 26 impacts trees, mailboxes or other improvements. 27 4. Hand -Laid Concrete Pavement 28 a. Machines that do not incorporate these features, such as roller screeds or 29 vibrating screeds, shall be considered tools to be used in hand -laid concrete 30 construction, as slumps, spreading methods, vibration, and other procedures are 31 more common to hand methods than to machine methods. 32 5. City may reject equipment and stop operation if equipment does not meet 33 requirements. 34 B.Concrete Mixing and Delivery CITY OF FORT WORTH Camp Bowie West Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN104820 Revised June 10, 2022 32 13 13 - 11 CONCRETE PAVING Page 11 of22 1 1. Transit Batching: shall not be used — onsite mixing not permitted 2 2. Ready Mixed Concrete 3 a. The concrete shall be produced in an approved method conforming to the 4 requirements of this specification and ASTM C94/C94M. 5 b. City shall have access to ready mix plant to obtain material samples. 6 c. When ready -mix concrete is used, sample concrete per ASTM C 172 Alternate 7 Procedure 2: 8 1) As the mixer is being emptied, individual samples shall be taken after the 9 discharge of approximately 10 percent and 90 percent of the load. 10 2) The method of sampling shall provide that the samples are representative of 11 widely separated portions, but not from the very ends of the batch. 12 d. The mixing of each batch, after all materials are in the drum, shall continue until 13 it produces a thoroughly mixed concrete of uniform mass as determined by 14 established mixer performance ratings and inspection, or appropriate uniformity 15 tests as described in ASTM C94. 16 e. The entire contents of the drum shall be discharged before any materials are 17 placed therein for the succeeding batch. 18 £ Retempering or remixing shall not be permitted. 19 3. Delivery 20 a. Deliver concrete at an interval not exceeding 30 minutes or as determinedby 21 City to prevent cold joint. 22 4. Delivery Tickets 23 a. For all operations, the manufacturer of the concrete shall, beforeunloading, 24 furnish to the purchaser with each batch of concrete at the site a delivery ticket 25 on which is printed, stamped, or written, the following information to determine 26 that the concrete was proportioned in accordance with the approved mix design: 27 1) Name of concrete supplier 28 2) Serial number of ticket 29 3) Date 30 4) Truck number 31 5) Name of purchaser 32 6) Specific designation of job (name and location) 33 7) Specific class, design identification and designation of the concrete in 34 conformance with that employed in job specifications 35 8) Amount of concrete in cubic yards 36 9) Time loaded or of first mixing of cement and aggregates 37 10) Water added by receiver of concrete 38 11) Type and amount of admixtures 39 C.Subgrade 40 1. When manipulation or treatment of subgrade is required on the Drawings, the work 41 shall be performed in proper sequence with the preparation of the subgrade for 42 pavement. 43 2. The roadbed shall be excavated and shaped in conformity with the typical sections 44 and to the lines and grades shown on the Drawings or established by the City. 45 3. All holes, ruts and depressions shall be filled and compacted with suitable material 46 and, if required, the subgrade shall be thoroughly wetted and reshaped. 47 4. Irregularities of more than 1/2 inch., as shown by straightedge or template, shall be 48 corrected. CITY OF FORT WORTH Camp Bowie West Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN104820 Revised June 10, 2022 32 13 13 -12 CONCRETE PAVING Page 12 of 22 1 5. The subgrade shall be uniformly compacted to at least 95 percent of the maximum 2 density as determined by ASTM D698. 3 6. Moisture content shall be within minus 2 percent to plus 4 percent ofoptimum. 4 7. The prepared subgrade shall be wetted down sufficiently in advance of placing the 5 pavement to ensure its being in a firm and moist condition. 6 8. Sufficient subgrade shall be prepared in advance to ensure satisfactoryprosecution 7 of the work. 8 9. The Contractor shall notify the City at least 24 hours in advance of its intention to 9 place concrete pavement. 10 10. After the specified moisture and density are achieved, the Contractor shall maintain 11 the subgrade moisture and density in accordance with this Section. 12 11. In the event that rain or other conditions may have adversely affected the condition 13 of the subgrade or base, additional tests may be required as directed by the City. 14 D.Placing and Removing Forms 15 1. Placing Forms 16 a. Forms for machine -laid concrete 17 1) The side forms shall be metal, of approved cross section and bracing, of a 18 height no less than the prescribed edge thickness of the concrete section, and a 19 minimum of 10 feet in length for each individual form. 20 2) Forms shall be of ample strength and staked with adequate number of pins 21 capable of resisting the pressure of concrete placed against them and the 22 thrust and the vibration of the construction equipment operating upon them 23 without appreciable springing, settling or deflection. 24 3) The forms shall be free from warps, bends or kinks and shall show no 25 variation from the true plane for face or top. 26 4) Forms shall be jointed neatly and tightly and set with exactness to the 27 established grade and alignment. 28 5) Forms shall be set to line and grade at least 200 feet, where practicable, in 29 advance of the paving operations. 30 6) In no case shall the base width be less than 8 inches for a form 8 inches or 31 more in height. 32 7) Forms must be in firm contact with the subgrade throughout their length 33 and base width. 34 8) If the subgrade becomes unstable, forms shall be reset, using heavy stakes 35 or other additional supports may be necessary to provide the required 36 stability. 37 b. Forms for hand -laid concrete 38 1) Forms shall extend the full depth of concrete and be a minimum of 1-1/2 39 inches in thickness or equivalent when wooden forms are used, or be of a 40 gauge that shall provide equivalent rigidity and strength when metal forms are 41 used. 42 2) For curves with a radius of less than 250 feet, acceptable flexible metal or 43 wood forms shall be used. 44 3) All forms showing a deviation of 1/8 inch in 10 feet from a straight line 45 shall be rejected. 46 2. Settling. When forms settle over 1/8 inch under finishing operations, paving 47 operations shall be stopped the forms reset to line and grade and the pavement then 48 brought to the required section and thickness. CITY OF FORT WORTH Camp Bowie West Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN104820 Revised June 10, 2022 32 13 13-13 CONCRETE PAVING Page 13 of22 1 3. Cleaning. Forms shall be thoroughly cleaned after each use. 2 4. Removal. 3 a. Forms shall remain in place until the concrete has taken its final set. 4 b. Avoid damage to the edge of the pavement when removing forms. 5 c. Repair damage resulting from form removal and honeycombed areas with a 6 mortar mix within 24 hours after form removal unless otherwise approved. 7 d. Clean joint face and repair honeycombed or damaged areas within 24 hours 8 after a bulkhead for a transverse construction joint has been removed unless 9 otherwise approved. 10 e. When forms are removed before 72 hours after concrete placement, promptly 11 apply membrane curing compound to the edge of the concrete pavement. 12 E. Placing Reinforcing Steel, Tie, and Dowel Bars 13 1. General 14 a. When reinforcing steel tie bars, dowels, etc., are required they shall be placed as 15 shown on the Drawings. 16 b. All reinforcing steel shall be clean, free from rust in the form of loose or 17 objectionable scale, and of the type, size and dimensions shown on the 18 Drawings. 19 c. Reinforcing bars shall be securely wired together at the alternate intersections 20 and all splices and shall be securely wired at each intersection dowel and load- 21 transmission unit intersected. 22 d. All bars shall be installed in their required position as shown on the Drawings. 23 e. The storing of reinforcing or structural steel on completed roadway slabs 24 generally shall be avoided and, where permitted, such storage shall be limited to 25 quantities and distribution that shall not induce excessive stresses. 26 2. Splices 27 a. Provide standard reinforcement splices by lapping and tying ends. 28 b. Comply with ACI 318 for minimum lap of spliced bars where not specified on 29 the Drawings. 30 3. Installation of Reinforcing Steel 31 a. All reinforcing bars and bar mats shall be installed in the slab at the required 32 depth below the finished surface and supported by and securely attached to bar 33 chairs installed on prescribed longitudinal and transverse centers as shown by 34 sectional and detailed drawings on the Drawings. 35 b. Chairs Assembly. The chair assembly shall be similar and equal to that shown 36 on the Drawings and shall be approved by the City prior to extensive fabrication. 37 c. After the reinforcing steel is securely installed above the subgrade as specified 38 in Drawings and as herein prescribed, no loading shall be imposed upon the bar 39 mats or individual bars before or during the placing or finishing of the concrete. 40 4. Installation of Dowel Bars 41 a. Install through the predrilled joint filler and rigidly support in true horizontal 42 and vertical positions by an assembly of bar chairs and dowel baskets. 43 b. Dowel Baskets 44 1) The dowels shall be held in position exactly parallel to surface and 45 centerline of the slab, by a dowel basket that is left in the pavement. 46 2) The dowel basket shall hold each dowel in exactly the correct position so 47 firmly that the dowel's position cannot be altered by concreting operations. 48 c. Dowel Caps CITY OF FORT WORTH Camp Bowie West Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN104820 Revised June 10, 2022 32 13 13 -14 CONCRETE PAVING Page 14 of 22 1 1) Install cap to allow the bar to move not less than 1-1/4 inch in either 2 direction. Grease bar before adding cap to prevent bonding with the concrete. 3 5. Tie Bar and Dowel Placement 4 a. Place at mid -depth of the pavement slab, parallel to the surface. 5 b. Place as shown on the Drawings. 6 6. Epoxy for Tie and Dowel Bar Installation 7 1) Epoxy bars as shown on the Drawings. 8 2) Use only drilling operations that do not damage the surrounding structures. 9 3) Blow out drilled holes with compressed air. 10 4) Completely fill the drilled hole with approved epoxy before inserting the tie 11 bar into the hole. 12 5) Install epoxy grout and bar at least 6 inches embedded into concrete. 13 F. Joints 14 1. Joints shall be placed where shown on the Drawings or where directed by the City. 15 2. The plane of all joints shall make a right angle with the surface of the pavement. 16 3. No joints shall have an error in alignment of more than 1/2 inch at any point. 17 4. Joint Dimensions 18 a. The width of the joint shall be shown on the Drawings, creating the joint 19 sealant reservoir. 20 b. The depth of the joint shall be shown on the Drawings. 21 c. Dimensions of the sealant reservoir shall be in accordance with manufacturer's 22 recommendations. 23 d. After curing, the joint sealant shall be 1/8 inch to 1/4 inch below the pavement 24 surface at the center of the joint. 25 5. Transverse ExpansionJoints 26 a. Expansion joints shall be installed perpendicularly to the surface and to the 27 centerline of the pavement at the locations shown on the Drawings, or as 28 approved by the City. Expansion joints shall continue to the farthest outside 29 edge of paving and adjacent slabs, and should extend through monolithic or 30 attached curbs so that there is no restriction to the movement of the joint at any 31 point. 32 b. Joints shall be of the design width, and spacing shown on the Drawings, or as 33 approved by the City. 34 c. Dowel bars, shall be of the size and type shown on the Drawings, or as 35 approved by the City, and shall be installed at the specified spacing. 36 d. Support dowel bars with dowel baskets. 37 e. Dowels shall not restrict the free opening and closing of the expansion join and 38 shall not make planes of weaknesses in the pavement. 39 f. Greased Dowels for Expansion Joints. 40 1) Coat dowels with a thin film of grease or other approved de -bonding 41 material. 42 2) Provide dowel caps on the lubricated end of each dowel bar. 43 g. Proximity to Existing Structures. When the pavement is adjacent to or around 44 existing structures, expansions joints shall be constructed in accordance with the 45 details shown on the Drawings. 46 6. Transverse Contraction Joints 47 a. Contraction or dummy joints shall be installed at the locations and at the 48 intervals shown on the Drawings. CITY OF FORT WORTH Camp Bowie West Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN104820 Revised June 10, 2022 32 13 13 -15 CONCRETE PAVING Page 15 of 22 1 b. Joints shall be of the design width, and spacing shown on the Drawings, or as 2 approved by the City. 3 c. Dowel bars, shall be of the size and type shown on the Drawings, or as 4 approved by the City, and shall be installed at the specified spacing. 5 d. Saw joints in a single cut to the width and depth the plans show. Begin sawing 6 as soon as the concrete hardens sufficiently to prevent excessive raveling along 7 the saw cut and finish before conditions induce uncontrolled cracking. 8 e. The joints shall be constructed by sawing to a 1/4 - inch width and to a depth of 9 1/4 of the actual pavement thickness, or deeper if so indicated on the Drawings. 10 f. Complete sawing as soon as possible in hot weather conditions and within a 11 maximum of 24 hours after saw cutting begins under cool weather conditions. 12 g. If sharp edge joints are being obtained, the sawing process shall be sped up to 13 the point where some raveling is observed. 14 h. Damage by blade action to the slab surface and to the concrete immediately 15 adjacent to the joint shall be minimized. 16 i. Any portion of the curing membrane which has been disturbed by sawing 17 operations shall be restored by spraying the areas with additional curing 18 compound. 19 7. Transverse Construction Joints 20 a. Construction joints formed at the close of each day's work or when the placing 21 of concrete has been interrupted for 30-minutes or longer shall be constructed 22 by use of metal or wooden bulkheads cut true to the section of the finished 23 pavement and cleaned. 24 b. Wooden bulkheads shall be constructed using material of a thickness not less 25 than nominal 2" lumber. 26 c. Longitudinal bars shall be held securely in place in a plane perpendicular to the 27 surface and at right angles to the centerline of the pavement. 28 d. Edges shall be rounded to 1/4-inch radius. 29 e. Any surplus concrete on the subgrade shall be removed upon the resumption of 30 the work. 31 8. Longitudinal Construction Joints 32 a. Longitudinal construction joints shall be of the type shown on the Drawings. 33 9. Joint Filler 34 a. Joint filler shall be as specified in 2.2.I of the size and shape shown on the 35 Drawings. 36 b. Redwood Board joints shall be used for all pavement joints except for 37 expansion joints that are coincident with a butt joint against existing 38 pavements. 39 c. Boards with less than 25-percent of moisture at the time of installation shall be 40 thoroughly wetted on the job. 41 d. Green lumber of much higher moisture content is desirable and acceptable. 42 e. The joint filler shall be appropriately drilled to admit the dowel bars when 43 required. 44 f. The bottom edge of the filler shall extend to or slightly below the bottom of the 45 slab. The top edge shall be held not less than 1/2 inch below the finished 46 surface of the pavement in order to allow the finishing operations to be 47 continuous. CITY OF FORT WORTH Camp Bowie West Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN104820 Revised June 10, 2022 32 13 13 -16 CONCRETE PAVING Page 16 of 22 1 g. The joint filler may be composed of more than one length of board in the 2 length of joint, but no board of a length less than 6 foot may be used unless 3 otherwise shown on the Drawings. 4 h. After the removal of the side forms, the ends of the joints at the edges of the 5 slab shall be carefully opened for the entire depth of the slab. 6 10. Joint Sealing. Routine pavement joints shall be filled consistent with paving details 7 and as specified in Section 32 13 73. Materials shall generally be handled and 8 applied according to the manufacturer's recommendations as specified in Section 9 32 1373. 10 G.Placing Concrete 11 1. Unless otherwise specified in the Drawings, the finished pavement shall be 12 constructed monolithically and constructed by machined laid method unless 13 impractical. The City will make determination of what is practical. The maximum 14 length of concrete lane that can be placed by hand pouring is 50 linear feet. 15 2. The concrete shall be rapidly deposited on the subgrade in successive batches and 16 shall be distributed to the required depth and for the entire width of the pavement 17 by approved methods. 18 3. Any concrete not placed as herein prescribed within the time limits in the following 19 table will be rejected. Time begins when the water is added to the mixer. 20 Temperature — Time Requirements Concrete Temperature Max Time — minutes Max Time — minutes (at point of placement) (no retarding agent) (with retarding agent)' Non -Agitated Concrete All temperatures 45 45 Agitated Concrete Above 90°F 45 75 Above 75°F thru 90°F 60 90 75°F and Below 60 120 21 1 Normal dosage of retarder. 22 23 4. Rakes shall not be used in handling concrete. 24 5. At the end of the day, or in case of unavoidable interruption or delay of more than 25 30 minutes or longer to prevent cold joints, a transverse construction joint shall be 26 placed in accordance with 3.4.F.7 of this Section. 27 6. Honeycombing 28 a. Special care shall be taken in placing and vibrating the concrete against the 29 forms and at all joints and assemblies so as to prevent honeycombing Concrete 30 shall be uniformly consolidated throughout its width and depth, free from honey 31 combed areas, and has a consistent void -free closed surface. 32 b. Excessive voids and honeycombing in the edge of the pavement, revealed by the 33 removal of the side forms, may be cause for rejection of the section of slab in 34 which the defect occurs. CITY OF FORT WORTH Camp Bowie West Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN104820 Revised June 10, 2022 32 13 13-17 CONCRETE PAVING Page 17 of22 1 H.Finishing 2 1. Machine 3 a. Tolerance Limits 4 1) While the concrete is still workable, it shall be tested for irregularities with 5 a 10-foot straightedge placed parallel to the centerline of the pavement so as 6 to bridge depressions and to touch all high spots. 7 2) Ordinates measured from the face of the straightedge to the surface of the 8 pavement shall at no place exceed 1/16 inch -per -foot from the nearest point of 9 contact. 10 3) In no case shall the maximum ordinate to a 10-foot straightedge be greater 11 than 1/8 inch. 12 4) Any surface not within the tolerance limits shall be reworked and 13 refinished. 14 b. Edging 15 1) The edges of slabs and all joints requiring edging shall be carefully tooled 16 with an edger of the radius required by the Drawings at the time the concrete 17 begins to take its "set" and becomes non -workable. 18 2) All such work shall be left smooth and true to lines. 19 2. Hand 20 a. Hand finishing permitted only in intersections and areas inaccessible to a 21 finishing machine. 22 b. When the hand method of striking off and consolidating is permitted, the 23 concrete, as soon as placed, shall be approximately leveled and then struck off 24 with screed bar to such elevation above grade that, when consolidated and 25 finished, the surface of the pavement shall be at the grade elevation shown on 26 the Drawings. 27 28 C. The straightedge and joint finishing shall be as prescribed herein. 29 I. Curing 30 1. The curing of concrete pavement shall be thorough and continuous throughoutthe 31 entire curing period. 32 2. Failure to provide proper curing as herein prescribed shall be considered as 33 sufficient cause for immediate suspension of the paving operations. 34 3. The curing method as herein specified does not preclude the use of any of the other 35 commonly used methods of curing, and the City may approve another method of 36 curing if so requested by the Contractor. 37 4. If any selected method of curing does not afford the desired results, the Cityshall 38 have the right to order that another method of curing be instituted. 39 5. After removal of the side forms, the sides of the slab shall receive a like coating 40 before earth is banked against them. 41 6. The solution shall be applied, under pressure with a spray nozzle, in such a manner 42 as to cover the entire surfaces thoroughly and completely with a uniform film. 43 7. The rate of application shall be such as to ensure complete coverage and shall not 44 exceed 20-square-yards-per-gallon of curing compound. 45 8. When thoroughly dry, it shall provide a continuous and flexible membrane, free 46 from cracks or pinholes, and shall not disintegrate, check, peel or crack during the 47 curing period. CITY OF FORT WORTH Camp Bowie West Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN104820 Revised June 10, 2022 32 13 13 -18 CONCRETE PAVING Page 18 of 22 1 9. If for any reason the seal is broken during the curing period, it shall be immediately 2 repaired with additional sealing solution. 3 10. When tested in accordance with ASTM C156 Standard Test Method for Water Loss 4 (from a mortar specimen) Through Liquid Membrane -Forming Curing Compounds 5 for Concrete, the curing compound shall provide a film which shall have retained 6 within the test specimen a percentage of the moisture present in the specimen when 7 the curing compound was applied according to the following. 8 11. Contractor shall maintain and properly repair damage to curing materials on 9 exposed surfaces of concrete pavement continuously for a least 72 hours. 10 J. Monolithic Curbs 11 1. Concrete for monolithic curb shall be the same as for the pavement and shallbe 12 placed within 20 minutes of the placement of the slab concrete. 13 2. After the concrete has been struck off and sufficiently set, the exposed surfaces 14 shall be thoroughly worked to achieve an acceptable surface finish. 15 3. The exposed edges shall be rounded by the use of an edging tool to the radius 16 indicated on the Drawings. 17 4. All exposed surfaces of curb shall be brushed to a smooth and uniform surface. 18 K.Pavement Leaveouts 19 1. Pavement laveouts as necessary to maintain and provide for local traffic shall be 20 provided at location indicated on the Drawings or as directed by the City. 21 2. The extent and location of each leaveout required and a suitable crossover 22 connection to provide for traffic movements shall be determined in the field by the 23 City. 24 3.5 REPAIR 25 A.Repair of concrete pavement concrete shall be consistent with the Drawings and as 26 specified in Section 32 0129. 27 3.6 RE -INSTALLATION [NOT USED] 28 3.7 SITE QUALITY CONTROL 29 A.Concrete Placement 30 1. Place concrete using a fully automated paving machine. Hand paving is only 31 permitted in areas such as intersections where use of paving machine is not 32 practical. 33 a. All concrete pavement not placed by hand shall be placed using a fully 34 automated paving machine as approved by the City. 35 b. Screeds are considered hand placement paving method. 36 B.Testing of Materials 37 1. Samples of all materials for testing shall be provided by the contractor at no 38 expense to the City, unless otherwise specified in the special provisions or in the 39 Drawings. 40 2. In the event the initial sampling and testing does not comply with the specifications, 41 all subsequent testing of the material in order to determine if the material is 42 acceptable shall be at the Contractor's expense at the same rate charged by the 43 commercial laboratories. CITY OF FORT WORTH Camp Bowie West Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN104820 Revised June 10, 2022 32 13 13 -19 CONCRETE PAVING Page 19 of 22 1 3. All testing shall be in accordance with applicable ASTM Standards and concrete 2 testing technician must be ACI certified or equivalent. 3 C.Pavement Thickness Test 4 1. Pavement thickness test shall be performed by a commercial testing laboratory 5 approved by the City every 100 feet or fraction thereof in accordance with TxDOT 6 Designation: Tex-423-A, unless otherwise shown on the plans. Test locations shall 7 be at the discretion of the City. 8 2. In the event a deficiency in the thickness of pavement is revealed during normal 9 testing operations, core samples shall be taken at the contractor's expense to verify 10 deficiency of more than 0.2 in. from plan thickness and to isolate the deficient area. 11 3. Where the average thickness of pavement in the area found to be deficient in 12 thickness by more than 0.20 inch, but not more than 0.50-inch, payment shall be 13 made at an adjusted price as specified in the following table. 14 Deficiency in Thickness Proportional Part Determined by Cores Of Contract Price Inches Allowed 0.00 — 0.20 100 percent 0.21 — 0.30 80 percent 0.31 — 0.40 70 percent 0.41 — 0.50 60 percent 15 16 4. Any area of pavement found deficient in thickness by more than 0.50 inch but not 17 more than 0.75 inch or 1/10 of the thickness specified on the Drawings, whichever 18 is greater, shall be evaluated by the City. 19 5. If, in the judgment of the City the area of such deficiency should not beremoved 20 and replaced, there shall be no payment for the area retained. 21 6. If, in the judgment of the City, the area of such deficiency warrants removal, the 22 area shall be removed and replaced, at the Contractor's entire expense, with 23 concrete of the thickness shown on the Drawings. 24 7. Any area of pavement found deficient in thickness by more than 0.75 inch ormore 25 than 1/10 of the plan thickness, whichever is greater, shall be removed and replaced 26 with concrete of the thickness shown on the Drawings at the Contractor's sole 27 expense. 28 8. No additional payment over the contract unit price shall be made for anypavement 29 of a thickness exceeding that required by the Drawings. 30 D.Pavement Strength Test 31 1. During the progress of the work the commercial testing laboratory casts test 32 cylinders for conforming to ASTM C31, to maintain a check on the compressive 33 strengths of the concrete being placed. CITY OF FORT WORTH Camp Bowie West Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN104820 Revised June 10, 2022 32 13 13 -20 CONCRETE PAVING Page 20 of 22 1 2. Test cylinders shall be taken from a representative portion of concrete being placed 2 for every 150-cubic yards of concrete pavement placed, but in no case shall fewer 3 than 1 set of cylinders be taken per day of placement. After the cylinders have been 4 cast, they shall remain on the job site and then transported, moist cured, and tested 5 in accordance with ASTM C31 and ASTM C39. 6 3. In each set, one of the cylinders shall be tested at 7 days (3 days for HES concrete), 7 two cylinders shall be tested at 28 days (three cylinders for 4" by 8" cylinders), and 8 the remaining cylinder shall be retained for testing at 56 days, if necessary. 9 Concrete must attain its design strength within 56 days. The 4" by 8" cylinders are 10 acceptable only when the nominal maximum aggregate size of the mix is less than 11 1-1/4 inch. 12 4. If the average 28-day test results indicate deficient strength, the Contractor may, at 13 its option and expense, core the pavement in question and have the cores testedby 14 an approved laboratory in accordance with ASTM C42 and ACI 318 protocol. The 15 average of all cores must meet 100 percent of the minimum specified strength, with 16 no individual core resulting in less than 90 percent of design strength, in order to 17 override the results of the cylinder tests. 18 5. In the event cylinders and/or cores do not meet minimum specified strength, 19 additional cores may be taken to identify the limits of deficient concrete pavement 20 at the expense of the Contractor. 21 6. Cylinders and/or cores must meet minimum specified strength. Pavement not 22 meeting the minimum specified strength shall be subject to the money penalties or 23 removal and placement at the Contractor's expense as shown in the following table. 24 Percent Deficient Percent of Contract Price Allowed Greater Than 0 percent - Not More Than 10 percent 90-percent Greater Than 10 percent -Not More Than 15 percent 80-percent Greater Than 15 percent 0-percent or removed and replaced at the entire cost and expense of Contractor as directed by City 25 26 7. Deficiency shall be determined on a panel by panel basis. 27 8. The amount of penalty shall be deducted from payment due to Contractor 28 9. No additional payment over the contract unit price shall be made for anypavement 29 with a strength exceeding that required by the Drawings and/or specifications. 30 E. Cracked Concrete Acceptance Policy 31 1. If cracks exist in concrete pavement upon completion of the project, the Project 32 Inspector shall decide as to the need for action to address the cracking as to its 33 cause and recommended remedial work. 34 2. If the recommended remedial work is routing and sealing of the cracks to protect 35 the subgrade, the Inspector shall make the determination as to whether to rout and 36 seal the cracks at the time of final inspection and acceptance or at any time prior to 37 the end of the project maintenance period. The Contractor shall perform the routing 38 and sealing work as directed by the Project Inspector, at no cost to the City, 39 regardless of the cause of the cracking. 40 3. If remedial work beyond routing and sealing is determined to be necessary, the 41 Inspector and the Contractor shall meet to determine the cause of the cracking. CITY OF FORT WORTH Camp Bowie West Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN104820 Revised June 10, 2022 32 13 13 -21 CONCRETE PAVING Page 21 of 22 1 a. If agreement is reached that the cracking is due to deficient materials or 2 workmanship, the Contractor shall perform the remedial work at no cost to the 3 City. Remedial work in this case shall be limited to removing and replacing the 4 deficient work with new material and workmanship that meets the requirements 5 of the contract. 6 b. If the Inspector and the Contractor agree that the cause of the cracking is not 7 deficient materials or workmanship, the City may request the Contractor to 8 provide an estimate of the cost of the necessary remedial work and/or additional 9 work to address the cause of the cracking, and the Contractor will perform that 10 work at the agreed -upon price if the City elects to do so. 11 4. If the Inspector and the Contractor cannot agree on the cause of the cracking, the 12 City may hire an independent geotechnical engineer, acceptable to the Contractor, 13 to perform testing and analysis to determine the cause of the cracking. The 14 contractor shall pay 50 percent of the costs of the independent testing. Contractor 15 shall provide one half of the estimated costs of the independent testing to be held by 16 the City. 17 5. If the independent geotechnical engineer determines that the primary cause ofthe 18 cracking is the Contractor's deficient material or workmanship, the remedial work 19 will be performed at the Contractor's entire expense and the Contractor will also 20 reimburse the City for the City's portion of cost of the geotechnical investigation. 21 Remedial work in this case shall be limited to removing and replacing the deficient 22 work with new material and workmanship that meets the requirements of the 23 contract. 24 6. If the geotechnical engineer determines that the primary cause of the cracking is not 25 the Contractor's deficient material or workmanship, the City will return the held 26 funds to the Contractor. The Contractor, on request, will provide the City an 27 estimate of the costs of the necessary remedial work and/or additional work and 28 will perform the work at the agreed -upon price as directed by the City. 29 3.8 SYSTEM STARTUP [NOT USED] 30 3.9 ADJUSTING [NOT USED] 31 3.10 CLEANING [NOT USED] 32 A.No concrete washout, mix, slurry, cuts, mud or solids etc., may enter the storm water 33 system including curb lines. Equipment washout allowed only in areas shown on 34 drawings and test materials or slag must be removed from site prior to final acceptance. 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 CITY OF FORT WORTH Camp Bowie West Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN104820 Revised June 10, 2022 10 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 31 32 33 34 35 36 3213 13 - 22 CONCRETE PAVING Page 22 of 22 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 1.2.A — Modified items to be included in price bid 05/21/2014 Doug Rademaker 2.2.1) — Modified to clarify acceptable fly ash substitution in concrete paving 1.1 LA — modified to clarify concrete placement temperature restrictions Zelalem 2.4.A, B, D — to clarify concrete quality control process and requirements 03/19/2021 Arega/Doug 3.7. C & D - to modify and clarify the pavement strength test and change in Black pavement thickness measurement methodology 3.7.E — Modified to clarify cracked concrete acceptance policy 3/11/2022 Zelalem Arega 1.3.A.h, 2.2 — Added ASTM C595, Type IL cement 6/10/2022 M Owen 3.4 G. 1. — Clarified language re: machine laid vs. hand poured CITY OF FORT WORTH Camp Bowie West Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN104820 Revised June 10, 2022 321320-1 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Pagel of6 1 SECTION 32 13 20 2 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Concrete sidewalks 7 2. Driveways 8 3. Barrier free ramps 9 B. Deviations from 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 13 2. Division 1 - General Requirements 14 3. Section 02 41 13 - Selective Site Demolition 15 4. Section 32 13 13 - Concrete Paving 16 5. Section 32 13 73 - Concrete Paving Joint Sealants 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Concrete Sidewalk 20 a. Measurement 21 1) Measurement for this Item shall be by the square foot of completed and 22 accepted Concrete Sidewalk in its final position for various: 23 a) Thicknesses 24 b) Types 25 b. Payment 26 1) The work performed and materials furnished in accordance with thisItem 27 and measured as provided under "Measurement" will be paid for at the unit 28 price bid per square foot of Concrete Sidewalk. 29 c. The price bid shall include: 30 1) Excavating and preparing the subgrade 31 2) Furnishing and placing all materials 32 3) Thickened edge under sidewalk limits, if adjacent to curb or retaining wall 33 34 2. Concrete Curb at Back of Sidewalk (6 to 12 inch max) 35 a. Measurement 36 1) Measurement for this Item shall be by the linear foot of completed and 37 accepted Concrete Curb at the Back of Sidewalk within the 6 to 12 inch curb 38 height at back of walk in its final position. 39 b. Payment 40 1) The work performed and materials furnished in accordance with this Item 41 and measured as provided under "Measurement" will be paid for at the unit 42 price bid per linear foot of Concrete Curb at the Back of Sidewalk. CITY OF FORT WORT H Camp Bowie West Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104820 Revised December 9, 2021 321320-2 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 2 of 6 1 c. The price bid shall include: 2 1) Excavating and preparing the subgrade 3 2) Furnishing and placing all materials, including concrete and reinforcing 4 steel 5 3) Excavation in back of "retaining" curb 6 4) Furnishing, placing, and compacting backfill 7 3. Concrete Driveway 8 a. Measurement 9 1) Measurement for this Item shall be by the square foot of completed and 10 accepted Concrete Driveway in its final position for various: 11 a) Thicknesses 12 b) Types 13 2) Dimensions will be taken from the back of the projected curb, including the 14 area of the curb radii and will extend to the limits specified in the Drawings. 15 3) Sidewalk portion of drive will be included in driveway measurement. 16 4) Curb on drive will be included in the driveway measurement. 17 b. Payment 18 1) The work performed and materials furnished in accordance with this Item 19 and measured as provided under "Measurement" will be paid for at the unit 20 price bid per square foot of Concrete Driveway. 21 c. The price bid shall include: 22 1) Excavating and preparing the subgrade 23 2) Furnishing and placing all materials 24 3) Temporary asphalt transition at width shown on plans (typically 9 inches) 25 when the pavement adjacent to the driveway will be improved 26 27 4. Barrier Free Ramps 28 a. Measurement 29 1) Measurement for this Item shall be per each Barrier Free Ramp completed 30 and accepted for various: 31 a) Types 32 b. Payment 33 1) The work performed and materials furnished in accordance with this Item 34 and measured as provided under "Measurement" will be paid for at the unit 35 price bid per each `Barrier Free Ramp" installed. 36 c. The price bid shall include: 37 1) Excavating and preparing the subgrade 38 2) Furnishing and placing all materials 39 3) Curb Ramp 40 4) Landing and detectable warning surface as shown on the Drawings 41 5) Adjacent flares or side curb 42 6) Concrete gutter width along ramp opening 43 7) Doweling into adjacent concrete pavement, if applicable 44 1.3 REFERENCES 45 A. Abbreviations andAcronyms 46 1. TAS — Texas Accessibility Standards 47 2. TDLR — Texas Department of Licensing and Regulation 48 B. Reference Standards CITY OF FORT WORT H Camp Bowie West Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104820 Revised December 9, 2021 321320-3 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 3 of 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 for Testing and Materials (ASTM) 5 a. D545, Test Methods for Preformed Expansion Joint Fillers for Concrete 6 Construction (Non -extruding and Resilient Types) 7 b. D698, Test Methods for Laboratory Compaction Characteristics of Soil Using 8 Standard Effort (12,400 ft-lbf/ft3) 9 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 10 1.5 SUBMITTALS [NOT USED] 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 12 A. Mix Design: submit for approval. Section 32 13 13. 13 B. Product Data: submit product data and sample for pre -cast detectable warning for 14 barrier free ramp. 15 1.7 CLOSEOUT SUBMITTALS [NOT USED] 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE [NOT USED] 18 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 19 1.11 FIELD CONDITIONS 20 A. Weather Conditions: Placement of concrete shall be as specified in Section 32 13 13. 21 1.12 WARRANTY [NOT USED] 22 PART 2 - PRODUCTS 23 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 24 2.2 EQUIPMENT AND MATERIALS 25 A. Forms: wood or metal straight, free from warp and of a depth equal to the thickness of 26 the finished work. 27 B. Concrete: see Section 32 13 13. 28 1. Unless otherwise shown on the Drawings or detailed specifications, the standard 29 class for concrete sidewalks, driveways and barrier free ramps is shown in the 30 following table: 31 Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete' Cementitious, Compressive Water/ Aggregate Lb./CY Strength2 Cementitious Maximum psi Ratio Size, inch A 470 3000 0.58 1-1/2 32 C. Reinforcement: see Section 32 1313. CITY OF FORT WORT H Camp Bowie West Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104820 Revised December 9, 2021 321320-4 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 4 of 6 1 1. Sidewalk, driveway and barrier free ramp reinforcing steel shall be #3 deformed 2 bars at 18 inches on -center -both -ways at the center plane of all slabs, unless 3 otherwise shown on the Drawings or detailed specifications. 4 D. Joint Filler 5 1. Wood Filler: see Section 32 1313. 6 2. Pre -Molded Asphalt Board Filler 7 a. Use only in areas where not practical for wood boards. 8 b. Pre -molded asphalt board filler: ASTMD545. 9 c. Install the required size and uniform thickness and as specified in Drawings. 10 d. Include 2 liners of 0.016 asphalt impregnated kraft paper filled with a mastic 11 mixture of asphalt and vegetable fiber and/or mineral filler. 12 E. Expansion Joint Sealant: see Section 32 13 73 where shown on the Drawings. 13 2.3 ACCESSORIES [NOT USED] 14 2.4 SOURCE QUALITY CONTROL [NOT USED] 15 PART 3 - EXECUTION 16 3.1 INSTALLERS [NOT USED] 17 3.2 EXAMINATION [NOT USED] 18 3.3 PREPARATION 19 A. Surface Preparation 20 1. Excavation: Excavation required for the construction of sidewalks, driveways and 21 barrier free ramps shall be to the lines and grades as shown on the Drawings or as 22 established by the City. 23 2. Fine Grading 24 a. The Contractor shall do all necessary filling, leveling and fine gradingrequired 25 to bring the subgrade to the exact grades specified and compacted to at least 90 26 percent of maximum density as determined by ASTM D698. 27 b. Moisture content shall be within minus 2 to plus 4 of optimum. 28 c. Any over -excavation shall be repaired to the satisfaction of the City. 29 B. Demolition / Removal 30 1. Sidewalk, Driveway and/ or Barrier Free Ramp Removal: see Section 02 41 13. 31 3.4 INSTALLATION 32 A. General 33 1. Concrete sidewalks shall have a minimum thickness of 4 inches. 34 2. Sidewalks constructed in driveway approach sections shall have a minimum 35 thickness equal to that of driveway approach or as called for by Drawings and 36 specifications within the limits of the driveway approach. 37 3. Driveways shall have a minimum thickness of 6 inches. Standard cross -slopes for 38 walks shall be 2 percent max in accordance with current TAS/TDLR guidelines. 39 The construction of the driveway approach shall include the variable heightradius 40 curb or a pan driveway approach in accordance with the Drawings. CITY OF FORT WORT H Camp Bowie West Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104820 Revised December 9, 2021 321320-5 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 5 of 6 1 4. All pedestrian facilities shall comply with provisions of TAS including location, 2 slope, width, shapes, texture and coloring. Pedestrian facilities installed by the 3 Contractor and not meeting TAS must be removed and replaced to meet TAS (no 4 separate pay). 5 B. Forms: Forms shall be securely staked to line and grade and maintained in a true 6 position during the depositing of concrete. 7 C. Reinforcement: see Section 32 1313. 8 D. Concrete Placement: see Section 32 13 13. 9 E. Finishing 10 1. Concrete sidewalks, driveways and barrier free ramps shall be finished to a true, 11 even surface. 12 2. Troweland then brush transversely to obtain a smooth uniform brush finish. 13 3. Provide exposed aggregate finish for driveways and sidewalks if specified. 14 4. Edge joints and sides shall with suitable tools. 15 F. Joints 16 1. Expansion joints for sidewalks, driveways and barrier free ramps shall be formed 17 using redwood. 18 2. Expansion joints shall be placed at intervals ten times the width of the sidewalk. 19 3. Expansion joints shall also be placed at all intersections, sidewalks with concrete 20 driveways, curbs, formations, other sidewalks and other adjacent old concrete work. 21 Similar material shall be placed around all obstructions protruding into or through 22 sidewalks or driveways. 23 4. All expansion joints shall be 1/2 inch in thickness. 24 5. Edges of all construction and expansion joints and outer edges of all sidewalks shall 25 be finished to approximately a 1/2 inch radius with a suitable finishing tool. 26 6. Sidewalks shall be marked at intervals equal to the width of the walk with a 27 marking tool. Saw cutting of joints to the required depth may be desirable on wider 28 sidewalks and is acceptable if approved by the City 29 7. When sidewalk is against the curb, expansion joints shall be spaced to match those 30 in the curb, possibly in addition to the required spacing above. 31 G. Barrier Free Ramp 32 1. Furnish and install brick red color pre -cast detectable wamingDome-Tile, 33 manufactured by StrongGo Industries or approved equal by the City. 34 2. Detectable warning surface shall be a minimum of 24-inch in depth in the direction 35 of pedestrian travel, and extend to the limit of the width of the landing where the 36 pedestrian access route enters the street. 37 3. Locate detectable warning surface so that the edge nearest the curb line is atthe 38 extension of the face of the curb. 39 4. Detectable warning Dome -Tile surface may be curved along the corner radius. 40 5. Install detectable warning surface according to manufacturer's instructions. CITY OF FORT WORT H Camp Bowie West Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104820 Revised December 9, 2021 1 2 3 4 5 6 7 8 9 10 11 12 321320-6 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 6 of 6 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A.3 — Measurement and Payment for Barrier Free Ramps modified to match updated City Details 4/30/2013 F. Griffin Corrected Part 1, 1.2, A, 3, b, 1 to read; from ... square foot of Concrete Sidewalk. to ...each " Barrier Free Ramp" installed. June 5, 2018 M Owen Revised Measurement and Payment. section. April 29, 2021 M Owen 1.2 A. 4. c. Revise Barrier Free Ramp — Payment Section December 9, M Owen 1.2 A. l.c. and 1.2 A. 3. c. Clarified what is included in bid items for sidewalk and 2021 driveway, respectively CITY OF FORT WORT H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9, 2021 Camp Bowie West Boulevard CPN 104820 32 1373 -1 CONCRETE PAVING JOINT SEALANTS Pagel of4 SECTION 32 13 73 .KOM141 goo aV_ TA12[0101Vhl[.y�1�r .14M1 PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Specification for silicone joint sealing for concrete pavement and curbs. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 3. Section 32 13 13 - Concrete Paving 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be by the linear foot of Joint Sealant completed and accepted only when specified in the Drawings to be a pay item. 2. Payment a. The work performed and materials furnished in accordance with this Item are subsidiary to the various items bid and no other compensation will be allowed, unless specifically specified on Drawings. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. D5893, Standard Specification for Cold Applied, Single Component, Chemically Curing Silicone Joint Sealant for Portland Cement Concrete Pavements 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Test and Evaluation Reports 1. Prior to installation, furnish certification by an independent testing laboratory that the silicone joint sealant meets the requirements of this Section. CITY OF FORT WORTH Camp Bowie West Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104820 Revised December 20, 2012 32 1373 -2 CONCRETE PAVING JOINT SEALANTS Page 2 of 4 2. Submit verifiable documentation that the manufacturer of the silicone joint sealant has a minimum 2-year demonstrated, documented successful field performance with concrete pavement silicone joint sealant systems. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS A. Do not apply joint sealant when the air and pavement temperature is less than 35 degrees F B. Concrete surface must be clean, dry and frost free. C. Do not place sealant in an expansion -type joint if surface temperature is below 35 degrees F or above 90 degrees F. 1.12 WARRANTY [NOT USED] PART2-PRODUCTS 2.1 OWNER FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS & EQUIPMENT A. Materials 1. Joint Sealant: ASTM D5893. 2. Joint Filler, Backer Rod and Breaker Tape a. The joint filler sop shall be of a closed cell expanded polyethylene foam backer rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. b. The back rod and breaker tape shall be installed in the saw -cut joint to prevent the joint sealant from flowing to the bottom of the joint. c. The backer rod and breaker tape shall be compatible with the silicone joint sealant and no bond or reaction shall occur between them. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] CITY OF FORT WORTH Camp Bowie West Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104820 Revised December 20, 2012 32 1373 -3 CONCRETE PAVING JOINT SEALANTS Page 3 of 3.4 INSTALLATION A. General 1. The silicone sealant shall be cold applied. 2. Allow concrete to cure for a minimum of 7 days to ensure it has sufficient strength prior to sealing joints. 3. Perform joint reservoir saw cutting, cleaning, bond breaker installation, andjoint sealant placement in a continuous sequence of operations. 4. See Drawings for the various joint details with their respective dimensions. B. Equipment 1. Provide all necessary equipment and keep equipment in a satisfactory working condition. 2. Equipment shall be inspected by the City prior to the beginning of the work. 3. The minimum requirements for construction equipment shall be as follows: a. Concrete Saw. The sawing equipment shall be adequate in size and power to complete the joint sawing to the required dimensions. b. Air Compressors. The delivered compressed air shall have a pressure in excess of 90 psi and shall be suitable for the removal of all free water and oil from the compressed air. c. Extrusion Pump. The output shall be capable of supplying a sufficient volume of sealant to the joint. d. Injection Tool. This mechanical device shall apply the sealant uniformly into the joint. e. Sandblaster. The design shall be for commercial use with air compressors as specified in this Section. f. Backer Rod Roller and Tooling Instrument. These devices shall be clean and free of contamination. They shall be compatible with the joint depth and width requirements. C. Sawing Joints: see Section 32 13 13. D. Cleaning joints 1. Dry saw in 1 direction with reverse cutting blade then sandblast. 2. Use compressed air to remove the resulting dust from the joint. 3. Sandblast joints after complete drying. a. Attach nozzle to a mechanical aiming device so that the sand blast will be directed at an angle of 45 degrees and at a distance of 1 to 2 inches from the face of the joint. b. Sandblast both joint faces sandblasted in separate, 1 directional passes. c. When sandblasting is complete, blow-out using compressed air. d. The blow tube shall fit into the joints. 4. Check the blown joint for residual dust or other contamination. a. If any dust or contamination is found, repeat sandblasting and blowing until the joint is cleaned. b. Do not use solvents to remove stains and contamination. 5. Place the bond breaker and sealant in the joint immediately upon cleaning. 6. Bond Breaker Rod and Tape: install in the cleaned joint prior to the application of the joint sealant. CITY OF FORT WORTH Camp Bowie West Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104820 Revised December 20, 2012 32 13 73 - 4 CONCRETE PAVING JOINT SEALANTS Page 4 of 4 7. Do not leave open, cleaned joints unsealed overnight. E. Joint Sealant 1. Apply the joint sealant upon placement of the bond breaker rod and tape, using the mechanical injection tool. 2. Do not seal joints unless they are clean and dry. 3. Remove and discard excess sealant left on the pavement surface. a. Do not excess use to seal the joints. 4. The pavement surface shall present a clean final condition as determined by City. 5. Do not allow traffic on the fresh sealant until it becomes tack -free. F. Approval of Joints 1. The City may request a representative of the sealant manufacturer to be present at the job site at the beginning of the final cleaning and sealing ofjoints. a. The representative shall demonstrate to the Contractor and the City the acceptable method for sealant installation. b. The representative shall approve the clean, dry joints before the sealing operation commences. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Camp Bowie West Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104820 Revised December 20, 2012 32 1373 -1 CONCRETE PAVING JOINT SEALANTS Pagel of4 SECTION 32 13 73 .KOM141 goo aV_ TA12[0101Vhl[.y�1�r .14M1 PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Specification for silicone joint sealing for concrete pavement and curbs. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 3. Section 32 13 13 - Concrete Paving 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be by the linear foot of Joint Sealant completed and accepted only when specified in the Drawings to be a pay item. 2. Payment a. The work performed and materials furnished in accordance with this Item are subsidiary to the various items bid and no other compensation will be allowed, unless specifically specified on Drawings. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. D5893, Standard Specification for Cold Applied, Single Component, Chemically Curing Silicone Joint Sealant for Portland Cement Concrete Pavements 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Test and Evaluation Reports 1. Prior to installation, furnish certification by an independent testing laboratory that the silicone joint sealant meets the requirements of this Section. CITY OF FORT WORTH Camp Bowie West Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN104820 Revised December 20, 2012 32 1373 -2 CONCRETE PAVING JOINT SEALANTS Page 2 of 4 2. Submit verifiable documentation that the manufacturer of the silicone joint sealant has a minimum 2-year demonstrated, documented successful field performance with concrete pavement silicone joint sealant systems. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS A. Do not apply joint sealant when the air and pavement temperature is less than 35 degrees F B. Concrete surface must be clean, dry and frost free. C. Do not place sealant in an expansion -type joint if surface temperature is below 35 degrees F or above 90 degrees F. 1.12 WARRANTY [NOT USED] PART2-PRODUCTS 2.1 OWNER FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS & EQUIPMENT A. Materials 1. Joint Sealant: ASTM D5893. 2. Joint Filler, Backer Rod and Breaker Tape a. The joint filler sop shall be of a closed cell expanded polyethylene foam backer rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. b. The back rod and breaker tape shall be installed in the saw -cut joint to prevent the joint sealant from flowing to the bottom of the joint. c. The backer rod and breaker tape shall be compatible with the silicone joint sealant and no bond or reaction shall occur between them. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] CITY OF FORT WORTH Camp Bowie West Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN104820 Revised December 20, 2012 32 1373 -3 CONCRETE PAVING JOINT SEALANTS Page 3 of 3.4 INSTALLATION A. General 1. The silicone sealant shall be cold applied. 2. Allow concrete to cure for a minimum of 7 days to ensure it has sufficient strength prior to sealing joints. 3. Perform joint reservoir saw cutting, cleaning, bond breaker installation, andjoint sealant placement in a continuous sequence of operations. 4. See Drawings for the various joint details with their respective dimensions. B. Equipment 1. Provide all necessary equipment and keep equipment in a satisfactory working condition. 2. Equipment shall be inspected by the City prior to the beginning of the work. 3. The minimum requirements for construction equipment shall be as follows: a. Concrete Saw. The sawing equipment shall be adequate in size and power to complete the joint sawing to the required dimensions. b. Air Compressors. The delivered compressed air shall have a pressure in excess of 90 psi and shall be suitable for the removal of all free water and oil from the compressed air. c. Extrusion Pump. The output shall be capable of supplying a sufficient volume of sealant to the joint. d. Injection Tool. This mechanical device shall apply the sealant uniformly into the joint. e. Sandblaster. The design shall be for commercial use with air compressors as specified in this Section. f. Backer Rod Roller and Tooling Instrument. These devices shall be clean and free of contamination. They shall be compatible with the joint depth and width requirements. C. Sawing Joints: see Section 32 13 13. D. Cleaning joints 1. Dry saw in 1 direction with reverse cutting blade then sandblast. 2. Use compressed air to remove the resulting dust from the joint. 3. Sandblast joints after complete drying. a. Attach nozzle to a mechanical aiming device so that the sand blast will be directed at an angle of 45 degrees and at a distance of 1 to 2 inches from the face of the joint. b. Sandblast both joint faces sandblasted in separate, 1 directional passes. c. When sandblasting is complete, blow-out using compressed air. d. The blow tube shall fit into the joints. 4. Check the blown joint for residual dust or other contamination. a. If any dust or contamination is found, repeat sandblasting and blowing until the joint is cleaned. b. Do not use solvents to remove stains and contamination. 5. Place the bond breaker and sealant in the joint immediately upon cleaning. 6. Bond Breaker Rod and Tape: install in the cleaned joint prior to the application of the joint sealant. CITY OF FORT WORTH Camp Bowie West Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN104820 Revised December 20, 2012 32 13 73 - 4 CONCRETE PAVING JOINT SEALANTS Page 4 of 4 7. Do not leave open, cleaned joints unsealed overnight. E. Joint Sealant 1. Apply the joint sealant upon placement of the bond breaker rod and tape, using the mechanical injection tool. 2. Do not seal joints unless they are clean and dry. 3. Remove and discard excess sealant left on the pavement surface. a. Do not excess use to seal the joints. 4. The pavement surface shall present a clean final condition as determined by City. 5. Do not allow traffic on the fresh sealant until it becomes tack -free. F. Approval of Joints 1. The City may request a representative of the sealant manufacturer to be present at the job site at the beginning of the final cleaning and sealing ofjoints. a. The representative shall demonstrate to the Contractor and the City the acceptable method for sealant installation. b. The representative shall approve the clean, dry joints before the sealing operation commences. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Camp Bowie West Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN104820 Revised December 20, 2012 32 16 13 -1 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Pagel of6 1 SECTION 32 1613 2 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS 3 4 PART 1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Concrete Curbs andGutters 8 2. Concrete Valley Gutters 9 B.Deviations from 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 13 2. Division 1 - General Requirements 14 3. Section 02 41 13 - Selective SiteDemolition 15 4. Section 32 13 13 - Concrete Paving 16 5. Section 32 13 73 - Concrete Paving JointSealants 17 6. Section 32 1123 — Flexible BaseCourses 18 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A.Measurement and Payment 21 1. Concrete Curb andGutter 22 a. Measurement 23 1) Measurement for this Item shall be by the linear foot of Concrete Curb and 24 Gutter. 25 b. Payment 26 1) The work performed and materials furnished in accordance with this Item 27 and measured as provided under "Measurement' will be paid for at the unit 28 price bid per linear foot of Concrete Curb and Gutter complete and in place by 29 curb height. 30 c. The price bid shall include: 31 1) Excavation and preparing the subgrade, including placement of flexbase or 32 cement treated base under curb & gutter and 12" behind back of curb 33 2) Required excavation and backfill behind the curb 34 3) Removal and disposal of all excavated material 35 4) Furnishing and placing all materials, including foundation course, 36 reinforcing steel, and expansion material 37 5) Temporary asphalt transition at width shown on plans (typically 9 inches) 38 when the pavement adjacent to the curb & gutter will be improved 39 2. Concrete Valley Gutter 40 a. Measurement CITY OF FORT WORTH Camp Bowie West Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104820 Revised June 10, 2022 32 16 13 - 2 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 2 of 1 1) Measurement for this Item shall be by the square yard of Concrete Valley 2 Gutter. 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 and measured as provided under "Measurement" will be paid for at the unit 6 price bid per square yard of Concrete Valley Gutter complete and in place for: 7 a) Various streettypes 8 c. The price bid shall include: 9 1) Required excavation 10 2) Preparing the subgrade, including placement of flexbase or stabilized 11 cement treated subgrade 12 3) Furnishing and placing all materials, including foundation course, 13 reinforcing steel, and expansion material 14 4) Temporary asphalt transition at width shown on plans (typically 9") when 15 the pavement adjacent to the valley gutter will improved 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 ACTION SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALSANFORMATIONAL 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 CONDITIONS 25 A.Weather Conditions: See Section 32 13 13. 26 1.12 WARRANTY [NOT USED] 27 PART 2 - PRODUCTS 28 2.1 OWNER FURNISHED PRODUCTS [NOT USED] 29 2.2 EQUIPMENT AND MATERIALS 30 A.Forms: See Section 32 13 13. 31 B.Concrete: 32 1. Unless otherwise shown on the Drawings or detailed specifications, the standard 33 class for concrete curb & gutter and valley gutter is shown in the following table: 34 35 Standard Classes of Pavement Concrete CITY OF FORT WORTH Camp Bowie West Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104820 Revised June 10, 2022 I 2 3 4 5 6 7 8 9 10 11 IDA 32 16 13 -3 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 3 of Item Class of Minimum 28 Day Maximum Course Concret Cementitious Min. Water/ Aggregat e Compressiv Cementitiou e Lb./CY e s Maximu Strength Ratio m psi Size, inch Curb A 470 3,000 0.58 1-1/2 Gutte r Valle H 564 4,500 0.45 1-1/2 y Gutte r C.Reinforcement: See Section 32 13 13. D.Joint Filler 1. Wood Filler: see Section 32 1313. 2. Pre -Molded Asphalt Board Filler a. Use only in areas where not practical for woodboards b. Pre -molded asphalt board filler: ASTM D545 c. Install the required size and uniform thickness and as specified in the Drawings. d. Include two liners of 0.016 asphalt impregnated kraft paper filled with a mastic mixture of asphalt and vegetable fiber and/or mineral filler. E. Expansion Joint Sealant: See Section 32 13 73. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 15 16 17 18 19 20 21 22 23 24 25 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A.Demolition / Removal: See Section 02 41 13. 3.4 INSTALLATION A.Forms 1. Extend forms the full depth ofconcrete. 2. Wood forms: minimum of 1-1/2 inches in thickness 3. Metal Forms: a gauge that shall provide equivalent rigidity andstrength 4. Use acceptable wood or metal forms for curves with a radius of less than 250 feet. 5. All forms showing a deviation of 1/8 inch in 10 feet from a straight line shall be rejected. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10, 2022 Camp Bowie West Boulevard CPN 104820 32 16 13 -4 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 4 of 1 B.Reinforcing Steel 2 1. Place all necessary reinforcement for City approval prior to depositing concrete. 3 2. All steel must be free from paint and oil and all loose scale, rust, dirt and other 4 foreign substances. 5 3. Remove foreign substances from steel before placing. 6 4. Wire all bars at their intersections and at all laps orsplices. 7 5. Lap all bar splices a minimum of 20 diameters of the bar or 12 inches, whichever is 8 greater. 9 C.Concrete Placement 10 1. Deposit concrete to maintain a horizontal surface. 11 2. Work concrete into all spaces and around any reinforcement to form a dense mass 12 free from voids. 13 3. Work coarse aggregate away from contact with the forms 14 4. Hand -Laid Concrete — Curb andgutter 15 a. Shape and compact subgrade to the lines, grades and cross section shown on the 16 Drawings. 17 b. Lightly sprinkle subgrade material immediately before concrete placement. 18 c. Deposit concrete into forms. 19 d. Shape the concrete to the required curb and gutter design and provide a brush 20 finish. 21 5. Machine -Laid Concrete — Curb andGutter 22 a. Hand -tamp and sprinkle subgrade material before concrete placement. 23 b. Provide clean surfaces for concrete placement. 24 c. Place the concrete to correct line and grade with approved self-propelled 25 equipment. 26 d. Brush finish surfaces immediately after extrusion orslipforming. 27 6. Hand -Laid Concrete — Concrete Valley Gutter: See Section 32 13 13. 28 7. Expansionjoints 29 a. Place expansion joints in the curb and gutter at 200-foot intervals and at 30 intersection returns and other rigid structures. 31 b. Place tooled joints at 15-foot intervals or matching abutting sidewalk joints and 32 pavement joints to a depth of 1-1/2 inches. 33 c. Place expansion joints at all intersections with concrete driveways, structures, 34 valley gutters, and existing curb and gutters. 35 d. Make expansion joints no less than 1/2 inch in thickness, extending the full 36 depth of the concrete. 37 e. Make expansion joints perpendicular and at right angles to the face of the curb. 38 £ Neatly trim any expansion material extending above the surface of the finished 39 work. 40 g. Make expansion joints in the curb and gutter coincide with existing concrete 41 expansion joints. 42 h. Longitudinal dowels across the expansion joints in the curb and gutter are 43 required. 44 i. Install 3 - 1/2" round, smooth bars, 24 inches in length, for dowels at each 45 expansion joint. 46 j . Coat 1/2 of the dowel with a bond breaker and terminate with a dowel cap that 47 provides a minimum of 1-inch free expansion. CITY OF FORT WORTH Camp Bowie West Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104820 Revised June 10, 2022 32 16 13 -5 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 5 of 1 k. Support dowels by an approved method. 2 D.Curing: see Section 32 13 13. 3 3.5 REPAIR/RESTORATION [NOT USED] 4 3.6 RE -INSTALLATION [NOT USED] 5 3.7 FIELD QUALITY CONTROL 6 A.Inspections 7 1. Steel reinforcement placement 8 2. Headed bolts and studs 9 3. Verification of use of required design mixture 10 4. Concrete placement, including conveying and depositing 11 5. Curing procedures and maintenance of curing temperature 12 B.Concrete Tests: Perform testing of fresh concrete sample obtained according to 13 ASTM C172 with the following requirements: 14 1. Testing Frequency: Obtain 1 fresh concrete sample for each day's pour ofeach 15 concrete mixture exceeding 5 cubic yards, but less than 150 cubic yards, plus 1 set 16 for each additional 150 cubic yard or fraction thereof. 17 2. Slump: ASTM C 143; 1 test at point of placement for each concrete sample, but not 18 less than 1 test for each day's pour of each concrete mixture. Perform additional 19 tests when concrete consistency appears to change. 20 3. Air Content: ASTM C231, pressure method, for normal -weight concrete; 1 test for 21 each sample, but not less than 1 test for each day's pour of each concrete mixture. 22 4. Concrete Temperature: ASTM C1064; 1 test for each concrete sample. 23 5. Compression Test Specimens: ASTM C31. 24 a. Cast and laboratory cure 3 cylinders for each fresh concrete sample. 25 1) Do not transport field cast cylinders until they have cured for a 26 minimum of 24 hours. 27 6. Compressive -Strength Tests: ASTMC39; 28 a. Test 1 cylinder at 7 days. 29 b. Test 2 cylinders at 28 days. 30 7. Upload test results into Buzzsaw within 48 hours of testing. Reports of 31 compressive -strength tests shall contain Project identification name and number, 32 date of concrete placement, name of concrete tester and inspector, location of 33 concrete batch in Work, design compressive strength at 28 days, concrete mixture 34 proportions and materials, compressive breaking strength, and type of break for 35 both 7- and 28-day tests. 36 8. Additional Tests: Additional tests of concrete shall be made when testresults 37 indicate that slump, air entrainment, compressive strengths, or other City 38 specification requirements have not been met. The Lab Services division may 39 conduct or request tests to determine adequacy of concrete by cored cylinders 40 complying with ASTM C42 or by other methods as directed by the Project 41 Manager. CITY OF FORT WORTH Camp Bowie West Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104820 Revised June 10, 2022 32 16 13 - 6 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 6 of 1 a. When the strength level of the concrete for any portion of the structure, as 2 indicated by cylinder tests, falls below the specified requirements, provide 3 improved curing conditions and/or adjustments to the mix design as required to 4 obtain the required strength. If the average strength of the laboratory control 5 cylinders falls so low as to be deemed unacceptable, follow the core test 6 procedure set forth in ACI 301, Chapter 17. Locations of core tests shall be 7 approved by the Project Engineer. Core sampling and testing shall be at 8 Contractors expense. 9 b. If the results of the core tests indicate that the strength of the structure is 10 inadequate, any replacement, load testing, or strengthening as may be ordered by 11 the Project Engineer shall be provided by the Contractor without cost to the 12 City. 13 9. Additional testing and inspecting, at Contractor's expense, will be performedto 14 determine compliance of replaced or additional work with specified requirements. 15 10. Correct deficiencies in the Work that test reports and inspections indicate doesnot 16 comply with the Contract Documents. 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 22 23 24 25 26 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] DATE NAME END OF SECTION Revision Log SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A.2. Modified payment item to vary by street type 10/05/2016 Z. Arega Added Subsection 2.2.13.1 and Subsection 3.7 1.2 A. 1. c. Clarified what price bid includes for curb & gutter 12/09/2021 M Owen 1..2 A. 2. d. Clarified what price bid includes for valley gutter 2.2 B. 1. Updated table: Valley gutter concrete shall meet hand poured concrete paving requirements 6/10/2022 M Owen 1.2 A. 1. C. Clarify that price for curb & gutter to include excavation and removal and disposal of excavated material CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 10, 2022 Camp Bowie West Boulevard CPN 104820 1 2 3 PART 1 - GENERAL 4 1.1 SUMMARY SECTION 32 17 23 PAVEMENT MARKINGS 321723-1 PAVEMENT MARKINGS Page 1 of 11 5 A. Section Includes: 6 1. Pavement Markings 7 a. Thermoplastic, hot -applied, spray (HAS) pavement markings 8 b. Thermoplastic, hot -applied, extruded (HAE) pavement markings 9 c. Preformed polymer tape 10 d. Preformed heat -activated thermoplastic tape 11 e. Preformed Contrast Markings 12 2. Raisedmarkers 13 3. Work zone markings 14 4. Removal of pavement markings and markers 15 B.Deviations from this City of Fort Worth Standard Specification 16 1. None. 17 C.Related Specification Sections include, but are not necessarily limited to: 18 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 19 2. Division 1 — General Requirements 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A.Measurement and Payment 22 1. Pavement Markings 23 a. Measurement 24 1) Measurement for this Item shall be per linear foot of material placed. 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 unit 28 price bid per linear foot of "Pvmt Marking" installed for: 29 a) Various Widths 30 b) Various Types 31 c) Various Materials 32 d) Various Colors 33 c. The price bid shall include: 34 1) Installation of Pavement Marking 35 2) Glass beads, when required 36 3) Surface preparation 37 4) Clean-up 38 5) Testing (when required) 39 2. Legends 40 a. Measurement 41 1) Measurement for this Item shall be per each Legend installed. CITY OF FORT WORTH Camp Bowie West Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104820 Revised June 10, 2022 32 17 23 - 2 PAVEMENT MARKINGS Page 2 of 11 1 b. Payment 2 1) The work performed and materials furnished in accordance with this Item 3 shall be paid for at the unit price bid per each "Legend" installed for: 4 a) Varioustypes 5 b) Various applications 6 c. The price bid shall include: 7 1) Installation of Pavement Marking 8 2) Glass beads, when required 9 3) Surface preparation 10 4) Clean-up 11 5) Testing 12 3. Preformed Thermoplastic — Contrast Markings 13 a. Measurement 14 1) Measurement for this Item shall be per linear foot of material placed or per 15 each for legend items 16 b. Payment 17 1) The work performed and materials furnished in accordance with this Item 18 shall be paid for at the unit price bid per linear foot or per each for legends for 19 "Preformed Thermoplastic — Contract Markings" installed for: 20 a) Various Widths 21 b) Various Types 22 c) Various Applications 23 c. The price bid shall include: 24 1) Installation of Contrast Markings, including solid black and solid white or 25 yellow material as preformed 26 2) Railroad Legend shall include X and RR legend markings and three 24" 27 stop bars 28 3) Surface preparation 29 4) Clean-up 30 5) Testing 31 4. RaisedMarkers 32 a. Measurement 33 1) Measurement for this Item shall be per each Raised Marker installed. 34 b. Payment 35 1) The work performed and materials furnished in accordance with this Item 36 shall be paid for at the unit price bid per each "Raised Marker" installed for: 37 a) Varioustypes 38 c. The price bid shall include: 39 1) Installation of Raised Markers 40 2) Surface preparation 41 3) Clean-up 42 4) Testing 43 5. Work Zone Tab Markers 44 a. Measurement 45 1) Measurement for this Item shall be per each Tab Marker installed. 46 b. Payment 47 1) The work performed and materials furnished in accordance with this Item 48 shall be paid for at the unit price bid per each "Tab Marker" installed for: 49 a) Varioustypes CITY OF FORT WORTH Camp Bowie West Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104820 Revised June 10, 2022 321723-3 PAVEMENT MARKINGS Page 3 of 11 1 c. The price bid shall include: 2 1) Installation of Tab Work Zone Markers 3 6. Fire LaneMarkings 4 a. Measurement 5 1) Measurement for this Item shall be per the linear foot. 6 b. Payment 7 1) The work performed and materials furnished in accordance with this Item 8 and measured as provided under "Measurement" shall be paid for at the unit 9 price bid per linear foot of "Fire Lane Marking" installed. 10 c. The price bid shall include: 11 1) Surface preparation 12 2) Clean-up 13 3) Testing 14 7. Pavement Marking Removal 15 a. Measurement 16 1) Measure for this Item shall be per linear foot. 17 b. Payment 18 1) The work performed and materials furnished in accordance with this Item 19 and measured as provided under "Measurement' shall be paid for at the unit 20 price bid per linear foot of "Remove Pvmt Marking" performed for: 21 a) Various widths 22 c. The price bid shall include: 23 1) Removal of Pavement Markings 24 2) Clean-up 25 8. Raised Marker Removal 26 a. Measurement 27 1) Measurement for this Item shall be per each Pavement Marker removed. 28 b. Payment 29 1) The work performed and materials furnished in accordance with this Item 30 shall be paid for at the unit price bid per each "Remove Raised Marker" 31 performed. 32 c. The price bid shall include: 33 1) Removal of each Marker 34 2) Disposal of removed materials 35 3) Clean-up 36 9. LegendRemoval 37 a. Measurement 38 1) Measure for this Item shall be per each Legend removed. 39 b. Payment 40 1) The work performed and materials furnished in accordance with this Item 41 and measured as provided under "Measurement" shall be paid for at the unit 42 price bid per linear foot of "Remove Legend" performed for: 43 a) Varioustypes 44 b) Various applications 45 c. The price bid shall include: 46 1) Removal of Pavement Markings 47 2) Clean-up CITY OF FORT WORTH Camp Bowie West Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104820 Revised June 10, 2022 32 17 23 - 4 PAVEMENT MARKINGS Page 4 of 11 1 1.3 REFERENCES 2 A.Reference Standards 3 1. Reference standards cited in this Specification refer to the current reference 4 standard published at the time of the latest revision date logged at the end of this 5 Specification, unless a date is specifically cited. 6 2. Texas Manual on Uniform Traffic Control Devices (MUTCD), 2011 Edition 7 a. Part 3,Markings 8 3. American Association of State Hi2hwav and Transportation Officials (AASHTO) 9 a. Standard Specification for Glass Beads Used in Pavement Markings, M 247-09 10 4. Federal Hi2hwav Administration(FHWA) 11 a. 23 CFR Part 655, FHWA Docket No. FHWA-2009-0139 12 5. Texas Department of Transportation (TxDOT) 13 a. DMS-4200, Pavement Markers (Reflectorized) 14 b. DMS-4300, Traffic Buttons 15 c. DMS-8220, Hot Applied Thermoplastic 16 d. DMS-8240, Permanent Prefabricated Pavement Markings 17 e. DMS-8241, Removable Prefabricated Pavement Markings 18 f. DMS-8242, Temporary Flexible -Reflective Road Marker Tabs 19 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 20 1.5 SUBMITTALS 21 A. Submittals shall be in accordance with Section 0133 00. 22 B.All submittals shall be approved by the City prior to delivery and/or fabrication for 23 specials. 24 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 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. The Contractor shall secure and maintain a location to store the material in 31 accordance with Section 01 50 00. 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 34 PART 2 - PRODUCTS 35 2.1 OWNER -SUPPLIED PRODUCTS 36 A.New Products 37 1. Refer to Drawings to determine if there are owner -supplied products for the Project. CITY OF FORT WORTH Camp Bowie West Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104820 Revised June 10, 2022 321723-5 PAVEMENT MARKINGS Page 5 of 11 1 2.2 MATERIALS 2 A.Manufacturers 3 1. Only the manufacturers as listed in the City's Standard Products List willbe 4 considered as shown in Section 0160 00. 5 a. The manufacturer must comply with this Specification and related Sections. 6 2. Any product that is not listed on the Standard Products List is considered 7 substitution and shall be submitted in accordance with Section 0125 00. 8 B.Materials 9 1. Pavement Markings 10 a. Thermoplastic, hot applied, spray 11 1) Refer to Drawings and City Standard Detail Drawings for width of 12 longitudinal lines. 13 2) Product shall be especially compounded for traffic markings. 14 3) When placed on the roadway, the markings shall not be slippery when wet, 15 lift from pavement under normal weather conditions nor exhibit a tacky 16 exposed surface. 17 4) Cold ductility of the material shall permit normal road surface expansion 18 and contraction without chipping or cracking. 19 5) The markings shall retain their original color, dimensions and placement 20 under normal traffic conditions at road surface temperatures of 158 degrees 21 Fahrenheit and below. 22 6) Markings shall have uniform cross-section, clean edges, square ends and no 23 evidence of tracking. 24 7) The density and quality of the material shall be uniform throughout the 25 markings. 26 8) The thickness shall be uniform throughout the length and width of the 27 markings. 28 9) The markings shall be 95 percent free of holes and voids, and free of 29 blisters for a minimum of 60 days after application. 30 10) The material shall not deteriorate by contact with sodium chloride, calcium 31 chloride or other chemicals used to prevent roadway ice or because of the oil 32 content of pavement markings or from oil droppings or other effects of traffic. 33 11) The material shall not prohibit adhesion of other thermoplastic markings if, 34 at some future time, new markings are placed over existing material. 35 a) New material shall bond itself to the old line in such a manner that no 36 splitting or separation takes place. 37 12) The markings placed on the roadway shall be completely retroreflective 38 both internally and externally with traffic beads and shall exhibit uniform 39 retro-directive reflectance. 40 13) Traffic beads 41 a) Manufactured from glass 42 b) Spherical in shape 43 c) Essentially free of sharp angular particles 44 d) Essentially free of particles showing cloudiness, surface scoring or 45 surface scratching 46 e) Water white incolor 47 f) Applied at a uniform rate CITY OF FORT WORTH Camp Bowie West Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104820 Revised June 10, 2022 32 17 23 - 6 PAVEMENT MARKINGS Page 6 of 11 1 g) Meet or exceed Specifications shown in AASHTO Standard 2 Specification for Glass Beads Used in Pavement Markings, AASHTO 3 Designation: M 247-09. 4 b. Thermoplastic, hot applied, extruded 5 1) Product shall be especially compounded for traffic markings 6 2) When placed on the roadway, the markings shall not be slippery when wet, 7 lift from pavement under normal weather conditions nor exhibit a tacky 8 exposed surface. 9 3) Cold ductility of the material shall permit normal road surface expansion 10 and contraction without chipping or cracking. 11 4) The markings shall retain their original color, dimensions and placement 12 under normal traffic conditions at road surface temperatures of 158 degrees 13 Fahrenheit and below. 14 5) Markings shall have uniform cross-section, clean edges, square ends and no 15 evidence of tracking. 16 6) The density and quality of the material shall be uniform throughout the 17 markings. 18 7) The thickness shall be uniform throughout the length and width of the 19 markings. 20 8) The markings shall be 95 percent free of holes and voids, and free of 21 blisters for a minimum of 60 days after application. 22 9) The minimum thickness of the marking, as measured above the plane 23 formed by the pavement surface, shall not be less than 1 /8 inch in the center 24 of the marking and 3/32 inch at a distance of'h inch from the edge. 25 10) Maximum thickness shall be 3/16 inch. 26 11) The material shall not deteriorate by contact with sodium chloride, calcium 27 chloride or other chemicals used to prevent roadway ice or because of the oil 28 content of pavement markings or from oil droppings or other effects of traffic. 29 12) The material shall not prohibit adhesion of other thermoplastic markings if, 30 at some future time, new markings are placed over existing material. New 31 material shall bond itself to the old line in such a manner that no splitting or 32 separation takes place. 33 13) The markings placed on the roadway shall be completely retroreflective 34 both internally and externally with traffic beads and shall exhibit uniform 35 retro-directive reflectance. 36 14) Traffic beads 37 a) Manufactured from glass 38 b) Spherical in shape 39 c) Essentially free of sharp angular particles 40 d) Essentially free of particles showing cloudiness, surface scoring or 41 surface scratching 42 e) Water white incolor 43 f) Applied at a uniform rate 44 g) Meet or exceed Specifications shown in AASHTO Standard 45 Specification for Glass Beads Used in Pavement Markings, AASHTO 46 Designation: M 247-09. 47 c. Preformed PolymerTape 48 1) Material shall meet or exceed the Specifications for SWARCO Director 35, 49 3M High Performance Tape Series 3801 ES, or approved equal. 50 d. Preformed Heat -Activated Thermoplastic Tape CITY OF FORT WORTH Camp Bowie West Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104820 Revised June 10, 2022 32 17 23 - 7 PAVEMENT MARKINGS Page 7 of 11 1 1) Material shall meet or exceed the Specifications for HOT Tape Brand 0.125 2 mil preformed thermoplastic or approved equal. 3 2. RaisedMarkers 4 a. Markers shall meet the requirements of the Texas Manual on Uniform Traffic 5 Control Devices. 6 b. Non -reflective markers shall be Type Y (yellow body) and Type W (white body) 7 round ceramic markers and shall meet or exceed the TxDOT Specification 8 DMS-4300. 9 c. The reflective markers shall be plastic, meet or exceed the TxDOT Specification 10 DMS-4200 for high -volume retroreflective raised markers and be available in 11 the following types: 12 1) Type I-C, white body, 1 face reflects white 13 2) Type II -A -A, yellow body, 2 faces reflect amber 14 3) Type II-C-R, white body, 1 face reflects white, the other red 15 16 3. Work Zone Markings 17 a. Tabs 18 1) Temporary flexible -reflective roadway marker tabs shall meet requirements 19 of TxDOT DMS-8242, "Temporary Flexible -Reflective Road Marker Tabs." 20 2) Removable markings shall not be used to simulate edge lines. 21 3) No segment of roadway open to traffic shall remain without permanent 22 pavement markings for a period greater than 14 calendar days. 23 b. Raised Markers 24 1) All raised pavement markers shall meet the requirements of DMS-4200. 25 c. Striping 26 1) Work Zone striping shall meet or exceed the TxDOT Specification DMS- 27 8200. 28 2.3 ACCESSORIES [NOT USED] 29 2.4 SOURCE QUALITY CONTROL 30 A.Performance 31 1. Minimum maintained retroreflectivity levels for longitudinal markings shall meet 32 the requirements detailed in the table below for a minimum of 30 calendar days. Posted Speed (mph) :5 30 35 — 50 >_ 55 2-lane roads with centerline n/a 100 250 markings only (1) All other roads (2) n/a 50 100 33 (1) Measured at standard 30-m geometry in units ofmcd/m2/lux. 34 (2) Exceptions: 35 A. When raised reflective pavement markings (RRPMs) supplement or substitute for a 36 longitudinal line, minimum pavement marking retroreflectivity levels are not applicable as 37 long as the RRPMs are maintained so that at least 3 are visible from any position along that 38 line during nighttime conditions. 39 B. When continuous roadway lighting assures that the markings are visible, minimum 40 pavement marking retroreflectivity levels are not applicable. CITY OF FORT WORTH Camp Bowie West Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104820 Revised June 10, 2022 321723-8 PAVEMENT MARKINGS Page 8 of 11 1 PART 3 - EXECUTION 2 3.1 EXAMINATION [NOT USED] 3 3.2 PREPARATION 4 A.Pavement Conditions 5 1. Roadway surfaces shall be free of dirt, grease, loose and/or flakingexisting 6 markings and other forms of contamination. 7 2. New Portland cement concrete surfaces shall be cleaned sufficiently to remove the 8 curing membrane. 9 3. Pavement to which material is to be applied shall be completely dry. 10 4. Pavement shall be considered dry, if, on a sunny day after observation for 15 11 minutes, no condensation develops on the underside of a 1 square foot piece of 12 clear plastic that has been placed on the pavement and weighted on the edges. 13 5. Equipment and methods used for surface preparation shall not damagethe 14 pavement or present a hazard to motorists or pedestrians. 15 3.3 INSTALLATION 16 A.General 17 1. The materials shall be applied according to the manufacturer's recommendations. 18 2. Markings and markers shall be applied within temperature limits recommendedby 19 the material manufacturer, and shall be applied on clean, dry pavement having a 20 surface temperature above 50 degrees Fahrenheit. 21 3. Markings that are not properly applied due to faulty application methods orbeing 22 placed in the wrong position or alignment shall be removed and replaced by the 23 Contractor at the Contractor's expense. If the mistake is such that it would be 24 confusing or hazardous to motorists, it shall be remedied the same day of 25 notification. Notification will be made by phone and confirmed by fax. Other 26 mistakes shall be remedied within 5 days of written notification. 27 4. When markings are applied on roadways open to traffic, care will be takento 28 ensure that proper safety precautions are followed, including the use of signs, 29 cones, barricades, flaggers, etc. 30 5. Freshly applied markings shall be protected from traffic damage and disfigurement. 31 6. Temperature of the material must be equal to the temperature of the road surface 32 before allowing traffic to travel on it. 33 B.Pavement Markings 34 1. Thermoplastic, hot applied, spray 35 a. This method shall be used to install and replace long lines — centerlines, lane 36 lines, edge lines, turn lanes, and dots. 37 b. Markings shall be applied at a 110-mil thickness. 38 c. Markings shall be applied at a 90-mil thickness when placed over existing 39 markings. 40 d. A sealer shall be used if concrete or asphalt is older than three (3) years. 41 e. Typical setting time shall be between 4 minutes and 10 minutes depending upon 42 the roadway surface temperature and the humidity factor. CITY OF FORT WORTH Camp Bowie West Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104820 Revised June 10, 2022 32 17 23 - 9 PAVEMENT MARKINGS Page 9 of 11 1 f. Retroreflective raised markers shall be used to supplement the centerlines, lane 2 lines, and turn lanes. Refer to City Standard Detail Drawings for placement. 3 g. Minimum retroreflectivity of markings shall meet or exceed values shown in 4 subparagraph 2A.A.1 of this Specification. 5 2. Thermoplastic, hot applied, extruded 6 a. This method shall be used to install and replace crosswalks and stop -lines. 7 b. Markings shall be applied at a 125-mil thickness. 8 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 9 this Specification. 10 3. Preformed Polymer Tape 11 a. This method shall be used to install and replace crosswalks, stop -lines, and 12 legends. 13 b. The applied marking shall adhere to the pavement surface with no slippage or 14 lifting and have square ends, straight lines and clean edges. 15 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 16 this Specification. 17 4. Preformed Heat -Activated Thermoplastic Tape 18 a. This method shall be used to install and replace crosswalks, stop -lines, and 19 legends. 20 b. The applied marking shall adhere to the pavement surface with no slippage or 21 lifting and have square ends, straight lines and clean edges. 22 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 23 this Specification. 24 C.Raised Markers 25 1. All permanent raised pavement markers on Portland Cement roadways shall be 26 installed with epoxy adhesive. Bituminous adhesive is not acceptable. 27 2. All permanent raised pavement markers on new asphalt roadways may be installed 28 with epoxy or bituminous adhesive. 29 3. A chalk line, chain or equivalent shall be used during layout to ensure that 30 individual markers are properly aligned. All markers shall be placed uniformly 31 along the line to achieve a smooth continuous appearance. 32 D.Work Zone Markings 33 1. Work shall be performed with as little disruption to traffic as possible. 34 2. Install longitudinal markings on pavement surfaces before opening totraffic. 35 3. Maintain lane alignment traffic control devices and operations until markings are 36 installed. 37 4. Install markings in proper alignment in accordance with the Texas MUTCD andas 38 shown on the Drawings. 39 5. Place standard longitudinal lines no sooner than 3 calendar days after the placement 40 of a surface treatment, unless otherwise shown on the Drawings. 41 6. Place markings in proper alignment with the location of the final pavement 42 markings. 43 7. Do not use raised pavement markers for words, symbols, shapes, or diagonal or 44 transverse lines. CITY OF FORT WORTH Camp Bowie West Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104820 Revised June 10, 2022 32 17 23 - 10 PAVEMENT MARKINGS Page 10 of 11 1 8. All markings shall be visible from a distance of 300 feet in daylight conditions and 2 from a distance of at least 160 feet in nighttime conditions, illuminated by low- 3 beam automobile headlight. 4 9. The daytime and nighttime reflected color of the markings must be distinctly white 5 or yellow. 6 10. The markings must exhibit uniform retroreflective characteristics. 7 11. Epoxy adhesives shall not be used to work zone markings. 8 3.4 REMOVALS 9 1. Pavement Marking and Marker Removal 10 a. The industry's best practice shall be used to remove existing pavement markings 11 and markers. 12 b. If the roadway is being damaged during the marker removal, Work shall be 13 halted until consultation with the City. 14 c. Removals shall be done in such a matter that color and texture contrast ofthe 15 pavement surface will be held to a minimum. 16 d. Repair damage to asphaltic surfaces, such as spalling, shelling, etc., greater than 17 1/4 inch in depth resulting from the removal of pavement markings and markers. 18 Driveway patch asphalt emulsion may be broom applied to reseal damage to 19 asphaltic surfaces. 20 e. Dispose of markers in accordance with federal, state, and local regulations. 21 £ Use any of the following methods unless otherwise shown on the Drawings. 22 1) Surface Treatment Method 23 a) Apply surface treatment at rates shown on the Drawings or as directed. 24 Place a surface treatment a minimum of 2 feet wide to cover the existing 25 marking. 26 b) Place a surface treatment, thin overlay, or microsurfacing a minimum 27 of 1 lane in width in areas where directional changes of traffic are 28 involved or in other areas as directed by the City. 29 2) Burn Method 30 a) Use an approved burning method. 31 b) For thermoplastic pavement markings or prefabricated pavement 32 markings, heat may be applied to remove the bulk of the marking material 33 prior to blast cleaning. 34 c) When using heat, avoid spalling pavement surfaces. 35 d) Sweeping or light blast cleaning may be used to remove minor residue. 36 3) Blasting Method 37 a) Use a blasting method such as water blasting, abrasive blasting, water 38 abrasive blasting, shot blasting, slurry blasting, water -injected abrasive 39 blasting, or brush blasting as approved. 40 b) Remove pavement markings on concrete surfaces by a blasting method 41 only. 42 4) Mechanical Method 43 a) Use any mechanical method exceptgrinding. 44 b) Flail milling is acceptable in the removal of markings on asphalt and 45 concrete surfaces. 46 2. If a location is to be paved over, no additional compensation will be allowed for 47 marking or marker removal. CITY OF FORT WORTH Camp Bowie West Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104820 Revised June 10, 2022 32 17 23 - 11 PAVEMENT MARKINGS Page 11 of 11 1 3.5 REPAIR / RESTORATION [NOT USED] 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL 4 A.All lines must have clean edges, square ends, and be uniform cross-section. 5 B.The density and quality of markings shall be uniform throughout their thickness. 6 C.The applied markings shall have no more than 5 percent, by area, of holes or voids and 7 shall be free of blisters. 8 3.8 SYSTEM STARTUP [NOT USED] 9 3.9 ADJUSTING [NOT USED] 10 3.10 CLEANING 11 A.Contractor shall clean up and remove all loose material resulting from construction 12 operations. 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 19 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S. Arnold Removed paint type marking, updated references, added sealer language 6/10/22 M Owen 1.1 A and 1.2 A — Revised to address preformed "contrast" pavement markings CITY OF FORT WORTH Camp Bowie West Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104820 Revised June 10, 2022 329119-1 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Pagel of3 1 SECTION 32 91 19 2 TOPSOIL PLACEMENT AND FINISHING OF ROADWAY RIGHT-OF-WAYS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 1. Section Includes: 6 1. Furnish and place topsoil to a minimum of 3-inch depth unless otherwise shown on 7 the Drawings within the Roadway Right -of ways (Roadway ROW includes 8 medians and parkways between the curb and property line. 9 2. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 3. Related Specification Sections include but are not necessarily limited to 12 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 13 2. Division 1 - General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 1. Measurement andPayment 16 1. Measurement 17 a. Measurement for this Item shall be by cubic yard of Topsoil inplace. 18 2. Payment 19 a. The work performed and materials furnished in accordance with this Item and 20 measured as provided under "Measurement" will be paid for at the unit price 21 bid per cubic yard of in place/tamped Topsoil. 22 b. All excavation required by this Item in cut sections shall be measured in 23 accordance with provisions for the various excavation items involved with the 24 provision that excavation will be measured and paid for once, regardless of the 25 manipulations involved. 26 3. The price bid shall include: 27 a. Furnishing Topsoil 28 b. Loading 29 c. Hauling 30 d. Placing 31 1.3 REFERENCES [NOT USED] 32 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 33 1.5 ACTION SUBMITTALS [NOT USED] 34 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 35 1.7 CLOSEOUT SUBMITTALS [NOT USED] 36 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 37 1.9 QUALITY ASSURANCE [NOT USED] 38 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 39 1.11 FIELD [SITE] CONDITIONS [NOT USED] CITY OF FORT WORT H Camp Bowie West Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104820 Revised March 11, 2022 3291 19 - 2 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 2 of 3 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS 3 2.1 OWNER FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 4 2.2 MATERIALS 5 1. Topsoil 6 1. Use easily cultivated, fertile topsoilthat: 7 a. Is free from objectionable material including subsoil, weeds, clay lumps, non- 8 soil materials, roots, stumps or stones larger than 1.0 inches 9 b. Has a high resistance to erosion 10 c. Is able to support plant growth 11 2. Secure topsoil from approved sources. 12 3. Topsoil is subject to testing by the City. Contractor shall have soil delivery tickets 13 available upon request. 14 4. pH: 5.5 to 8.5. 15 5. Liquid Limit: 50 or less 16 6. Plasticity Index: 20 or less 17 7. Gradation: maximum of 10 percent passing No. 200 sieve 18 2. Water: Clean and free of industrial wastes and other substances harmful to the growth 19 of vegetation 20 2.3 ACCESSORIES [NOT USED] 21 2.4 SOURCE QUALITY CONTROL [NOT USED] 22 PART 3 - EXECUTION 23 3.1 INSTALLERS [NOT USED] 24 3.2 PREPARATION [NOT USED] 25 3.4 INSTALLATION 26 1. Finishing of Roadway Right -of -Ways 27 1. Smoothly shape right-of-ways, shoulders, slopes, and ditches. 28 2. Cut right-of-ways to finish grade prior to the placing of any improvements in or 29 adjacent to the roadway. 30 3. In the event that unsuitable material for right-of-ways is encountered, extend the 31 depth of excavation in the right-of-ways to 6 inches and backfill with minimum of 3 32 inches of topsoil. 33 4. Make standard right-of-ways grade perpendicular to and draining to the curb line. 34 a. Minimum: 1/4 inch per foot 35 b. Maximum: 4:1 36 c. City may approve variations from these requirements in special cases. 37 5. Whenever the adjacent property is lower than the design curb grade and runoff 38 drains away from the street, the right-of-ways grade must be set level with the top 39 of the curb. CITY OF FORT WORT H Camp Bowie West Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104820 Revised March 11, 2022 1 2 3 4 5 6 7 8 9 10 12 13 14 15 16 17 18 19 20 21 22 23 24 25 3291 19 - 3 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 3 of 6. The design grade from the right-of-ways extends to the back of the walk line. 7. From that point (behind the walk), the grade may slope up or down at maximum slope of 4:1. 2. Placing of Topsoil 1. Spread the topsoil to a uniform loose cover at the thickness specified. 2. Place and shape the topsoil as directed. a. Hand tamp or roll topsoil surface (with hand tamper or landscaping roller or other accepted method) and finish a minimum of 5 feet from all flatwork. b. Ensure topsoil is free from objectionable material including subsoil, weeds, clay lumps, non -soil materials, roots, stumps or stones larger than 1.0 inches c. No additional topsoil should be added within the critical root zone of trees. Tamp the topsoil with a light roller or other suitable equipment. 3.5 REPAIR/RESTORATION] [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARYOF CHANGE 3/11/2022 M Owen Revised title of specification and provided clarifications in Sections 1.1 Summary, 2.2 Materials, 3.4 Installation CITY OF FORT WORT H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 Camp Bowie West Boulevard CPN 104820 329119-1 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Pagel of3 1 SECTION 32 91 19 2 TOPSOIL PLACEMENT AND FINISHING OF ROADWAY RIGHT-OF-WAYS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 1. Section Includes: 6 1. Furnish and place topsoil to a minimum of 3-inch depth unless otherwise shown on 7 the Drawings within the Roadway Right -of ways (Roadway ROW includes 8 medians and parkways between the curb and property line. 9 2. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 3. Related Specification Sections include but are not necessarily limited to 12 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 13 2. Division 1 - General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 1. Measurement andPayment 16 1. Measurement 17 a. Measurement for this Item shall be by cubic yard of Topsoil inplace. 18 2. Payment 19 a. The work performed and materials furnished in accordance with this Item and 20 measured as provided under "Measurement" will be paid for at the unit price 21 bid per cubic yard of in place/tamped Topsoil. 22 b. All excavation required by this Item in cut sections shall be measured in 23 accordance with provisions for the various excavation items involved with the 24 provision that excavation will be measured and paid for once, regardless of the 25 manipulations involved. 26 3. The price bid shall include: 27 a. Furnishing Topsoil 28 b. Loading 29 c. Hauling 30 d. Placing 31 1.3 REFERENCES [NOT USED] 32 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 33 1.5 ACTION SUBMITTALS [NOT USED] 34 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 35 1.7 CLOSEOUT SUBMITTALS [NOT USED] 36 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 37 1.9 QUALITY ASSURANCE [NOT USED] 38 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 39 1.11 FIELD [SITE] CONDITIONS [NOT USED] CITY OF FORT WORT H Camp Bowie West Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN104820 Revised March 11, 2022 3291 19 - 2 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 2 of 3 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS 3 2.1 OWNER FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 4 2.2 MATERIALS 5 1. Topsoil 6 1. Use easily cultivated, fertile topsoilthat: 7 a. Is free from objectionable material including subsoil, weeds, clay lumps, non- 8 soil materials, roots, stumps or stones larger than 1.0 inches 9 b. Has a high resistance to erosion 10 c. Is able to support plant growth 11 2. Secure topsoil from approved sources. 12 3. Topsoil is subject to testing by the City. Contractor shall have soil delivery tickets 13 available upon request. 14 4. pH: 5.5 to 8.5. 15 5. Liquid Limit: 50 or less 16 6. Plasticity Index: 20 or less 17 7. Gradation: maximum of 10 percent passing No. 200 sieve 18 2. Water: Clean and free of industrial wastes and other substances harmful to the growth 19 of vegetation 20 2.3 ACCESSORIES [NOT USED] 21 2.4 SOURCE QUALITY CONTROL [NOT USED] 22 PART 3 - EXECUTION 23 3.1 INSTALLERS [NOT USED] 24 3.2 PREPARATION [NOT USED] 25 3.4 INSTALLATION 26 1. Finishing of Roadway Right -of -Ways 27 1. Smoothly shape right-of-ways, shoulders, slopes, and ditches. 28 2. Cut right-of-ways to finish grade prior to the placing of any improvements in or 29 adjacent to the roadway. 30 3. In the event that unsuitable material for right-of-ways is encountered, extend the 31 depth of excavation in the right-of-ways to 6 inches and backfill with minimum of 3 32 inches of topsoil. 33 4. Make standard right-of-ways grade perpendicular to and draining to the curb line. 34 a. Minimum: 1/4 inch per foot 35 b. Maximum: 4:1 36 c. City may approve variations from these requirements in special cases. 37 5. Whenever the adjacent property is lower than the design curb grade and runoff 38 drains away from the street, the right-of-ways grade must be set level with the top 39 of the curb. CITY OF FORT WORT H Camp Bowie West Boulevard STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN104820 Revised March 11, 2022 1 2 3 4 5 6 7 8 9 10 12 13 14 15 16 17 18 19 20 21 22 23 24 25 3291 19 - 3 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 3 of 6. The design grade from the right-of-ways extends to the back of the walk line. 7. From that point (behind the walk), the grade may slope up or down at maximum slope of 4:1. 2. Placing of Topsoil 1. Spread the topsoil to a uniform loose cover at the thickness specified. 2. Place and shape the topsoil as directed. a. Hand tamp or roll topsoil surface (with hand tamper or landscaping roller or other accepted method) and finish a minimum of 5 feet from all flatwork. b. Ensure topsoil is free from objectionable material including subsoil, weeds, clay lumps, non -soil materials, roots, stumps or stones larger than 1.0 inches c. No additional topsoil should be added within the critical root zone of trees. Tamp the topsoil with a light roller or other suitable equipment. 3.5 REPAIR/RESTORATION] [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARYOF CHANGE 3/11/2022 M Owen Revised title of specification and provided clarifications in Sections 1.1 Summary, 2.2 Materials, 3.4 Installation CITY OF FORT WORT H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 Camp Bowie West Boulevard CPN104820 1 2 3 4 PART 1 - GENERAL 5 1.1 SUMMARY SECTION 32 92 13 SODDING 329213-1 SODDING Pagel of7 6 A. Section Includes: 7 1. Furnishing and installing grass sod as shown on Drawings, or as directed. 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 31 10 00 — Site Clearing 14 4. Section 32 91 19 — Topsoil Placement and Finishing of Parkways 15 5. Section 32 84 23 - Irrigation 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Sod Placement 19 a. Measurement 20 1) Measurement for this Item shall be by the square yard of Sod complete in 21 place for uniform vegetative coverage. 22 b. Payment 23 1) The work performed and materials furnished in accordance with this Item 24 and measured as provided under "Measurement" will be paid for at the unit 25 price bid per square yard of Sod placed. 26 c. The price bid shall include: 27 1) Surface preparation, scarifying subgrade,cleaning, and fine grading as 28 described in section 3.3 Preparation 29 2) Furnishing and placing all sod (until established complete in place with no 30 gaps or overlaps) 31 3) Rolling and tamping 32 4) Watering (until established) 33 5) Fertilizer, if required by City to be determined by soil test 34 6) Disposal of surplus materials off site or as directed by City 35 7) Weed removal (until established) 36 8) Mowing of two cycles, beginning at thirty (30) days from installation or 37 when blade height is 4" or greater, whichever comes first 38 9) Mowing cycles shall be spaced a minimum of ten (10) days apart (until 39 established) 40 d. Exceptions to c. include the following for areas to be turned over to adjacent 41 properties for maintenance: CITY OF FORT WORT H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised May 13, 2021 CPN 104280 329213-2 SODDING Page 2 of 7 1 1) Sod shall be watered until turned over to adjacent property owner for 2 maintenance 3 2) Fertilization will not be required 4 3) Mowing not required for projects in areas where maintenance will be 5 immediately turned over to adjacent property owners 6 2. Mowing 7 a. Measurement 8 1) Measurement for this Item shall be per each for the project, beyond the two 9 (2) mow cycles included in sodding price, as approved and directed by the 10 City 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 bid per each. 15 1.3 REFERENCES [NOT USED] 16 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 17 1.5 ACTION SUBMITTALS [NOT USED] 18 1.6 INFORMATIONAL SUBMITTALS 19 A. Certifications, Samples and Documentation 20 1. Certificates and/or labels and samples of sod, fertilizer, compost, soil amendments 21 and/or other materials, including a certificate from the vendor indicating sod is free 22 from weeds. 23 2. Delivery receipts and copies of invoices for materials used for this work shall be 24 subject to verification by the City 25 B. Exceptions 26 1. Certifications, samples and associated documentation will not be required for sodto 27 be turned over to adjacent property owner formaintenance 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE 31 A. Developer/contractor who plants material is responsible for the supervision of crew, the 32 site, and the maintenance of the material until the project is accepted by the City 33 1.10 DELIVERY, STORAGE, AND HANDLING 34 A. Sod 35 1. Protect fromexposure to wind, sun and freezing. 36 2. Keep stacked sod moist, consistently throughout stack. 37 3. Sod upon delivery may be inspected by City 38 4. Harvesting and planting operations shall be coordinated with not more than seventy- 39 two (72) hours elapsing between harvesting and placement, rolling, tamping, and 40 watering of sod. 41 B. Fertilizer, as determined by soil testing report provided to Contractor, if specifically 42 required by City for the project. CITY OF FORT WORT H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised May 13, 2021 CPN 104280 329213-3 SODDING Page 3 of 1 1. Provide unopened bags labeled with the manufacturer's guaranteed fertilizer 2 analysis. 3 2. Conform to Texas fertilizer law, Texas Agriculture Code Chapter 63. 4 3. Provide to City application rate for which fertilizer will be applied. 5 1.11 FIELD [SITE] CONDITIONS 6 A. Grading of site and installation of topsoil must be approved by City prior to application 7 of sod. 8 1.12 WARRANTY 9 A. Warranty Period: Until project acceptance or through required maintenance period, 10 whichever is longer duration of time. 11 B. Warrant sod against defects in product, installation and workmanship. 12 1. Exceptions include 13 a. When maintenance is transferred to the adjacent property owner during the 14 project or after project acceptance 15 b. Vandalism caused by persons other than contractor or subcontractors of this 16 project 17 c. Improper watering by persons other than contractor or subcontractors of this 18 project 19 d. Damage caused by vehicles or equipment other than contractor or 20 subcontractors of this project. 21 e. Sod that goes dormant after job acceptance 22 PART 2 - PRODUCTS 23 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 24 2.2 MATERIALS AND EQUIPMENT 25 A. Materials 26 1. Sod 27 a. Sod Varieties (match existing ifapplicable) 28 1) "Cynodon dactylon TIF419" or "TIFWAY" or "TIFTUF" (Bermudagrass 29 hybrid) 30 2) or an approved St. Augustine grass 31 3) or an approved Zoysia grass 32 b. Sod must contain stolons, leaf blades, rhizomes and roots as appropriate to 33 species. 34 c. Sod shall be alive, healthy and free of insects, disease, stones, undesirable 35 foreign materials and weeds and grasses deleterious to its growth or which might 36 affect its subsistence or hardiness when transplanted. 37 1) Johnsongrass not allowed 38 2) Nutgrass not allowed 39 3) Millet not allowed 40 d. Sod shall have been produced on growing beds of clay or clay loam topsoil. 41 e. Sod must not be harvested or planted when its moisture condition is so 42 excessively wet or dry that its survival will be affected. 43 2. Minimum sod thickness: 1/2-inch minimum CITY OF FORT WORT H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised May 13, 2021 CPN 104280 329213-4 SODDING Page 4 of 7 1 a. Maximum grass height: 2-inches 2 b. Dimensions 3 1) Machine cut to uniform soilthickness. 4 2) Sod is to be cut in strips 16-inches wide and 24-inches long or approved 5 equal. 6 3) Sod shall be of equal width and of a size that permits the sod to be lifted, 7 handled and rolled without breaking. 8 c. Broken or torn sod or sod with uneven ends shall be rejected. 9 d. Temporary Erosion Control or Over Seed of dormant sod— consist of the sowing 10 of cool season plant seed. Seed must be included between November 1 through 11 March 1 or as directed by the City. 12 13 Common Name Botanical Name Lbs./Acre Lbs./Acre broadcast drilled seed method method Elbon Rye Secale cereale 100-120 80-100 14 3. Fertilizer to be installed only as directed by City or as indicated in construction 15 documents 16 a. Determined by soil testing report 17 b. Acceptable condition for distribution per manufacturer's instructions 18 c. Applied uniformly over sod area. Do not fertilize inside the dripline of trees, or 19 Tree Protection Area. 20 4. Topsoil: See Section 32 9119. 21 5. Water: clean and free of industrial wastes or other substances harmfulto the 22 germination of seed or to the growth of the vegetation. 23 2.3 ACCESSORIES 24 A. SOD PINS 25 1. Metal 26 2. Wood pegs 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION 31 A. City may examine site grading to ensure it conforms to approved drawings, prior to 32 installing sod. 33 1. City will notify Contractor if grading is to be inspected prior to sod installation. 34 2. If required for specific project, Contractor must coordinate inspection seventy-two 35 (72) hours prior to cutting of sod and delivery 36 B. Sod may be inspected by City upon delivery. 37 3.3 PREPARATION 38 A. Surface Preparation: clear surface of all material including the following and dispose of 39 off -site or as directed by City: CITY OF FORT WORT H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised May 13, 2021 CPN 104280 329213-5 SODDING Page 5 of 1 1. Stumps, stones, and other objects larger than 1-inch. 2 2. Roots, brush, wire, stakes, etc. 3 3. Any objects that may interfere with sodding ormaintenance. 4 B. Scarify Subgrade 5 1. Scarify subgrade to a depth of 2-inches before depositing the required topsoil. 6 2. Compacted or heavily vegetated areas may be tilled 3-inches deep with City approval 7 a. For tilled areas, use a heavy-duty disc or a chisel -type breaking plow, chisels 8 set not more than 10-inches apart. 9 b. Initial tillage shall be done in a crossing pattern for double coverage, then 10 followed by a disc harrow. Depth of tillage may be up to 3-inches. 11 c. Areas sloped greater than 3: 1: run a tractor parallel to slope to provide less 12 seed/water run-off 13 3. Areas near trees: Do not till within dripline of tree. Do not disturb the Tree Protection 14 Area, or canopydripline. 15 C. Cleaning 16 1. Soil shall be further prepared by the removal of debris, building materials, rubbish, 17 and rock 1-inch and greater, and weeds. 18 2. Remove and dispose of debris off -site. 19 D. Fine Grading: 20 1. After scarifying or tilling and cleaning, all areas to be sodded shall have 3-inches of 21 topsoil placed, be leveled, fine graded by use of weighted spike and harrow, or float 22 drag, or hand grading to eliminate ruts, depressions, humps, and objectionable soil 23 clods. This shall be the final soil preparation step to be completed priorto 24 inspection before sodding. 25 2. Areas near trees: Do not disturb the Tree Protection Area, or canopy dripline 26 3.4 INSTALLATION 27 A. General 28 1. Do not lay sod when ground is frozen. 29 2. Over -seeding with Elbon Rye shall be included from November 1 until March 1. 30 Refer to Section 32 92 14 "Seeding" for seedrates. 31 B.Installation 32 1. Plant sod specified after the area has been inspected and accepted by Cityfor 33 planting 34 2. Scarify 2-inches of subgrade and place a minimum of 3-inches of topsoil per Section 35 32 91 19 on areas to receive sod. 36 3. Sod to be laid parallel to the contours in areas as specified. Sod to be laid 37 perpendicular to slopes greater than or equal to4:1. 38 4. Use care to retain native soil on the roots of the sod during the process of excavating, 39 hauling and planting. 40 5. Keep sod material moist from the time it is dug until planted. Dry sod shallbe 41 rejected. 42 6. Fill in slumped areas due to watering to keep sod moist. CITY OF FORT WORT H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised May 13, 2021 CPN 104280 329213-6 SODDING Page 6 of 1 7. Place sod so that the entire area designated for sodding is covered with no gaps or 2 overlapping material 3 8. Fill voids left in the solid sodding with additional sod and tamp. 4 9. Stagger joints and seams. 5 10. Roll and tamp sod so that sod is in complete contact with topsoil at a uniform slope. 6 a. Use pedestrian mechanical process (no motorized vehicles / equipment). 7 b. Low spots, or settlement greater than 1-inch, that may cause tripping hazard 8 shall be leveled 9 c. Finished grade of sod shall be maximum 1-inch below adjacent edges including 10 curbs, drives, and walkways. 11 11. Peg sod with wooden pegs (or wire staple) driven through the sod block to the firm 12 earth in areas that may slide due to the height or slope of the surface or nature of the 13 soil. 14 C. Watering and Finishing 15 1. Water sod to a minimum depth of 4-inches immediately after placed and tamped and 16 rolled. 17 2. Generally, as recommended by the vendor 18 3. Water source shall be clean and free of industrial waste or other substances harmful 19 to the germination of the seed or growth of the vegetation. 20 4. Water until 100 percent green and established as defined in 3.13. Dormant sod must 21 be over -seeded as directed in 2.2 A.2.d. 22 3.5 REPAIR/RESTORATION [NOT USED] 23 3.6 RE -INSTALLATION [NOT USED] 24 3.7 FIELD QUALITY CONTROL [NOT USED] 25 3.8 SYSTEM STARTUP [NOT USED] 26 3.9 ADJUSTING [NOT USED] 27 3.10 CLEANING [NOT USED] 28 3.11 CLOSEOUT ACTIVITIES 29 3.12 PROTECTION [NOT USED] 31 A. Sodding 32 1. Water and mow sod until completion and final acceptance of the Project or as 33 directed by the City. 34 2. Trim and maintain along edges including curbs, drives, and walkways with 35 maximum 1-inch surface elevation change. 36 3. Sod shall be rooted to scarified soil with continuous surface coverage with no gaps or 37 overlapping edges. 38 4. Includes protection, replanting, and maintaining grades with no settlement over 1- 39 inch, and immediate repair of erosion damage until the project receives final 40 acceptance. 41 5. Sod shall not be considered finally accepted until the sod has started to peg down 42 (roots growing into the soil) and is free from dead blocks of sod. CITY OF FORT WORT H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised May 13, 2021 CPN 104280 329213-7 SODDING Page 7 of 1 B. Acceptance 2 1. Sod shall be accepted once fully established. 3 a. Sodded area must have 100 percent ground coverage and a blade height of3- 4 inches with 2 mow cycles, minimum ten (10) days apart, performed by the 5 Contractor prior to consideration of acceptance by the City. 6 b. Grass shall be actively growing and free of disease and pests. 7 c. Ground surface to be smooth and free of foreign material and rock or clods 1- 8 inch diameter and greater. 9 C. Replanting 10 1. Replant areas with dead blocks of sod (50 percent of individual block or greater). 11 D. Rejection 12 1. City may reject sod area based on the following items prior to final acceptance: 13 a. Weed populations 14 b. Poor installation including but not limited to gaps and/or overlapping sod 15 c. Disease and/orpests 16 d. Insufficient or over watering 17 e. Poor or improper maintenance 18 f. Soil settlement in excess of 1-inch. 19 3.14 ATTACHMENTS [NOT USED] 20 END OF SECTION 21 Revision Log DATE NAME SUMMARY OF CHANGE 22 Removed information and details regarding seed, native grasses and wildflowers. These items are addressed in new specification 32 92 14 and Parks specification for native grasses/wildflowers. Items pertaining to fertilizer throughout document updated to include soil testing. Remove and replace " block sod" with " sod" May 13, 2021 M Owen throughout document. Updated 1.2 payment measurement. 3.3 Preparation updated to reflect current industry tree care standards for root zone disturbance. 3.4 Installation added descriptions to clarify acceptable installation. 3.13 Maintenance added descriptions to clarify acceptance and rejection of sodded areas including growth, mow cycle and watering. Inserted exceptions associatedwith sod to be turned over to adjacent property owner. CITY OF FORT WORT H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised May 13, 2021 CPN 104280 SECTION 32 93 43 TREES AND SHRUBS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 329343-1 TREES AND SHRUBS Page 1 of 8 1. Tree and shrub planting and maintenance within street right-of-way and easements. 2. Tree removal and transplant is to be performed in accordance with Section 31 10 00 B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 3. Section 31 10 00 — Site Clearing 4. Section 32 92 13 - Hydromulching, Seeding and Sodding 5. Section 32 91 19 - Topsoil Placement and Finishing of Parkways 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Plant Tree a. Measurement 1) Measurement for this Item shall be per each by caliper inch. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each tree to be Planted by caliper inch. c. The price bid shall include: 1) Furnishing and installing trees 2) Hauling 3) Grading and backfilling 4) Excavation 5) Fertilization 6) Water 7) Removing and disposing of surplus material 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. American National Standards Institute (ANSI): a. ANSI Z60.1, American Standard for Nursery Stock 3. Hortus Third, The Staff of the L.H. Bailey Hortorium. 1976. MacMillan Publishing Co., New York. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 Revised December 20, 2012 CPN 104280 32 93 43 - 2 TREES AND SHRUBS Page 2 of 8 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS A. Tree data: Submit certification from supplier that each type of tree conforms to specification requirements. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Coordination 1. Coordinate with City Forester prior to beginning construction activities adjacent to or that will impact existing trees and shrubs. B. Qualifications 1. Landscaper specialized in landscape and planting work C. Substitutions 1. Not permitted unless approved by City when specified planting material is not obtainable a. Submit proof of non -availability together with proposal for use of equivalent material. b. Substitutions of larger size or better grade than specified will be allowed upon approval by City Forester, but with no increase in unit price. 1.10 DELIVERY, STORAGE, AND HANDLING A. Do not remove container grown stock from containers before time of planting. B. Delivery and Acceptance Requirements 1. Ship trees with Certificates of Inspection as required by governing authorities. 2. Label each tree and shrub with securely attached waterproof tag bearing legible designation of botanical and common name. 3. Use protective covering during delivery. 4. Deliver packaged materials in fully labeled original containers showing weight, analysis and name of manufacturer. C. Storage and Handling Requirements 1. Protect materials from deterioration during delivery, and while stored at Site. 2. Do not prune prior to installation. 3. Do not bend or bind -tie trees or shrubs in such manner as to damage bark, break branches, or destroy natural shape. 1.11 FIELD CONDITIONS [NOT USED] 19VA& ''/_IS:7_\►Y"1 A. Warranty Period: 12 months after job acceptance B. Warrant trees against defects including: 1. Death CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 Revised December 20, 2012 CPN 104280 32 93 43 -3 TREES AND SHRUBS Page 3 of 8 2. Unsatisfactory growth 3. Loss of shape due to improper pruning, maintenance, or weather conditions C. Plumb leaning trees during warranty period. D. Remove and replace trees found to be dead during warranty period. E. Remove and replace trees which are in doubtful condition at end of warranty period, or when approved by City, extend warranty period for trees for full growing season. PART2- PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS 1. General a. Plants shall be true to species and variety specified, grown under climatic conditions similar to those in the locality of the project for at least 2 years and have been freshly dug during the most recent favorable harvest season. b. All plant names and descriptions are as defined in Hortus Third. c. All plants are to be grown and harvested in accordance with the American Standard for Nursery Stock. d. Unless approved by the City Forester, plants shall have been grown in a latitude not more than 200 miles north or south of the latitude of the project unless the provenance of the plant can be documented to be compatible with the latitude and cold hardiness zone of the planting location. 2. Trees a. Provide container grown trees which are straight and symmetrical and have persistently preferred main leader. b. Mark the tree's north orientation in the nursery for all deciduous trees grownin the field with a 1-inch diameter spot of white paint on the tree trunk within the bottom twelve inches of the trunk. c. Crown shall be in good overall proportion to entire height of tree with branching configuration as recommended by ANSI Z60.1 for type and species specified. d. Trees designated as balled and burlapped (B&B) shall be properly dug with firm, natural balls of soil retaining as many fibrous roots as possible, in sizes and shapes as specified in the American Standard for Nursery Stock. Balls shall be firmly wrapped with nonsynthetic, rottable burlap and secured with nails and heavy, nonsynthetic, rottable twine. The root collar shall be apparent at surface of ball. Trees with loose, broken, processed, or manufactured root balls will not be accepted, except with special written approval before planting. e. Where clump is specified, furnish plant having minimum of three stems originating from common base at ground line. £ Measure trees by average caliper of trunk as follows: 1) For trunks up to 4 inches or less in diameter, measure caliper 6 inches above top of root ball. 2) For trunks more than 4 inches, measure caliper 12 inches above top of root ball. 3) Caliper measurements a) By diameter tape measure CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 Revised December 20, 2012 CPN 104280 32 93 43 - 4 TREES AND SHRUBS Page 4 of 8 b) Indicated calipers on Drawings are minimum c) Averaging of plant caliber: not permitted g. Trees shall conform to following requirements: 1) Healthy 2) Vigorous stock 3) Grown in recognized nursery 4) Free of - a) Disease b) Insects c) Eggs d) Larvae e) Defects such as: (1) Knots (2) Sun -scald (3) Injuries (4) Abrasions (5) Disfigurement (6) Borers and infestations 3. Soil Products a. Topsoil: See 32 91 19. b. Peat moss, mulch and fertilizer: Use material recommended by City Forester for establishment of healthy stock after replanting. 4. Stakes and Guys a. Provide minimum 8-foot long steel T-stakes and 1 inch wide plastic tree chains. b. Where applicable for anchoring trees, use wood deadmen: 1) Minimum: 2-inch by 4-inch stock 2) Minimum: 36 inches long and buried 3 feet. 3) Provide white surveyor's plastic tape for flagging tree guys. 5. Tree Wrap, Twine and Seal a. Wrap 1) First quality 2) Bituminous impregnated tape 3) Corrugated or crepe paper, specifically manufactured for tree wrapping and having qualities to resist insect infestation b. Twine 1) Lightly tarred, medium -coarse sisal (lath) yarn 2) Do not use nails or staples to fasten wrapping c. Seal: Commercially available tree wound dressing specifically produced foruse in sealing tree cuts and wounds 6. Water: clean and free of industrial wastes or other substances harmful to the growth of the tree 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Notify City, prior to installation, of location where trees that have been selectedfor planting may be inspected. B. Plant material will be inspected for compliance with following requirements. 1. Genus, species, variety, size and quality CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 Revised December 20, 2012 CPN 104280 32 93 43 - 5 TREES AND SHRUBS Page 5 of 8 2. Size and condition of balls and root systems, insects, injuries and latent defects PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. General 1. Schedule work so that planting can proceed rapidly as portions of site become available. 2. Plant trees after final grades are established and prior to seeding or sodding. 3. When planting of trees occurs after seeding work, protect seeded areas and promptly repair damage to seeded areas resulting from tree planting operations in compliance with requirements of Section 32 92 13. 4. Layout individual trees at locations shown on Drawings. 5. In case of conflicts, notify City before proceeding with work. 6. Stake trees for City approval. B. Preparation of Planting Soil 1. Before mixing, clean topsoil of roots, plants, sod, stones, clay lumps, and other extraneous materials harmful or toxic to plant growth. 2. Strip and utilize 4 inch layer of top soil from existing ground. 3. Delay mixing of fertilizer when planting will not follow placing of planting soil within 48 hours. 4. Incorporate amendments into soil as part of soil preparation process prior to fine grading, fertilizing, and planting. 5. Broadcast or spread amendments evenly at specified rate over planting area. 6. Thoroughly incorporate amendments into top 3 or 4 inches of soil until amendments are pulverized and have become homogeneous layer of topsoil ready for planting. 3.4 INSTALLATION A. Planting 1. Excavate pits, beds, or trenches with vertical sides and with bottom of excavation raised minimum of 6 inches at center for proper drainage. 2. Provide following minimum widths: a. 15 gallon containers or larger, 2 feet wider than diameter of root ball b. 1 and 5 gallon containers, 6 inches wider than diameter of root ball 3. When conditions detrimental to plant growth are encountered, such as unsatisfactory soil, obstructions, or adverse drainage conditions, notify City before planting. 4. Deliver trees after preparations for planting have been completed and plant immediately. 5. When planting is delayed more than 6 hours after delivery a. Set trees and shrubs in shade. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 Revised December 20, 2012 CPN 104280 32 93 43 - 6 TREES AND SHRUBS Page 6 of 8 b. Protect from weather and mechanical damage. c. Keep roots moist by covering with mulch, burlap, or other acceptable means of retaining moisture, and water as needed. 6. Lift plants only from the bottom of the root balls or with belts or lifting harnesses of sufficient width not to damage the root balls. Do not lift trees by their trunk as a lever in positioning or moving the tree in the planting area. 7. Remove plastic, paper, or fibrous pots from the containerized plant material. Pull roots out of the root mat, and cut circling roots with a sharp knife. Loosen the potting medium and shake away from the root mat. Immediately after removing the container, install the plant such that the roots do not dry out. Pack planting mix around the exposed roots while planting. 8. Cut ropes or strings from the top of root balls and trees after plant has been set. Remove burlap or cloth wrapping and any wire baskets from around top half of balls. Do not turn under and bury portions of burlap at top of ball. Set balled and burlapped trees in the hole with the north marker facing north. 9. Set root ball on undisturbed soil in center of pit or trench and plumb plant. 10. Place plants at level that, after settlement, natural relationship of plant crown with ground surface will be established. 11. When set, place additional backfill around base and sides of ball, and work each layer to settle backfill and eliminate voids and air pockets. 12. When excavation is approximately 2/3 full, water thoroughly before placing remainder of backfill. 13. Repeat watering until no more water is absorbed. 14. Dish top of backfill to allow for mulching. 15. Mulch pits, trenches and planted areas. a. All trees, shrubs and other plantings will be mulched with mulch previously approved by the City Forester. The mulch on trees and shrubs shall be to the depths shown on the drawing. Mulch must not be placed within 3 inches of the trunks of trees and shrubs. 16. Provide 2 to 4 inch thickness of mulch, work into top of backfill, and finish level with adjacent finish grades. 17. Cover entire root ball. 18. Prune a. Plants shall not be heavily pruned at the time of planting. Pruning is required at planting to correct defects in the tree structure, including removal of injured branches, double leaders, watersprouts, suckers, and interfering branches. Healthy lower branches and interior small twigs should not be removed except as necessary to clear walks and roads. In no case should more than 1/4 of the branching structure be removed. Retain the normal shape of the plant. b. All pruning shall be completed using clean sharp tools. All cuts shall be clean and smooth, with the bark intact with no rough edges or tears. c. Except in circumstances dictated by the needs of specific pruning practices, tree paint shall not be used. The use of tree paint shall be only upon approval of the City Forester. Tree paint, when required, shall be paint specifically formulated and manufactured for horticultural use. 19. Prune trees to retain required height and spread. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 Revised December 20, 2012 CPN 104280 32 93 43 - 7 TREES AND SHRUBS Page 7 of 8 20. Do not cut tree leaders, and remove only injured and dead branches from flowering trees. 21. Remove and replace excessively pruned or misformed stock resulting from improper pruning. 22. Inspect tree trunks for injury, improper pruning and insect infestation and take corrective measures. 23. Guy and stake trees immediately after planting. B. Moving Existing Trees 1. Coordinate tree moving and replanting with City Forester during dormant growth season. 2. Provide tree spade of adequate size as directed by City Forester. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. City may reject unsatisfactory or defective material at anytime during progress ofwork. B. Remove rejected trees immediately from site and replace with specified materials. C. Plant material not installed in accordance with these Specifications will be rejected. D. An inspection to determine final acceptance will be conducted by City at end of 12 month maintenance period. E. Warranty periods provided for in paragraph 1.12A. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. During planting work, keep pavements clean and work area in orderly condition. B. Dispose of excess soil and waste in approved location. C. Waste Material Disposal: On -site burning of combustible cleared materials shall not be permitted. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect planting work and materials from damage due to planting operations. B. Maintain protection during installation and maintenance period. C. Treat, repair, or replace damaged planting work. 3.13 MAINTENANCE A. Maintenance Period shall be 12 months after final acceptance. B. During the maintenance period if a work schedule and frequency are not shown on the Drawings, perform the minimum requirements shown below: 1. Water trees to full depth a minimum of once each week or as required to maintain healthy, vigorous growth. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 Revised December 20, 2012 CPN 104280 329343-8 TREES AND SHRUBS Page 8 of 8 2. Prune, cultivate, and weed as required for healthy growth. 3. Restore planting saucers. 4. Tighten and repair stake and guy supports, and reset trees and shrubs to proper grades or vertical position as required. 5. Restore or replace damaged wrappings. 6. Spray as required to keep trees and shrubs free of insects and disease. 7. Contractor shall replace any plant that does not survive. It shall be replaced as soon as it is determined no longer alive. Contractor is to maintain new plants as described above until growth is established and maintenance period expires unless waived by the City. 3.14 ATTACHMENTS [NOT USED] DATE NAME END OF SECTION Revision Log SUMMARY OF CHANGE 1. LA — Payment Items removed for tree removal and transplantation; these Items are to be performed in accordance with Section 31 10 00. 12/20/2012 D. Johnson 3.13.A — modified maintenance period to begin 12 months after final acceptance 3.13.13 — Modified maintenance period requirements CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 Revised December 20, 2012 CPN 104280 330440-1 CLEANING AND ACCEPTANCE TESTING OF WATERMAINS Page 1 of 8 SECTION 33 04 40 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS PART 1 - GENERAL 1.1 SUMMARY A. General Before any newly constructed potable water mains will be permitted to be placed into service in the Fort Worth Water Department's Water Distribution System, it shall be cleaned (purged) and tested, or cleaned, disinfected, and tested until the bacteria count within the water main meets the standards established by the Fort Worth Water Department and the requirements of Chapter 290 of the Texas Administrative Code (TAC) established by the Texas Commission on Environmental Quality (TCEQ). B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 0131 —Closed Circuit Television (CCTV) Inspection 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the water main being Cleaned and Tested. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to cleaning, disinfection, hydrostatic testing, and bacteriological testing and shall be subsidiary to the unit price bid per linear foot of water pipe complete in place, and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Water Works Association/American (AWWA): a. C301, Prestressed Concrete Pressure Pipe, Steel -Cylinder Type. b. C303, Concrete Pressure Pipe, Bar -Wrapped, Steel -Cylinder Type. c. C651, Disinfecting Water Mains. d. C655, Field De -Chlorination. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised February 6, 2013 CPN 104280 330440-2 CLEANING AND ACCEPTANCE TESTING OF WATERMAINS Page 2 of 8 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals For 24-inch and larger water mains, provide the following: 1. Cleaning Plan — Prior to the start of construction, submit a water main cleaning plan detailing the methods and schedule, including: a. A detailed description of cleaning procedures b. Pigging entry and exit ports c. Flushing procedures d. Plans and hydraulic calculations to demonstrate adequate flushing velocities e. Control of water f. Disposal 2. Disinfection Plan — prior to the start of construction submit a disinfection plan including: a. The method mixing and introducing chlorine b. Flushing c. De -chlorination d. Sampling 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2-PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES A. Pigs 1. Open cell polyurethane foam body 2. Densities between 2 pounds per cubic foot up to 8 pounds per cubic foot 3. May be wrapped with polyurethane spiral bands 4. Abrasives are not permitted, unless expressly approved by the City in writing for the particular application. 5. Must pass through a reduction up to 65 percent of the cross sectional area of the nominal pipe diameter CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised February 6, 2013 CPN 104280 330440-3 CLEANING AND ACCEPTANCE TESTING OF WATERMAINS Page 3 of 8 6. Pigs shall be able to traverse standard piping arrangements such as 90 degree bends, tees, crosses, wyes, and gate valves. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION/INSTALLATION/APPLICATION [NOT USED] 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. All water mains shall be cleaned prior to bacteriological testing. a. Pig all 36-inch and smaller water mains. b. Pig or manually sweep 42-inch and larger mains. c. Flushing is only permitted when specially designated in the Drawings, or if pigging is not practical and approved by the City. B. Pigging Method If the method of pigging is to be used, prepare the main for the installation and removal of a pig, including: a. Furnish all equipment, material and labor to satisfactorily expose cleaningwye, remove cleaning Wye covers, etc. b. Where expulsion of the pig is required through a dead -ended conduit: 1) Prevent backflow of purged water into the main after passage of the pig. 2) Install a mechanical joint to provide a riser out of the trench on 12-inch and smaller mains to prevent backwater re-entry into the main. 3) Additional excavation of the trench may be performed on mains over 12 inches, to prevent backwater re-entry into the main. 4) Flush any backflow water that inadvertently enters the main. c. Flush short dead-end pipe sections not swabbed by a pig. d. Once pigging is complete: 1) Pigging wyes shall remain in place unless otherwise specified in the Contract Documents. 2) Install cleaning wye, blind flanges or mechanical joint plugs. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised February 6, 2013 CPN 104280 330440-4 CLEANING AND ACCEPTANCE TESTING OF WATERMAINS Page 4 of 8 3) Plug and place blocking at other openings. 4) Backfill 5) Complete all appurtenant work necessary to secure the system and proceed with disinfection. C. Flushing Method Prepare the main by installing blow -offs at appropriate locations, of sufficient sizes and numbers, and with adequate flushing to achieve a minimum velocity in the main of 2.5 feet per second. a. Minimum blow -off sizes for various main sizes are as follows: 1) 4-inch through 8-inch main - 3/4-inch blow -off 2) 10-inch through 12-inch main —I -inch blow -off 3) 16-inch and greater main — 2-inch blow -off b. Flushing shall be subject to the following limitations: 1) Limit the volume of water for flushing to 3 times the volume of the water main. 2) Do not unlawfully discharge chlorinated water. 3) Do not damage private property. 4) Do not create a traffic hazard. c. Once Flushing is complete: 1) Corporations stops used for flushing shall be plugged. D. Daily main cleaning 1. Wipe joints and then inspect for proper installation. 2. Sweep each joint and keep clean during construction. 3. Install a temporary plug on all exposed mains at the end of each working day or an extended period of work stoppage. E. Hydrostatic Testing All water main that is to be under pressure, shall be hydrostatically tested to meet the following criteria: a. Furnish and install corporations for proper testing of the main. 1) Furnish adequate and satisfactory equipment and supplies necessary to make such hydrostatic tests. 2) The section of line to be tested shall be gradually filled with water, carefully expelling the air and the specified pressure applied. b. The City will furnish water required for the testing at its nearest Cityline. c. Expel air from the pipe before applying the required test pressure. d. Test Pressure 1) Test pressures should meet the following criteria: a) Not less than 1.25 (187 psi minimum) times the stated working pressure of the pipeline measured at the highest elevation along the test section. b) Not less than 1.5 (225 psi minimum) times the stated working pressure at the lowest elevation of the test section. e. Test Conditions 1) Must be at least 2 hour duration 2) Add water as necessary to sustain the required test pressure. 3) Test fire hydrants to the fire hydrant valve. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised February 6, 2013 CPN 104280 330440-5 CLEANING AND ACCEPTANCE TESTING OF WATERMAINS Page 5 of 8 a) Leave the isolation valve on the fire hydrant lead line open during the hydrostatic testing. 4) Test service lines to curb stop a) Leave the corporation stop on the service line open during the hydrostatic testing. 5) Close isolation valves for air release valves. 6) Makeup water must come from a container of fixed 55 gallon container that does not have a water source. f. Measure all water used in the pressure test through an approved meter, or measure the difference in volume within a 55 gallon container. 1) Do not test against existing water distribution valves unless expressly provided for in the Drawings, or approved by the City. 2) If the City denies approval to test against existing water distribution system valve, then make arrangements to plug and test the pipe at no additional cost. 2. Allowable Leakage a. No pipe installation should be accepted if the amount of makeup water is greater than that determined using the following formula: In inch -pound units, L = SD SIP 148,000 Where: L = testing allowance (make up water), gallons per hour S = length of pipe tested, ft. D = nominal diameter of pipe, in. P = average test pressure during the hydrostatic test, psi b. For any pipeline that fails to pass hydrostatic test: 1) Identify the cause 2) Repair the leak 3) Restore the trench and surface 4) Retest c. All costs associated with repairing the pipeline to pass the hydrostatic test is the sole responsibility of the Contractor and included in the price per linear foot of pipe. d. If the City determines that an existing system valve is responsible for the hydrostatic test to fail, the Contractor shall make provisions to test the pipeline without the use of the system valve. e. There shall be no additional payment to the Contractor if the existing valve is unable to sustain the hydrostatic test and shall be included in the price per linear foot of pipe. F. Disinfection General a. Disinfection of the main shall be accomplished by the "continuous feed" method or the "slug" method as determined by the Contractor. b. The free chlorine amounts shown are minimums. The Contractor may require higher rates. 1) Calcium hypochlorite granules shall be used as the source of chlorine. c. Continuous Feed Method CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised February 6, 2013 CPN 104280 330440-6 CLEANING AND ACCEPTANCE TESTING OF WATERMAINS Page 6 of 8 1) Apply water at a constant rate in the newly laid main. a) Use the existing distribution system or other approved source of supply. 2) At a point not more than 10 feet downstream from the beginning of the new main, water entering the new main shall receive a dose of chlorine. a) Free chlorine concentration: 50 mg/L minimum, or as required by TCEQ, whichever is greater. b) Chlorine applications shall not cease until the entire conduit is filled with heavily chlorinated water. 3) Retain chlorinated water in the main for at least 24 hours. a) Operate valves and hydrants in the section treated in order to disinfect the appurtenances. b) Prevent the flow of chlorinated water into mains in active service. c) Residual at the end of the 24-hour period: 10 mg /L free chlorine, minimum, for the treated water in all portions of the main. 4) Flush the heavily chlorinated water from the main and dispose of in a manner and at a location accepted by the City. 5) Test the chlorine residual prior to flushing operations. a) If the chlorine residual exceeds 4 mg/L, the water shall remain in the new main until the chlorine residual is less the 4 mg/L. b) The Contractor may choose to evacuate the water into water trucks, or other approved storage facility, and treat the water with Sodium Bisulfate, or another de -chlorination chemical, or method appropriate for potable water and approved by the City until the chlorine residual is reduced to 4 mg/L or less. c) After the specified chlorine residual is obtained, the water may then be discharged into the drainage system or utilized by the Contractor. d. Slug Method 1) Water from the existing distribution system or other approved source of supply shall be made to flow at a constant rate in the newly laid main. 2) At a point not more than 10 feet downstream from the beginning of the new main, water entering the new main shall receive a dose of chlorine. a) Free chlorine concentration: 100 mg/L minimum, or as required by TCEQ, whichever is greater. b) The chlorine shall be applied continuously and for a sufficient time to develop a solid column or "slug" of chlorinated water that shall expose all interior surfaces to the "slug" for at least 3 hours. 3) Operate the fittings and valves as the chlorinated water flows past to disinfect the appurtenances. 4) Prevent the flow of chlorinated water into mains in active service. 5) Flush the heavily chlorinated water from the main and dispose of in a manner and at a location accepted by the City. 6) Upon completion, test the chlorine residual remaining in the main. a) Chlorine levels of 4 mg/1 or less should be maintained. 2. Contractor Requirements a. Furnish all equipment, material and labor to satisfactorily prepare the main for the disinfection method approved by the City with adequate provisions for sampling. b. Make all necessary taps into the main to accomplish chlorination of a new line, unless otherwise specified in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised February 6, 2013 CPN 104280 330440-7 CLEANING AND ACCEPTANCE TESTING OF WATERMAINS Page 7 of 8 c. After satisfactory completion of the disinfection operation, as determined by the City, remove surplus pipe at the chlorination and sampling points, plug the remaining pipe, backfill and complete all appurtenant work necessary to secure the main. G. Dechlorination 1. General. All chlorinated water shall be de -chlorinated before discharge to the environment. Chemical amounts, as listed in ANSI/AWWA C651: "Disinfecting Water Mains", shall be used to neutralize the residual chlorine concentrations using de -chlorination procedures listed in ANSI/AWWA C655: "Field De -Chlorination". De -Chlorination shall continue until chlorine residual is non -detectable. 2. Testing. Contractor shall continuously test for the chlorine residual level immediately downstream of the de -chlorination process, during the entire discharge of the chlorinated water. Contractor shall periodically conduct chlorine residual testing and check for possible fish kills at locations where discharged water enters the existing watershed. 3. Fish Kill. If a fish kill occurs associated with the discharge of water from the distribution system or any other construction activities: a. The Contract shall immediately alter activities to prevent further fish kills. b. The Contractor shall immediately notify Water Department Field Operations Dispatch. c. The Contractor shall coordinate with City to properly notify TCEQ. d. Any fines assessed by the TCEQ (or local, state of federal agencies) for fish kills shall be the responsibility of the Contractor. H. Bacteriological Testing (Water Sampling) 1. General a. Notify the City when the main is suitable for sampling. b. The City shall then take water samples from a suitable tap for analysis by the City's laboratory, unless otherwise specified in the Contract Documents. 1) No hose or fire hydrant shall be used in the collection of samples. 2. Water Sampling a. Complete microbiological sampling prior to connecting the new main into the existing distribution system in accordance with AWWA C651. b. Collect samples for bacteriological analysis in sterile bottles treatedwith sodium thiosulfate. c. Collect 2 consecutive sets of acceptable samples, taken at least 24 hours apart, from the new main. d. Collect at least 1 set of samples from every 1,000 linear feet of the new main (or at the next available sampling point beyond 1,000 linear feet as designated by the City), plus 1 set from the end of the line and at least I set from each branch. e. If trench water has entered the new main during construction or, if in the opinion of the City, excessive quantities of dirt or debris have entered the new main, obtain bacteriological samples at intervals of approximately 200 linear feet. f. Obtain samples from water that has stood in the new main for at least 16 hours after formal flushing. 3. Repetition of Sampling CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised February 6, 2013 CPN 104280 330440-8 CLEANING AND ACCEPTANCE TESTING OF WATERMAINS Page 8 of 8 a. Unsatisfactory test results require a repeat of the disinfection process and re - sampling as required above until a satisfactory sample is obtained. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] DATE NAME END OF SECTION Revision Log SUMMARY OF CHANGE 12/20/2012 D. Johnson 3.10.E.1.e.- Added service lines to hydrostatic testing requirements 1.3.A.2.d Added AWWA C655 Field De -Chlorination as reference 2/6/2013 D Townsend 3.10.G — Added De -Chlorination Requirement CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised February 6, 2013 CPN 104280 -1 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Pagel of21 1 SECTION 33 05 10 2 UTILITY TRENCH EXCAVATION, EMBEDMENT ANDBACKFILL 3 PART 1 - 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 utilitylines 22 g. Backfill 23 h. Compaction 24 B. Deviations from this City of Fort Worth Standard Specification 25 1. None. 26 C. Related Specification Sections include, but are not necessarily limited to: 27 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions ofthe 28 Contract 29 2. Division 1 — General Requirements 30 3. Section 02 41 13 — Selective Site Demolition 31 4. Section 02 41 15 — Paving Removal 32 5. Section 02 41 14 — Utility Removal/Abandonment 33 6. Section 03 30 00 — Cast -in -place Concrete 34 7. Section 03 34 13 — Controlled Low Strength Material (CLSM) 35 8. Section 31 10 00 — Site Clearing 36 9. Section 31 25 00 — Erosion and Sediment Control 37 10. Section 33 05 26 — Utility Markers/Locators 38 11. Section 34 71 13 — Traffic Control 39 1.2 PRICE AND PAYMENT PROCEDURES 40 A. Measurement and Payment CITY OF FORT WORT H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised April 2, 2021 CPN 104280 _2 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 2 of21 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 bytruck 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 workperformed 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 Embedment/Backfill" 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 planquantity. 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 ofwater CITY OF FORT WORT H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised April 2, 2021 CPN 104280 -3 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 3 of21 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 CFRPart 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, butnot 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: J L� Y C] 4 M J Q 2 INITIAL BACKRLL z W 0 m SPRINGLINE W HUNCHING BEDDING FOUNDATION PAVED AREAS UNPAVED AREAS 4 OD CLEARANCE EXCAVATED TRENCH WIDTH 21 CITY OF FORT WORT H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised April 2, 2021 CPN 104280 -4 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 4 of21 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 ofthe 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 m. 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 CompanyNotification 45 a. Notify area utility companies at least 48 hours in advance, excluding weekends 46 and holidays, before starting excavation. CITY OF FORT WORT H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised April 2, 2021 CPN 104280 -5 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 5 of21 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 01 33 00. 10 B. All submittals shall be approved by the City prior to construction. 11 1.6 ACTION SUBMITTALSANFORMATIONAL 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 andHealth 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 ordriveways. 32 c. Provide erosion controlin 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 controlin accordance with Section 3125 00. CITY OF FORT WORT H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised April 2, 2021 CPN 104280 -6 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 6 of21 1 d. Do not block drainage ways. 2 e. Only materials used for 1 working day will be allowed to be stored in the work 3 zone. 4 B. Deliveries and haul -off - Coordinate all deliveries andhaul-off. 5 1.11 FIELD [SITE] CONDITIONS 6 A. Existing Conditions 7 1. Any data which has been or may be provided on subsurface conditions isnot 8 intended as a representation or warranty of accuracy or continuity between soils. It 9 is expressly understood that neither the City nor the Engineer will be responsible 10 for interpretations or conclusions drawn there from by the Contractor. 11 2. Data is made available for the convenience of the Contractor. 12 1.12 WARRANTY [NOT USED] 13 PART 2 - PRODUCTS 14 2.1 OWNER FURNISHED [OR] OWNER -SUPPLIED PRODUCTS 15 2.2 MATERIALS 16 A. Materials 17 1. Utility Sand 18 a. Granular and free flowing 19 b. Generally meets or exceeds the limits on deleterious substances per Table 1 for 20 fine aggregate according to ASTM C 33 21 c. Reasonably free of organic material 22 d. Gradation: sand material consisting of durable particles, free of thin or 23 elongated pieces, lumps of clay, loam or vegetable matter and meets the 24 following gradation may be used for utility sand embedment/backfill 25 Sieve Size Percent Retained 1/259 0 1/4" 0-5 #4 0-10 # 16 0-20 #50 20-70 # 100 60-90 #200 90-100 26 27 e. The City has a pre -approved list of sand sources for utility embedment. The 28 pre -approved list can be found on the City website, Project Resources page. 29 The utility sand sources in the pre -approved list have demonstrated continued 30 quality and uniformity on City of Fort Worth projects. Sand from these sources 31 are pre -approved for use on City projects without project specific testing. 32 2. Crushed Rock 33 a. Durable crushed rock or recycled concrete 34 b. Meets the gradation of ASTM D448 size numbers 56, 57 or 67 CITY OF FORT WORT H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised April 2, 2021 CPN 104280 -7 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 7 of21 1 c. Maybe unwashed 2 d. Free from significant silt clay or unsuitable materials 3 e. Percentage of wear not more than 40 percent per ASTM C 131 or C535 4 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of 5 sodium sulfate soundness per ASTMC88 6 3. Fine CrushedRock 7 a. Durable crushed rock 8 b. Meets the gradation of ASTM D448 size numbers 8 or 89 9 c. Maybe unwashed 10 d. Free from significant silt clay or unsuitable materials. 11 e. Have a percentage of wear not more than 40 percent per ASTM C131 orC535 12 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of 13 sodium sulfate soundness per ASTMC88 14 4. Ballast Stone 15 a. Stone ranging from 3 inches to 6 inches in greatest dimension. 16 b. May beunwashed 17 c. Free from significant silt clay or unsuitable materials 18 d. Percentage of wear not more than 40 percent per ASTM C131 orC535 19 e. Not more than a 12 percent maximum loss when subjected to 5 cycles of 20 sodium sulfate soundness per ASTMC88 21 5. Acceptable Backfill Material 22 a. In -situ or imported soils classified as CL, CH, SC or GC in accordance with 23 ASTM D2487 24 b. Free from deleterious materials, boulders over 6 inches in size and organics 25 c. Can be placed free from voids 26 d. Must have 20 percent passing the number 200 sieve 27 6. Blended Backfill Material 28 a. In -situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 29 b. Blended with in -situ or imported acceptable backfill material to meet the 30 requirements of an Acceptable Backfill Material 31 c. Free from deleterious materials, boulders over 6 inches in size and organics 32 d. Must have 20 percent passing the number 200 sieve 33 7. Unacceptable Backfill Material 34 a. In -situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM 35 D2487 36 8. Select Fill 37 a. Classified as SC or CL in accordance with ASTM D2487 38 b. Liquid limitless than 35 39 c. Plasticity index between 8 and 20 40 9. Cement Stabilized Sand (CSS) 41 a. Sand 42 1) Shall be clean, durable sand meeting grading requirements for fine 43 aggregates of ASTM C33 and the following requirements: 44 a) Classified as SW, SP, or SM by the United Soil Classification System 45 of ASTM D2487 46 b) Deleterious materials 47 (1) Clay lumps, ASTM C142, less than 0.5 percent 48 (2) Lightweight pieces, ASTM C 123, less than 5.0 percent CITY OF FORT WORT H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised April 2, 2021 CPN 104280 -8 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL rd 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 Page 8 of21 (3) Organic impurities, ASTM C40, color no darker than standard color (4) Plasticity index of 4 or less when tested in accordance with ASTM D4318. b. Minimum of 4 percent cement content of Type I/II portland cement c. Water 1) Potable water, free of soils, acids, alkalis, organic matter or other deleterious substances, meeting requirements of ASTM C94 d. Mix in a stationary pug mill, weigh -batch or continuous mixing plant. e. Strength 1) 50 to 150 psi compressive strength at 2 days in accordance withASTM D 1633, Method A 2) 200 to 250 psi compressive strength at 28 days in accordance with ASTM D 1633, Method A 3) The maximum compressive strength in 7 days shall be 400 psi. Backfill that exceeds the maximum compressive strength shall be removed bythe Contractor for no additional compensation. f. Random samples of delivered product will be taken in the field at pointof delivery for each day of placement in the work area. Specimens will be prepared in accordance with ASTM D 1632. 10. Controlled Low Strength Material (CLSM) a. Conform to Section 03 34 13 11. Trench Geotextile Fabric a. Soils other than ML or OH in accordance with ASTM D2487 1) Needle punch, nonwoven geotextile composed of polypropylene fibers 2) Fibers shall retain their relative position 3) Inert to biological degradation 4) Resist naturally occurring chemicals 5) UV Resistant 6) Mirafi 140N by Tencate, or approved equal b. Soils Classified as ML or OH in accordance with ASTM D2487 1) High -tenacity monofilament polypropylene woven yarn 2) Percent open area of 8 percent to10percent 3) Fibers shall retain their relative position 4) Inert to biological degradation 5) Resist naturally occurring chemicals 6) UV Resistant 7) Mirafi FW402 by Tencate, or approved equal 12. Concrete Encasement a. Conform to Section 03 30 00. CITY OF FORT WORT H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised April 2, 2021 CPN 104280 -9 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 9 of21 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 6 A. Verification ofConditions 7 1. Review all known, identified or marked utilities, whether public or private, prior to 8 excavation. 9 2. Locate and protect all known, identified and marked utilities or underground 10 facilities as excavation progresses. 11 3. Notify all utility owners within the project limits 48 hours prior to beginning 12 excavation. 13 4. The information and data shown in the Drawings with respect to utilities is 14 approximate and based on record information or on physical appurtenances 15 observed within the projectlimits. 16 5. Coordinate with the Owner(s) of underground facilities. 17 6. Immediately notify any utility owner of damages to underground facilities resulting 18 from construction activities. 19 7. Repair any damages resulting from the construction activities. 20 B. Notify the City immediately of any changed condition that impacts excavation and 21 installation of the proposed utility. 22 3.3 PREPARATION 23 A. Protection of In -Place Conditions 24 1. Pavement 25 a. Conduct activities in such a way that does not damage existing pavement that is 26 designated to remain. 27 1) Where desired to move equipment not licensed for operation on public 28 roads or across pavement, provide means to protect the pavement from all 29 damage. 30 b. Repair or replace any pavement damaged due to the negligence ofthe 31 contractor outside the limits designated for pavement removal at no additional 32 cost to the City. 33 2. Drainage 34 a. Maintain positive drainage during construction and re-establish drainage for all 35 swales and culverts affected by construction. 36 3. Trees 37 a. When operating outside of existing ROW, stake permanent and temporary 38 construction easements. 39 b. Restrict all construction activities to the designated easements andROW. 40 c. Flag and protect all trees designated to remain in accordance with Section 31 10 41 00. CITY OF FORT WORT H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised April 2, 2021 CPN 104280 -10 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 10 of21 1 d. Conduct excavation, embedment and backfill in a manner such that there is no 2 damage to the tree canopy. 3 e. Prune or trim tree limbs as specifically allowed by the Drawings or as 4 specifically allowed by the City. 5 1) Pruning or trimming may only be accomplished with equipments 6 specifically designed for tree pruning or trimming. 7 f. Remove trees specifically designated to be removed in the Drawings in 8 accordance with Section 31 1000. 9 4. Above ground Structures 10 a. Protect all above ground structures adjacent to the construction. 11 b. Remove above ground structures designated for removal in the Drawings in 12 accordance with Section 02 4113 13 5. Traffic 14 a. Maintain existing traffic, except as modified by the traffic control plan, and in 15 accordance with Section 34 7113. 16 b. Do not block access to driveways or alleys for extended periods of timeunless: 17 1) Alternative access has beenprovided 18 2) Proper notification has been provided to the property owner or resident 19 3) It is specifically allowed in the traffic control plan 20 c. Use traffic rated plates to maintain access until access is restored. 21 6. Traffic Signal — Poles, Mast Arms, Pull boxes, Detector loops 22 a. Notify the City's Transportation Management Division a minimum of 48 hours 23 prior to any excavation that could impact the operations of an existing traffic 24 signal. 25 b. Protect all traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit 26 and detector loops. 27 c. Immediately notify the City's Transportation Management Division ifany 28 damage occurs to any component of the traffic signal due to the contractors 29 activities. 30 d. Repair any damage to the traffic signal poles, mast arms, pull boxes, traffic 31 cabinets, conduit and detector loops as a result of the construction activities. 32 7. Fences 33 a. Protect all fences designated toremain. 34 b. Leave fence in the equal or better condition as prior to construction. 35 3.4 INSTALLATION 36 A. Excavation 37 1. Excavate to a depth indicated on the Drawings. 38 2. Trench excavations are defined as unclassified. No additional payment shall be 39 granted for rock or other in -situ materials encountered in the trench. 40 3. Excavate to a width sufficient for laying the pipe in accordance with the Drawings 41 and bracing in accordance with the Excavation Safety Plan. 42 4. The bottom of the excavation shall be firm and free from standing water. 43 a. Notify the City immediately if the water and/or the in -situ soils do not provide 44 for a firm trench bottom. 45 b. The City will determine if any changes are required in the pipe foundation or 46 bedding. CITY OF FORT WORT H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised April 2, 2021 CPN 104280 -11 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 11 of21 1 5. Unless otherwise permitted by the Drawings or by the City, the limits of the 2 excavation shall not advance beyond the pipe placement so that the trench maybe 3 backfilled in the same day. 4 6. OverExcavation 5 a. Fill over excavated areas with the specified bedding material as specified for 6 the specific pipe to be installed. 7 b. No additional payment will be made for over excavation or additional bedding 8 material. 9 7. Unacceptable Backfill Materials 10 a. In -situ soils classified as unacceptable backfill material shall be separated from 11 acceptable backfill materials. 12 b. If the unacceptable backfill material is to be blended in accordance withthis 13 Specification, then store material in a suitable location until the material is 14 blended. 15 c. Remove all unacceptable material from the project site that is not intended to be 16 blended or modified. 17 8. Rock — No additional compensation will be paid for rock excavation or other 18 changed field conditions. 19 B. Shoring, Sheeting and Bracing 20 1. Engage a Licensed Professional Engineer in the State of Texas to design asite 21 specific excavation safety system in accordance with Federal and State 22 requirements. 23 2. Excavation protection systems shall be designed according to the space limitations 24 as indicated in the Drawings. 25 3. Furnish, put in place and maintain a trench safety system in accordance with the 26 Excavation Safety Plan and required by Federal, State or local safetyrequirements. 27 4. If soil or water conditions are encountered that are not addressed by the current 28 Excavation Safety Plan, engage a Licensed Professional Engineer in the State of 29 Texas to modify the Excavation Safety Plan and provide a revised submittal to the 30 City. 31 5. Do not allow soil, or water containing soil, to migrate through the Excavation 32 Safety System in sufficient quantities to adversely affect the suitability ofthe 33 Excavation Protection System. Movable bracing, shoring plates or trench boxes 34 used to support the sides of the trench excavation shall not: 35 a. Disturb the embedment located in the pipe zone or lower 36 b. Alter the pipe's line and grade after the Excavation Protection System is 37 removed 38 c. Compromise the compaction of the embedment located below the spring line of 39 the pipe and in the haunching 40 C. Water Control 41 1. Surface Water 42 a. Furnish all materials and equipment and perform all incidental work requiredto 43 direct surface water away from the excavation. 44 2. Ground Water 45 a. Furnish all materials and equipment to dewater ground water by amethod 46 which preserves the undisturbed state of the subgrade soils. 47 b. Do not allow the pipe to be submerged within 24 hours after placement. CITY OF FORT WORT H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised April 2, 2021 CPN 104280 -12 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 12 of21 1 c. Do not allow water to flow over concrete until it has sufficiently cured. 2 d. Engage a Licensed Engineer in the State of Texas to prepare a Ground Water 3 Control Plan if any of the following conditions are encountered: 4 1) A Ground Water Control Plan is specifically required by the Contract 5 Documents 6 2) If in the sole judgment of the City, ground water is so severe that an 7 Engineered Ground Water Control Plan is required to protect the trench or 8 the installation of the pipe which may include: 9 a) Ground water levels in the trench are unable to be maintained below 10 the top of the bedding 11 b) A firm trench bottom cannot be maintained due to ground water 12 c) Ground water entering the excavation undermines the stability ofthe 13 excavation. 14 d) Ground water entering the excavation is transportingunacceptable 15 quantities of soils through the Excavation Safety System. 16 e. In the event that there is no bid item for a Ground Water Control and the City 17 requires an Engineered Ground Water Control Plan due to conditions discovered 18 at the site, the contractor will be eligible to submit a change order. 19 f. Control of groundwater shall be considered subsidiary to the excavation when: 20 1) No Ground Water Control Plan is specifically identified and required in the 21 Contract Documents 22 g. Ground Water Control Plan installation, operation and maintenance 23 1) Furnish all materials and equipment necessary to implement, operate and 24 maintain the Ground Water Control Plan. 25 2) Once the excavation is complete, remove all ground water control 26 equipment not called to be incorporated into the work. 27 h. WaterDisposal 28 1) Dispose of ground water in accordance with City policy or Ordinance. 29 2) Do not discharge ground water onto or across private property without 30 written permission. 31 3) Permission from the City is required prior to disposal into the Sanitary 32 Sewer. 33 4) Disposal shall not violate any Federal, State or local regulations. 34 D. Embedment and Pipe Placement 35 1. Water Lines less than, or equal to, 12 inches in diameter: 36 a. The entire embedment zone shall be of uniform material. 37 b. Utility sand shall be generally used for embedment. 38 c. If groundwater is insufficient quantity to cause sand to pump, then use 39 crushed rock as embedment. 40 1) If crushed rock is not specifically identified in the Contract Documents, 41 then crushed rock shall be paid by the pre -bid unitprice. 42 d. Place evenly spread bedding material on a firm trench bottom. 43 e. Provide firm, uniformbedding. 44 f. Place pipe on the bedding in accordance with the alignment of the Drawings. 45 g. In no case shall the top of the pipe be less than 42 inches from the surface ofthe 46 proposed grade, unless specifically called for in the Drawings. 47 h. Place embedment, including initial backfill, to a minimum of 6 inches, but not 48 more than 12 inches, above the pipe. CITY OF FORT WORT H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised April 2, 2021 CPN 104280 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 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 -13 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 13 of21 i. Where gate valves are present, the initial backfill shall extend to 6 inches above the elevation of the valvenut. j. Form all blocking against undisturbed trench wall to the dimensions in the Drawings. k. Compact embedment and initial backfill. 1. Place marker tape on top of the initial trench backfill in accordance with Section 33 05 26. 2. Water Lines 16-inches through 24-inches in diameter: a. The entire embedment zone shall be of uniform material. b. Utility sand may be used for embedment when the excavated trench depth is less than 15 feet deep. c. Crushed rock or fine crushed rock shall be used for embedment for excavated trench depths 15 feet, or greater. d. Crushed rock shall be used for embedment for steel pipe. e. Provide trench geotextile fabric at any location where crushed rock or fine crushed rock comeinto contact with utility sand f. Place evenly spread bedding material on a firm trench bottom. g. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre-bidunit price. h. Place pipe on the bedding according to the alignment shown on the Drawings. i. The pipe line shall be within: 1) :3 inches of the elevation on the Drawings for 16-inch and 24-inch water lines j. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. k. Place remaining embedment including initial backfill to a minimum of 6 inches, but not more than 12 inches, above the pipe. 1. Where gate valves are present, the initial backfill shall extend to up to the valve nut. m. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. n. Density test performed by a commercial testing firm approved by the Cityto verify that the compaction of embedment meets requirements. o. Place trench geotextile fabric on top of the initial backfill. p. Place marker tape on top of the trench geotextile fabric in accordance with Section 33 05 26. 3. Water Lines 30-inches and greater in diameter a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment. c. Provide trench geotextile fabric at any location where crushed rock or fine crushed rock come into contactwith utility sand. d. Place evenly spread bedding material on a firm trench bottom. e. Provide firm, uniformbedding. 1) Additional bedding may be required if ground water is present in the trench. CITY OF FORT WORT H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised April 2, 2021 CPN 104280 -14 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 14 of21 1 2) If additional crushed rock is required which is not specifically identified in 2 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 3 price. 4 f. Place pipe on the bedding according to the alignment shown on the Drawings. 5 g. The pipe line shall be within: 6 1) ::L1 inch of the elevation on the Drawings for 30-inch and larger water lines 7 h. Place and compact embedment material to adequately support haunches in 8 accordance with the pipe manufacturer's recommendations. 9 i. For steel pipe greater than 30 inches in diameter, the initial embedment lift shall 10 not exceed the spring line prior to compaction. 11 j. Place remaining embedment, including initial backfill, to a minimum of 6 12 inches, but not more than 12 inches, above the pipe. 13 k. Where gate valves are present, the initial backfill shall extend to up to the valve 14 nut. 15 1. Compact the embedment and initial backfill to 95 percent Standard Proctor 16 ASTM D 698. 17 m. Density test may be performed by a commercial testing firm approved by the 18 City to verify that the compaction of embedment meets requirements. 19 n. Place trench geotextile fabric on top of the initial backfill. 20 o. Place marker tape on top of the trench geotextile fabric in accordance with 21 Section 33 05 26. 22 4. Sanitary Sewer Lines and Storm Sewer Lines (HDPE) 23 a. The entire embedment zone shall be of uniform material. 24 b. Crushed rock shall be used for embedment. 25 c. Place evenly spread bedding material on a firm trench bottom. 26 d. Spread bedding so that lines and grades are maintained and that there are no 27 sags in the sanitary sewer pipeline. 28 e. Provide firm, uniformbedding. 29 1) Additional bedding may be required if ground water is present in the 30 trench. 31 2) If additional crushed rock is required which is not specifically identified in 32 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 33 price. 34 f. Place pipe on the bedding according to the alignment shown in the Drawings. 35 g. The pipe line shall be within ::L0.1 inches of the elevation, and be consistent 36 with the grade shown on the Drawings. 37 h. Place and compact embedment material to adequately support haunches in 38 accordance with the pipe manufacturer's recommendations. 39 i. For sewer lines greater than 30 inches in diameter, the embedment lift shall not 40 exceed the spring line prior to compaction. 41 j. Place remaining embedment including initial backfill to a minimum of 6 inches, 42 but not more than 12 inches, above the pipe. 43 k. Compact the embedment and initial backfill to 95 percent Standard Proctor 44 ASTM D 698. 45 1. Density test maybe performed by a commercial testing firm approved by the 46 City to verify that the compaction of embedment meets requirements. 47 m. Place trench geotextile fabric on top of the initial backfill. 48 n. Place marker tape on top of the trench geotextile fabric in accordance with 49 Section 33 05 26. CITY OF FORT WORT H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised April 2, 2021 CPN 104280 -15 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 15 of21 1 5. Storm Sewer (RCP) 2 a. The bedding and the pipe zone up to the spring line shall be ofuniform 3 material. 4 b. Crushed rock shall be used for embedment up to the springline. 5 c. The specified backfill material may be used above the spring line. 6 d. Place evenly spread bedding material on a firm trench bottom. 7 e. Spread bedding so that lines and grades are maintained and that there are no 8 sags in the storm sewer pipeline. 9 f. 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 g. Place pipe on the bedding according to the alignment of the Drawings. 16 h. The pipe line shall be within ±0.1 inches of the elevation, and be consistent 17 with the grade, shown on the Drawings. 18 i. Place embedment material up to the spring line. 19 1) Place embedment to ensure that adequate support is obtained in the haunch. 20 j. Compact the embedment and initial backfill to 95 percent Standard Proctor 21 ASTM D 698. 22 k. Density test may be performed by a commercial testing firm approved bythe 23 City to verify that the compaction of embedment meets requirements. 24 1. Place trench geotextile fabric on top of pipe and crushed rock. 25 6. Storm Sewer (PP - Polypropylene) 26 a. The entire embedment zone shall be of uniform material. 27 b. Crushed rock shall be used for embedment up to top of pipe. 28 c. Place evenly spread bedding material on a firm trench bottom. 29 d. Spread bedding so that lines and grades are maintained and that there are no sags 30 in the storm sewer pipe line. 31 e. Provide firm, uniformbedding. 32 1) Additional bedding may be required if ground water is present inthe 33 trench. 34 2) If additional crushed rock is required which is notspecifically 35 identified in the Contract Documents, then crushed rock shall be paid 36 by the pre -bid unit price. 37 f. Place pipe on the bedding according to the alignment shown in the Drawings. 38 g. The pipe line shall be within ±0.1 inches of the elevation, and be consistent with 39 the grade shown on the Drawings. 40 h. Place and compact embedment material to adequately support haunches in 41 accordance with the pipe manufacturer's recommendations. 42 i. Compact the embedment and initial backfill to 95 percent StandardProctor 43 ASTM D 698. 44 j. Density test may be performed by City to verify that the compaction of 45 embedment meets requirements. 46 k. Place trench geotextile fabric on top of the initial backfill. 47 7. Storm Sewer Reinforced Concrete Box 48 a. Crushed rock shall be used for bedding. 49 b. The pipe zone and the initial backfill shall be: CITY OF FORT WORT H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised April 2, 2021 CPN 104280 -16 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 16 of21 1 1) Crushed rock, or 2 2) Acceptable backfill material compacted to 95 percent Standard Proctor 3 density 4 c. Place evenly spread compacted bedding material on a firm trench bottom. 5 d. Spread bedding so that lines and grades are maintained and that there are no 6 sags in the storm sewer pipeline. 7 e. Provide firm, uniformbedding. 8 1) Additional bedding may be required if ground water is present in the 9 trench. 10 2) If additional crushed rock is required which is not specifically identified in 11 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 12 price. 13 f. Fill the annular space between multiple boxes with crushed rock, CLSM 14 according to 03 3413. 15 g. Place pipe on the bedding according to the alignment of the Drawings. 16 h. The pipe shall be within f0.1 inches of the elevation, and be consistent withthe 17 grade, shown on the Drawings. 18 i. Compact the embedment initial backfill to 95 percent Standard Proctor ASTM 19 D698. 20 8. Water Services (Less than 2 Inches in Diameter) 21 a. The entire embedment zone shall be of uniform material. 22 b. Utility sand shall be generally used for embedment. 23 c. Place evenly spread bedding material on a firm trench bottom. 24 d. Provide firm, uniform bedding. 25 e. Place pipe on the bedding according to the alignment of the Plans. 26 f. Compact the initial backfill to 95 percent Standard Proctor ASTMD698. 27 9. Sanitary Sewer Services 28 a. The entire embedment zone shall be of uniform material. 29 b. Crushed rock shall be used for embedment. 30 c. Place evenly spread bedding material on a firm trench bottom. 31 d. Spread bedding so that lines and grades are maintained and that there are no 32 sags in the sanitary sewer pipeline. 33 e. Provide firm, uniformbedding. 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 f. Place pipe on the bedding according to the alignment of the Drawings. 40 g. Place remaining embedment, including initial backfill, to a minimum of 6 41 inches, but not more than 12 inches, above the pipe. 42 h. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 43 i. Density test may be required to verify that the compaction meets the density 44 requirements. 45 E. Trench Backfill 46 1. At a minimum, place backfill in such a manner that the required in -place density 47 and moisture content is obtained, and so that there will be no damage to the surface, 48 pavement or structures due to any trench settlement or trench movement. CITY OF FORT WORT H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised April 2, 2021 CPN 104280 -17 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 17 of21 1 a. Meeting the requirement herein does not relieve the responsibility to damages 2 associated with the Work. 3 2. Backfill Material 4 a. Final backfill (not under existing pavement or future pavement) 5 1) Backfill with: 6 a) Acceptable backfill material 7 b) Blended backfill material, or 8 c) Select backfill material, CSS, or CLSM when specifically required 9 b. Final backfill depth 15 feet or greater (under existing or future pavement) 10 1) Backfill depth from 0 to 15 feet deep 11 a) Backfill with: 12 (1) Acceptable backfill material 13 (2) Blended backfill material, or 14 (3) Select backfill material, CSS, or CLSM when specifically required 15 2) Backfill depth from 15 feet and greater 16 a) Backfill with: 17 (1) Select Fill 18 (2) CSS, or 19 (3) CLSM when specificallyrequired 20 b) 21 c. Backfill for service lines: 22 1) Backfill for water or sewer service lines shall be the same as the 23 requirement of the main that the service is connected to. 24 3. Required Compaction andDensity 25 a. Final Backfill (depths less than 15 feet/under existing or futurepavement) 26 1) Compact acceptable backfill material, blended backfill material or select 27 backfill to a minimum of 95 percent Standard Proctor per ASTM D698 at 28 moisture content within -2 to +5 percent of the optimum moisture. 29 2) CSS or CLSM requires no compaction. 30 b. Final backfill (depths 15 feet and greater/under existing or future pavement) 31 1) Compact select backfill to a minimum of 98 percent Standard Proctor per 32 ASTM D 698 at moisture content within -2 to +5 percent of theoptimum 33 moisture up to the final grade. 34 2) CSS or CLSM requires no compaction. 35 c. Final backfill (not under existing or future pavement) 36 1) Compact acceptable backfill material blended backfill material, or select 37 backfill to a minimum of 95 percent Standard Proctor per ASTM D 698 at 38 moisture content within -2 to +5 percent of the optimum moisture. 39 4. Saturated Soils 40 a. If in -situ soils consistently demonstrate that they are greater than 5 percent over 41 optimum moisture content, the soils are considered saturated. 42 b. Flooding the trench or water jetting is strictly prohibited. 43 c. If saturated soils are identified in the Drawings or Geotechnical Report in the 44 Appendix, Contractor shall proceed with Work following all backfill procedures 45 outlined in the Drawings for areas of soil saturation greater than 5 percent. 46 d. If saturated soils are encountered during Work but not identified in Drawings or 47 Geotechnical Report in the Appendix: 48 1) The Contractor shall: 49 a) Immediately notify the City. CITY OF FORT WORT H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised April 2, 2021 CPN 104280 -18 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 18 of21 1 b) Submit a Contract Claim for Extra Work associated with direction from 2 City. 3 2) The City shall: 4 a) Investigate soils and determine if Work can proceed in the identified 5 location. 6 b) Direct the Contractor of changed backfill procedures associated with 7 the saturated soils that may include: 8 (1) Importedbackfill 9 (2) A site specific backfill design 10 5. Placement of Backfill 11 a. Use only compaction equipment specifically designed for compaction ofa 12 particular soil type and within the space and depth limitation experienced in the 13 trench. 14 b. Flooding the trench or water setting is strictlyprohibited. 15 c. Place in loose lifts not to exceed 12inches. 16 d. Compact to specified densities. 17 e. Compact only on top of initial backfill, undisturbed trench or previously 18 compacted backfill. 19 f. Remove any loose materials due to the movement of any trench box or shoring 20 or due to sloughing of the trench wall. 21 g. Install appropriate tracking balls for water and sanitary sewer trenches in 22 accordance with Section 33 0526. 23 6. Backfill Means and Methods Demonstration 24 a. Notify the City in writing with sufficient time for the City to obtain samples 25 and perform standard proctor test in accordance with ASTMD698. 26 b. The results of the standard proctor test must be received prior to beginning 27 excavation. 28 c. Upon commencing of backfill placement for the project the Contractor shall 29 demonstrate means and methods to obtain the requireddensities. 30 d. Demonstrate Means and Methods for compaction including: 31 1) Depth of lifts for backfill which shall not exceed 12 inches 32 2) Method of moisture control for excessively dry or wetbackfill 33 3) Placement and moving trench box, ifused 34 4) Compaction techniques in an open trench 35 5) Compaction techniques around structure 36 e. Provide a testing trench box to provide access to the recently backfilled 37 material. 38 f. The City will provide a qualified testing lab full time during this period to 39 randomly test density and moisture continent. 40 1) The testing lab will provide results as available on the job site. 41 7. Varying Ground Conditions 42 a. Notify the City of varying ground conditions and the need for additional 43 proctors. 44 b. Request additional proctors when soil conditions change. 45 c. The City may acquire additional proctors at its discretion. 46 d. Significant changes in soil conditions will require an additional Means and 47 Methods demonstration. CITY OF FORT WORT H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised April 2, 2021 CPN 104280 -19 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 19 of21 1 3.5 REPAIR [NOT USED] 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL 4 A. Field Tests andInspections 5 1. Proctors 6 a. The City will perform Proctors in accordance with ASTM D698. 7 b. Test results will generally be available to within 4 calendar days and distributed 8 to: 9 1) Contractor 10 2) City Project Manager 11 3) City Inspector 12 4) Engineer 13 c. Notify the City if the characteristic of the soil changes. 14 d. City will perform new proctors for varying soils: 15 1) When indicated in the geotechnical investigation in the Appendix 16 2) If notified by the Contractor 17 3) At the convenience of the City 18 e. Trenches where different soil types are present at different depths, theproctors 19 shall be based on the mixture of those soils. 20 2. Density Testing of Backfill 21 a. Density Tests shall be in conformance with ASTMD2922. 22 b. Provide a testing trench protection for trench depths in excess of 5 feet. 23 c. Place, move and remove testing trench protection as necessary to facilitate all 24 test conducted by the commercial testing firm approved by the City. 25 d. The commercial testing lab will perform moisture/density test for every 200-ft 26 or less of trench length, as measured along the length of the pipe. A minimum of 27 one test shall be performed for every 2 vertical feet of compacted backfill 28 material, independent of the contractor's lift thickness for compaction. Test 29 locations shall be staggered within each lift so that successive lifts are not tested 30 in the same location. A random number generator may be used to determine test 31 locations. Moisture/density tests shall be performed at a depth not more than 2 32 feet above the top of the pipe bedding and in 2-foot increments up to the final 33 grade. The project inspector or project manager may request testing at an 34 increased frequency and/or at specific locations. 35 e. The contractor can proceed with subsequent earthwork only after test results for 36 previously completed work comply with requirements. If the required 37 compaction density has not been obtained, the backfill should be scarified and 38 moistened or aerated, or removed to a depth required, and be replaced with 39 approved backfill, and re -compacted to the specified density at the contractor's 40 expense. In no case will excavation, pipe -laying, or other operation be allowed 41 to proceed until the specified compaction isattained. 42 f. The testing lab will provide results to Contractor and the City's Inspector upon 43 completion of the testing. 44 g. A formal report will be posted to the City's Accela (Developer Projects) and 45 BIM 360 (City Projects) site within 48 hours. 46 h. Test reports shall include: 47 1) Location of test by station number CITY OF FORT WORT H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised April 2, 2021 CPN 104280 -20 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 20 of21 1 2) Time and date of test 2 3) Depth of testing 3 4) Field moisture 4 5) Dry density 5 6) Proctor identifier 6 7) Percent Proctor Density 7 3. Density of Embedment 8 a. Storm sewer boxes that are embedded with acceptable backfill material, 9 blended backfill material, cement modified backfill material or select material 10 will follow the same testing procedure as backfill. 11 b. The City may test fine crushed rock or crushed rock embedment in accordance 12 with ASTM D2922 or ASTM 1556. 13 B. Non -Conforming Work 14 1. All non -conforming work shall be removed andreplaced. 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 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 — Addit ional 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 11/09/16 Z. Arega 2.2.A. Ld Modify gradation for sand material 2.2 A. 1. E. - Added reference to pre -approved list of sand sources for embedment; 3.3 A. 6. - Changed reference to Transportation Management Division; 3.4 - 2/26/2021 Z. Arega Provided clarification re: use of commercial testing firms approved by City and backfill requirements; and 3.7 A. 2. Provided clarification re: backfill testing requirements. CITY OF FORT WORT H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised April 2, 2021 CPN 104280 -21 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 21 of 21 4/2/2021 M Owen 3.4 D. 6. Add requirements Storm Sewer (PP - Polypropylene) CITY OF FORT WORT H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised April 2, 2021 CPN 104280 SECTION 33 05 20 AUGER BORING PART 1 - GENERAL 1.1 SUMMARY 330520-1 AUGER BORING Pagel of 7 A. Section Includes: 1. Minimum requirements for auger boring using 48-inch and smaller casing pipe with lengths less than 350 feet at the locations shown on the Drawings B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 4. Section 33 05 22 — Steel Casing Pipe 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to steel casing pipe construction. 2. Payment a. The work performed and materials furnished in accordance with this Item are subsidiary to the unit price bid per linear foot of By Other Than Open Cut to be complete in place, and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Occupational Safety and Health Administration (OSHA) a. OSHARegulations and Standards for Underground Construction, 29 CFR Part 1926, Subpart S, Underground Construction and Subpart P, Excavation. 1.4 ADMINISTRATIVE REQUIREMENTS A. Pre -installation 1. Provide written notice to the City at least 3 workings days in advance of the planned launch of auger boring operations. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised December 20, 2012 CPN 104280 330520-2 AUGER BORING Page 2 of 7 B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications Contractor a. All boring work shall be performed by an experienced subcontractor or Contractor who has at least 5 years of experience in performing tunneling work and has completed at least 5 boring projects of similar diameter and ground conditions. 1) At least 1 of the projects shall have an individual boring length equal to or greater in length than the longest tunnel on this project. 2) Submit details of referenced projects including owner's name and contact information, project superintendent and machine operators. b. The project superintendent shall have at least 5 years of experience supervising boring construction. 1) The Contractor may be required to submit details of referenced project including owner's name, contact information and project superintendent. c. The site safety representative and personnel responsible for air quality monitoring shall be experienced in tunnel construction and shall have current certification by OSHA. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2-PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Description 1. Steel Casing Pipe shall be in accordance with Section 33 05 22. 2. Tunnel Liner Plate is not permitted for use with Auger Boring. B. Design Criteria 1. Design excavation methods and spoil conveyance system for the full range of ground conditions described in the Geotechnical Reports anticipated 2. Tolerance a. Pressurized Carrier pipe CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised December 20, 2012 CPN 104280 330520-3 AUGER BORING Page 3 of 7 1) Lateral or vertical variation in the final position of the pipe casing from the line and grade established by the Drawings shall be permitted only to the extent of linch in 10 feet provided that such variation shall be regular and only in the direction that will not detrimentally affect the function of the carrier pipe and clearances from other underground utilities or structures. b. Gravity Carrier Pipe 1) Lateral variation in the final position of the pipe casing from the line and grade established by the Drawings shall be permitted only to the extent of 1 inch in 10 feet provided that such variation shall be regular and only in the direction that will not detrimentally affect the function of the carrier pipe and clearances from other underground utilities or structures. 2) Grades shown on Drawings must be maintained vertically. Use methods and equipment that control surface settlement and heave above the pipeline to prevent damage to existing utilities, facilities and improvements. a. Limit any ground movements (settlement/heave) to values that shall not cause damage to adjacent utilities or surface features (i.e. pavement, structures, railroad tracks, etc.) b. Repair any damage caused by ground movements at no cost to the City. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Boring shall not begin until the following have been completed: 1. Review of available utility drawings and location of conduits and underground utilities in all areas where excavation is to be performed. a. Notify the applicable one -call system prior to any excavation to avoid interference with the existing conduits and utilities in accordance with Division 1. 1) Repair damage to existing utilities resulting from excavation at no additional cost to the City. b. Follow notification requirements of permit provider where applicable. 2. Complete pit excavations and support systems for each drive in accordance withthe requirements of the Specifications. 3.4 INSTALLATION A. General 1. Immediately notify the City if any problems are encountered with equipment or materials or if the Contractor believes the conditions encountered are materially and significantly different than those represented within the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised December 20, 2012 CPN 104280 330520-4 AUGER BORING Page 4 of 7 2. Where pipe is required to be installed under railroad embankments or under highways, streets or other facilities, construction shall be performed in such a manner so as to not interfere with the operation of the railroad, street, highway or other facility, and so as not to weaken or damage any embankment or structure. 3. During construction operations, furnish and maintain barricades and lights to safeguard traffic and pedestrians until such time as the backfill has been completed and then remove from the site. 4. Properly manage and dispose of groundwater inflows to the shafts in accordance with requirements of specifications and all permit conditions. a. Discharge of groundwater inflow into sanitary sewers is not allowed without proper approval and permits. 5. Furnish all necessary equipment, power, water and utilities for tunneling, spoil removal and disposal, grouting and other associated work required for the methods of construction. 6. Promptly clean up, remove and dispose of any spoil or slurry spillage. 7. Do not disturb roadways, railroads, canal channels, adjacent structures, landscaped areas or existing utilities. a. Any damage shall be immediately repaired to original or better condition and to the satisfaction of the Engineer or permit grantor at no additional cost to the City. 8. Whenever there is a condition that is likely to endanger the stability of the excavation or adjacent structures, operate with a full crew 24 hours a day, including weekends and holidays, without interruption, until those conditions no longer jeopardize the stability of the Work. 9. Notify the Texas One Call system (800-245-4545) to request marking of utilities by utility owners / operators that subscribe to One Call, and shall individually notify all other known or suspected utilities to request marking of these utilities. a. Confirm that all requested locates are made prior to commencing boring operations. b. Visually confirm and stake necessary existing lines, cables, or other underground facilities including exposing necessary crossing utilities and utilities within 10 feet laterally of the designed tunnel. c. Control drilling and grouting practices to prevent damage to existing utilities. B. Boring Methods 1. Tunnel liner plate shall not be used for auger boring. 2. The Contractor shall be fully responsible for insuring the methods used are adequate for the protection of workers, pipe, property and the public and to provide a finished product as required. 3. Blasting is not allowed. C. Pits and Trenches 1. If the grade of the pipe at the end is below the ground surface, suitable pits or trenches shall be excavated for the purpose of conducting the jacking operations and for placing end joints of the pipe. 2. Wherever end trenches are cut in the sides of the embankment or beyond it, such work shall be sheeted securely and braced in a manner to prevent earth from caving in. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised December 20, 2012 CPN 104280 330520-5 AUGER BORING Page 5 of 7 3. The location of the pit shall meet the approval of the City. 4. The pits of trenches excavated to facilitate these operations shall be backfilled in accordance with Section 33 05 10 immediately after the casing and carrier pipe installation has been completed. D. Boring 1. Install steel casing pipe by boring hole with the earth auger and simultaneously jacking pipe into place. 2. The boring shall proceed from a pit provided for the boring equipment and workmen. 3. Pilot Hole, required for 24-inch and larger casings a. By this method an approximate 2-inch hole shall be bored the entire length of the crossing and shall be checked for line and grade on the opposite end of the bore from the work pit. b. This pilot hole shall serve as the centerline of the larger diameter hole to be bored. c. Other methods of maintaining line and grade on the casing may be approved if acceptable to the Engineer. d. Placed excavated material near the top of the working pit and disposed of as required. 1) If no room is available, immediate haul off is required. 4. The use of water or other fluids in connection with the boring operation will be permitted only to the extent required to lubricate cuttings. a. Jetting or sluicing will not be permitted. 5. In unconsolidated soil formations, a gel -forming colloidal drilling fluid consisting of at least 10 percent of high grade carefully processed bentonite may be used to: a. Consolidate cuttings of the bit b. Seal the walls of the hole c. Furnish lubrication for subsequent removal of cuttings and installation of the pipe immediately thereafter 6. Allowable variation from the line and grade shall be as specified in this Specification. 7. All voids in excess of 2 inches between bore and outside of casing shall be pressure grouted. E. Contact Grouting 1. Contact grout any voids caused by or encountered during the boring. a. Modify equipment and procedures as required to avoid recurrence of excessive settlements or damage. F. Control of Line and Grade Monitor line and grade continuously during boring operations. a. Record deviation with respect to design line and grade once at each casing joint. 2. If the pipe installation does not meet the specified tolerances, correct the installation, including any necessary redesign of the pipeline or structures and acquisition of necessary easements. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised December 20, 2012 CPN 104280 330520-6 AUGER BORING Page 6 of 7 3.5 CLEANUP AND RESTORATION A. After completion of the boring, all construction debris, spoils, oil, grease and other materials shall be removed from the pipe, pits and all work areas. B. Restoration shall follow construction as the Work progresses and shall be completed as soon as reasonably possible. 1. Restore and repair any damage resulting from surface settlement caused by shaft excavation or boring. 2. Any property damaged or destroyed shall be restored to a condition equal to or better than existing prior to construction. 3. Restoration shall be completed no later than 30 days after boring is complete, or earlier if required as part of a permit or easement agreement. 4. This provision for restoration shall include all property affected by the construction operations. 3.6 RE -INSTALLATION [NOT USED] 3.7 SITE QUALITY CONTROL A. Field Tests and Inspections Allow access to the City and furnish necessary assistance and cooperation to aid in the observations, measurements, data and sample collection, including, but not limited to the following: a. The City shall have access to the boring system prior to, during and following all boring operations. b. The City shall have access to the tunneling shafts prior to, during and following all boring operations. 1) This shall include, but not be limited to, visual inspection of installed pipe and verification of line and grade. 2) The Contractor shall provide safe access in accordance with all safety regulations. c. The City shall have access to spoils removed from the boring excavation prior to, during and following all boring operations. 1) The City shall be allowed to collect soil samples from the muck buckets or spoil piles a minimum of once every 10 feet and at any time when changes in soil conditions or obstructions are apparent or suspected. B. Safety The Contractor is responsible for safety on the job site. a. Perform all Work in accordance with the current applicable regulations of the Federal, State and local agencies. b. In the event of conflict, comply with the more restrictive applicable requirement. 2. No gasoline powered equipment shall be permitted in receiving shafts/pits. a. Diesel, electrical, hydraulic, and air powered equipment are acceptable, subject to applicable local, State and Federal regulations. 3. Furnish and operate a temporary ventilation system in accordance with applicable safety requirements when personnel are underground. a. Perform all required air and gas monitoring. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised December 20, 2012 CPN 104280 330520-7 AUGER BORING Page 7 of 7 b. Ventilation system shall provide a sufficient supply of fresh air and maintain an atmosphere free of toxic or flammable gasses in all underground work areas. 4. Perform all work in accordance with all current applicable regulations and safety requirements of the Federal, State and Local agencies. 5. Comply with all applicable provisions of OSHA 29 CFR Part 1926, Subpart S, Underground Construction and Subpart P, Excavations. a. In the event of conflict, comply with the more stringent requirements. 6. If personnel will enter the pipe during construction, the Contractor shall develop an emergency response plan for rescuing personnel trapped underground in a shaft excavation or pipe. a. Keep on -site all equipment required for emergency response in accordance with the agency having jurisdiction. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 SUMMARY OF CHANGE Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 CPN 104280 SECTION 33 05 22 STEEL CASING PIPE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 330522-1 STEEL CASING PIPE Pagel of 6 1. Minimum requirements for manufacturing, furnishing and transporting Steel Casing Pipe to be installed by Open Cut or By Other than Open Cut at the locations shown on the Drawings B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 4. Section 33 05 20 —Auger Boring 5. Section 33 05 23 — Hand Tunneling 6. Section 33 05 24 —Installation of Carrier Pipe in Casing or Tunnel Liner Plate 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Open Cut a. Measurement 1) Measured horizontally along the surface for length of Steel Casing Pipe installed b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Casing, By Open Cut" installed for: a) Various Sizes c. The price bid shall include: 1) Furnishing and installing Steel Casing Pipe as specified by the Drawings 2) Mobilization 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess material 7) Furnishing, placement, and compaction of embedment 8) Furnishing, placement, and compaction of backfill 9) Clean-up 2. By Other than Open Cut a. Measurement CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised December 20, 2012 CPN 104280 330522-2 STEEL CASING PIPE Page 2 of 6 1) Measured horizontally along the surface for length of Steel Casing Pipe installed b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement' will be paid for at the unit price bid per linear foot of "Casing/Tunnel Liner Plate, By Other than Open Cut' installed for: a) Various Sizes 2) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement' will be paid for at the unit price bid per linear foot of "Casing, By Other than Open Cut' installed for: a) Various Sizes c. The price bid shall include: 1) Furnishing and installing Steel Casing Pipe as specified by the Drawings 2) Mobilization 3) Launching shaft 4) Receiving shaft 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing, placement, and compaction of backfill 10) Clean-up 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. A139, Standard Specification for Electric -Fusion (Arc) -Welded Steel Pipe (NPS Sizes 4 and Over). 3. American Water Works Association (AWWA): a. C203, Coal -Tar Protective Coatings and Linings for Steel Water Pipelines - Enamel and Tape - Hot Applied. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data 1. Exterior Coating a. Material data b. Field touch-up procedures 2. Interior Coating CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised December 20, 2012 CPN 104280 330522-3 STEEL CASING PIPE Page 3 of 6 a. Material data b. Field touch-up procedures B. Shop Drawings 1. No shop drawings required for Auger Boring 2. For Tunneling, provide the following: a. Furnish details for Steel Casing Pipe outlining the following: 1) Grout/lubrication ports 2) Joint details 3) Other miscellaneous items for furnishing and fabricating pipe b. Submit calculations in a neat, legible format that is sealed by a Licensed Professional Engineer in Texas, consistent with the information provided in the geotechnical report, and includes: 1) Calculations confirming that pipe jacking capacity is adequate to resist the anticipated jacking loads for each crossing with a minimum factor of safety of 2 2) Calculations confirming that pipe capacity is adequate to safely support all other anticipated loads, including earth and groundwater pressures, surcharge loads, and handling loads 3) Calculations confirming that jointing method will support all loading conditions 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Delivery, Handling, and Storage 1. Prior to delivery of the pipe, end/internal bracing shall be furnished and installed, as recommended by the manufacturer, for protection during shipping and storage. 2. Deliver, handle and store pipe in accordance with the Manufacturer's recommendations to protect coating systems. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2-PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Design Criteria 1. The Contractor is fully responsible for the design of Steel Casing Pipe that meets or exceeds the design requirements of this Specification and that is specifically designed for installation by the intended trenchless method. 2. For Steel Casing Pipe utilized for tunneling projects, consider the following: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised December 20, 2012 CPN 104280 330522-4 STEEL CASING PIPE Page 4 of 6 a. Design of the casing pipe shall account for all installation and service loads including: 1) Jacking loads 2) External groundwater and earth loads 3) Traffic loads 4) Practical consideration for handling, shipping and other construction operations 5) Any other live or dead loads reasonably anticipated b. Design shall be sealed and signed by a registered Professional Engineer licensed in the State of Texas. c. The allowable jacking capacity shall not exceed 50 percent of the minimum steel yield stress. 3. Steel Casing Pipe shall have a minimum wall thickness as follows: 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) Greater than 48 Project specific design 4. Steel Casing Pipe shall be provided with inside diameter sufficient to efficiently install the required carrier pipe with casing spacers as required in Section 33 05 24. a. Allowable casing diameters are shown on the Drawings for each crossing. 5. Furnish in lengths that are compatible with Contractor's shaft sizes and allowable work areas. 6. Random segments of pipe will not be permitted for straight runs of casing. a. Closing piece segments, however, shall be acceptable. 7. When required by installation method, provide grout/lubricant ports along the pipe at intervals of 10 feet or less. a. Ports and fittings shall be attached to the pipe in a manner that will not materially affect the strength of the pipe nor interfere with installation ofcarrier pipe. b. Plugs for sealing the fittings shall be provided by the Contractor and shall be capable of withstanding all external and internal pressures and loads without leaking. B. Materials 1. Provide new, smooth -wall, carbon steel pipe conforming to ASTM A139, Grade B. 2. Dimensional Tolerances a. Furnishing and installing Steel Casing Pipe with dimensional tolerances that are compatible with performance requirements and proposed installation methods that meet or exceed the specific requirements below: 1) Minimum wall thickness at any point shall be at least 87.5 percent of the nominal wall thickness. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised December 20, 2012 CPN 104280 330522-5 STEEL CASING PIPE Page 5 of 6 2) Outside circumference within 1.0 percent or 3/4 inch of the nominal circumference, whichever is less. 3) Outside diameter of the pipe shall be within 1/8 inch of the nominal outside diameter. 4) Roundness such that the difference between the major and minor outside diameters shall not exceed 0.5 percent of the specified nominal outside diameter or 1/4 inch, whichever is less. 5) Maximum allowable straightness deviation of 1/8 inch in any 10-foot length. All steel pipe shall have square ends. a. The ends of pipe sections shall not vary by more than 1/8 inch at any point from a true plane perpendicular to the axis of the pipe and passing through the center of the pipe at the end. b. When pipe ends have to be beveled for welding, the ends shall be beveled on the outside to an angle of 35 degrees with a tolerance of f 21/2 degrees and with a width of root face 1/16 inch � 1/32 inch. 4. Steel Casing Pipe shall be fabricated with longitudinal weld seams. a. All girth weld seams shall be ground flush. C. Finishes 1. Provide inside and outside of Steel Casing Pipe with a coal -tar protective coating in accordance with the requirements of AWWA C203. a. Touch up after field welds shall provide coating equal to those specified above. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Install Steel Casing Pipe for By Other than Open Cut in accordance with Section 33 05 20 or Section 33 05 23. Install Steel Casing Pipe for Open Cut in accordance with Section 33 05 10. 1. Steel Casing Pipe connections shall be achieved by full penetration field butt welding or an integral machine press -fit connection (Permalok or equal) prior to installation of the pipe, depending on the type of carrier pipe. 2. Allowable joint types for each crossing are shown on the Drawings. 3. Field butt welding a square end piece of steel pipe to a 35 degree beveled end of steel pipe is acceptable. 4. Integral machined press -fit connections shall be installed in accordance with the manufacturer's installation procedures and recommendations. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised December 20, 2012 CPN 104280 330522-6 STEEL CASING PIPE Page 6 of 6 B. Carrier pipe shall be installed inside Steel Casing Pipe in accordance with Section 33 05 24. C. Contact grouting of the annulus outside the casing pipe shall be performed in accordance with Section 33 05 23 or Section 33 05 20. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised December 20, 2012 CPN 104280 330524-1 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 1 of 10 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. 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 12 Contract 13 2. Division 1 — General Requirements 14 3. Section 33 0130 — Sewer and Manhole Testing 15 4. Section 33 11 13 - Concrete Pressure Pipe, Bar -Wrapped, Steel Cylinder Type 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Installation of Sanitary Sewer Carrier Pipe in Casing/Tunnel Liner Plate 19 a. Measurement 20 1) Measured horizontally along the surface from centerline to centerline of the 21 beginning of the casing/liner to the end of the casing/liner 22 b. Payment 23 1) The work performed and materials furnished in accordance with this Item 24 and measured as provided under "Measurement" shall be paid for at the 25 unit price bid per linear foot for "Sewer Carrier Pipe" complete in place for: 26 a) Various Sizes 27 c. The price bid shall include: 28 1) Furnishing and installing Sanitary Sewer Main (Pipe) in Casing/Tunnel 29 Liner Plate as specified by the Drawings 30 2) Mobilization 31 3) Grout 32 4) Casing Spacers 33 5) End seals 34 6) Excavation 35 7) Hauling 36 8) Disposal of excess material 37 9) Clean-up 38 2. Installation of Water Carrier Pipe in Casing/Tunnel Liner Plate 39 a. Measurement 40 1) Measured horizontally along the surface from centerline to centerline of the 41 beginning of the casing/liner to the end of the casing/liner Payment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised December 9. 2022 CPN 104280 330524-2 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 2 of 10 1 b. Payment 2 1) The work performed and materials furnished in accordance with this Item 3 and measured as provided under "Measurement' shall be paid for at the 4 unit price bid per linear foot for "Water Carrier Pipe" complete in place for: 5 a) Various Sizes 6 c. The price bid shall include: 7 1) Furnishing and installing Water Main (Pipe) in Casing/Tunnel Liner Plate 8 as specified by the Drawings 9 2) Mobilization 10 3) Grout 11 4) Joint restraint 12 5) Casing Spacers 13 6) End seals 14 7) Excavation 15 8) Hauling 16 9) Disposal of excess material 17 10) Clean-up 18 1.3 REFERENCES 19 A. Definitions 20 1. Carrier Pipe: Permanent pipe for operational use that is used to convey flows 21 2. Casing: A steel pipe or tunnel liner installed by trenchless methods that supports the 22 ground and provides a stable underground excavation for installation of the carrier 23 pipe 24 B. Reference Standards 25 1. Reference standards cited in this Specification refer to the current reference 26 standard published at the time of the latest revision date logged at the end of this 27 Specification, unless a date is specifically cited. 28 2. American Society of Testing and Materials (ASTM) 29 a. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 30 Specimens. 31 b. C109, Standard Test Method for Compressive Strength of Hydraulic Cement 32 Mortars (Using 2-in or [50 mm] Cube Specimens). 33 c. D638, Standard Test Method for Tensile Properties of Plastics. 34 3. International Organization for Standardization (ISO): 35 a. 9001, Quality Management Systems - Requirements. 36 4. Occupational Safety and Health Administration (OSHA) 37 a. OSHA Regulations and Standards for Underground Construction, 29 CFR Part 38 1926, Subpart S, Underground Construction and Subpart P, Excavation. 39 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 40 1.5 SUBMITTALS 41 A. Submittals shall be in accordance with Section 0133 00. 42 B. All submittals shall be approved by the City prior to delivery. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised December 9. 2022 CPN 104280 330524-3 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 3 of 10 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 2 A. Product Data 3 1. Casing Isolators/Spacers 4 a. Material Data 5 2. Grout Mix 6 a. Material Data 7 B. Shop Drawings 8 1. Required for 24-inch and larger pipe installations 9 2. Submit Work Plan describing the carrier pipe installation equipment, materials and 10 construction methods to be employed. 11 3. Casing Spacers/Isolators 12 a. Detail drawings and manufacturer's information for the casing isolators/spacers 13 that will be used. 14 1) Include dimension and component materials and documentation of 15 manufacturer's ISO 9001:2000 certification. 16 b. Alternatives to casing spacers/isolators may be allowed by the City on a case- 17 by -case basis. 18 c. For consideration of alternate method, submit a detailed description of method 19 including details. 20 4. End seal or bulkhead designs and locations for casing/liners. 21 5. Annular Space (between casing pipe and casing/tunnel liner plate) Grouting Work 22 Plan and Methods including: 23 a. Grouting methods 24 b. Details of equipment 25 c. Grouting procedures and sequences including: 26 1) Injection methods 27 2) Injection pressures 28 3) Monitoring and recording equipment 29 4) Pressure gauge calibration data 30 5) Materials 31 d. Grout mix details including: 32 1) Proportions 33 2) Admixtures including: 34 a) Manufacturer's literature 35 b) Laboratory test data verifying the strength of the proposed grout mix 36 c) Proposed grout densities 37 d) Viscosity 38 e) Initial set time of grout 39 (1) Data for these requirements shall be derived from trial batches from 40 an approved testing laboratory. 41 e. Submit a minimum of 3 other similar projects where the proposed grout mix 42 design was used. 43 f. Submit anticipated volumes of grout to be pumped for each application and 44 reach grouted. 45 g. For pipe installations greater than 36-inches, without hold down jacks or a 46 restrained spacer, provide buoyant force calculations during grouting and 47 measures to prevent flotation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised December 9. 2022 CPN 104280 330524-4 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 4 of 10 1 1) Calculations sealed by a licensed Engineer in the State of Texas. 2 h. Description of methods and devices to prevent buckling of carrier pipe during 3 grouting of annular space, if required 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE 7 A. Certifications 8 1. Casing isolator/spacer manufacturer shall be certified against the provisions of 9 ISO9001:2000. 10 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 11 1.11 FIELD [SITE] CONDITIONS [NOT USED] 12 1.12 WARRANTY [NOT USED] 13 PART 2 - PRODUCTS 14 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 15 2.2 MATERIALS 16 A. Manufacturers 17 1. Only the manufacturers as listed on the City's Standard Products List will be 18 considered as shown in Section 0160 00. 19 a. The manufacturer must comply with this Specification and related Sections. 20 2. Any product that is not listed on the Standard Products List is considered a 21 substitution and shall be submitted in accordance with Section 0125 00. 22 3. The Casing Spacers/Isolators shall be new and the product of a manufacturer 23 regularly engaged in the manufacturing of casing spacers/isolators. 24 B. Design Criteria and Materials 25 1. Carrier pipe shall be installed within the horizontal and vertical tolerances as 26 indicated in PART 3 of this Specification, incorporating all support/insulator 27 dimensions required. Diameter Specification (inches) Material Reference Water Line 6-12 DIP (Restrained) 33 11 10 DIP (Restrained) 33 11 10 16-20 AWWA C303 (Restrained) 33 11 13 DIP (Restrained) 33 11 10 AWWA C303 (Restrained) 33 11 13 24 and greater AWWA C301 (Restrained) 33 11 15 Sanitary DIP (with Ceramic Epoxy) 33 11 10 Sewer Line 8-16 DIP (with Ceramic Epoxy) 33 11 10 18 and greater Fiberglass 3331 13 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised December 9. 2022 CPN 104280 330524-5 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 5 of 10 1 2. Grout of annular space 2 a. For gravity sewer carrier pipe installation: 3 1) Fill all voids between the carrier pipe and the casing or liner with grout. 4 2) All exterior carrier pipe surfaces and all interior casing or liner surfaces 5 shall be in contact with the grout. 6 b. For water line installation: 7 1) No annular space fill will be used. 8 3. Grout Mixes 9 a. Low Density Cellular Grout (LDCC) 10 1) Annular space (between sewer carrier pipe and casing/liner) grout shall be 11 LDCC. 12 2) The LDCC shall be portland cement -based grout mix with the addition of a 13 foaming agent designed for this application. 14 3) Develop 1 or more grout mixes designed to completely fill the annular 15 space based on the following requirements: 16 a) Provide adequate retardation to completely fill the annular space in 1 17 monolithic pour. 18 b) Provide less than 1 percent shrinkage by volume. 19 c) Compressive Strength 20 (1) Minimum strength of 10 psi in 24 hours, 300 psi in 28 days 21 d) Design grout mix with the proper density and use proper methods to 22 prevent floating of the carrier pipe. 23 e) Proportion grout to flow and to completely fill all voids between the 24 carrier pipe and the casing or liner. 25 4. End Seals 26 a. Provide end seals at each end of the casing or liner to contain the grout backfill 27 or to close the casing/liner ends to prevent the inflow of water or soil. 28 1) For water piping less than 24-inch diameter, use hard rubber seals, Model 29 PL Link Seal as manufactured by the Thunderline Corporation or approved 30 equal. 31 2) For water piping 24-inch diameter and greater, use pull -on, 1/8 inch thick, 32 synthetic rubber end seals, Model C, as manufactured by Pipeline Seal and 33 Insulator, Inc. or approved equal. 34 3) For sewer piping, no end seals are required since the annular space between 35 the carrier pipe and the casing will be grouted. 36 b. Design end seals to withstand the anticipated soil or grouting pressure and be 37 watertight to prevent groundwater from entering the casing. 38 5. Casing Spacers/Insulators 39 a. Provide casing spacers/insulators to support the carrier pipe during installation 40 and grouting (where grout is used). 41 1) For concrete pressure pipe, mortar bands may be allowed in lieu of casing 42 spacers/isolators. 43 2) Mortar bands shall be in accordance with Section 33 11 13. 44 b. Casing Spacers/Isolators material and properties: 45 1) Shall be minimum 14 gage 46 2) For water pipe, utilize Stainless Steel. 47 3) For sewer pipe, utilize Coated Steel. 48 4) Suitable for supporting weight of carrier pipe without deformation or 49 collapse during installation CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised December 9. 2022 CPN 104280 330524-6 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 6 of 10 1 c. Provide restrained -style casing spacers to hold all pipes stable during grouting 2 operations and prevent floating or movement. 3 d. Provide dielectric strength sufficient to electrically isolate each component 4 from one another and from the casing. 5 e. Design risers for appropriate loads, and, as a minimum: 6 1) Provide 10 gage steel risers 7 a) Provide stainless steel bands and risers for water installations. 8 f. Band material and criteria 9 1) Provide polyvinyl chloride inner liner with: 10 a) Minimum thickness of 0.09 inches 11 b) Durometer "A" of 85-90 hardness 12 c) Minimum dielectric strength of 58,000 volts 13 g. Runner material and criteria 14 1) Provide pressure -molded glass reinforced polymer or UHMW with: 15 a) Minimum of 2 inches in width and a minimum of 11 inches in length. 16 2) Attach to the band or riser with 3/8 inch minimum welded steel or stainless 17 steel studs. 18 3) Runner studs and nuts shall be recessed well below the wearing surface of 19 the runner 20 a) Fill recess with a corrosion inhibiting filler. 21 h. Riser height 22 1) Provide sufficient height with attached runner allow a minimum clearance 23 of 2 inches between the outside of carrier pipe bells or couplings and the 24 inside of the casing liner surface. 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 EXAMINATION [NOT USED] 30 3.3 PREPARATION [NOT USED] 31 3.4 INSTALLATION 32 A. General 33 1. Carrier pipe installation shall not begin until the following tasks have been 34 completed: 35 a. All required submittals have been provided, reviewed and accepted. 36 b. All casing/liner joints are watertight and no water is entering casing or liner 37 from any sources. 38 c. All contact grouting is complete. 39 d. Casing/liner alignment record drawings have been submitted and accepted by 40 City to document deviations due to casing/liner installation. 41 e. Site safety representative has prepared a code of safe practices and an 42 emergency plan in accordance with applicable requirements. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised December 9. 2022 CPN 104280 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 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 330524-7 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 7 of 10 2. The carrier pipe shall be installed within the casings or liners between the limits indicated on the Drawings, to the specified lines and grades and utilizing methods which include due regard for safety of workers, adjacent structures and improvements, utilities and the public. B. Control of Line and Grade 1. Install Carrier pipe inside the steel casing within the following tolerances: a. Horizontal 1) � 2 inches from design line b. Vertical 1) ±1 inch from design grade 2. Check line and grade set up prior to beginning carrier pipe installation. 3. Perform survey checks of line -and -grade of carrier pipe during installation operations. 4. The Contractor is fully responsible for the accuracy of the installation and the correction of it, as required. a. Where the carrier pipe installation does not satisfy the specified tolerances, correct the installation, including if necessary, redesign of the pipe or structures at no additional cost to City. C. Installation of Carrier Pipe 1. Pipe Installation a. Remove all loose soil from casing or liner. b. Grind smooth all rough welds at casing joints. 2. Installation of Casing Spacers a. Provide casing spacers, insulators or other approved devices to prevent flotation, movement or damage to the pipe during installation and grout backfill placement. b. Assemble and securely fasten casing spacers to the pipeline to be installed in casings or tunnels. c. Correctly assemble, evenly tighten and prevent damage during tightening of the insulators and pipe insertion. d. Install spacers in accordance with manufacturer's recommendations. e. Install carrier pipe so that there is no metallic contact between the carrier pipe and the casing. £ Carrier pipe shall be installed without sliding or dragging it on the ground or in the casing/liner in a manner that could damage the pipe or coatings. 1) If guide rails are allowed, place cement mortar on both sides of the rails. g. Coat the casing spacer runners with a non-corrosive/environmentally safe lubricant to minimize friction when installing the carrier pipe. h. The carrier pipe shall be electrically isolated from the carrier pipe and from the casing. i. Grade the bottom of the trench adjacent to each end of the casing to provide a firm, uniform and continuous support for the pipe. If the trench requires some backfill to establish the final trench bottom grade, place the backfill material in 6-inch lifts and compact each layer. j. After the casing or tunnel liner has been placed, pump dry and maintain dry until the casing spacers and end seals are installed. 3. Insulator Spacing CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised December 9. 2022 CPN 104280 330524-8 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 8 of 10 1 a. Maximum distance between spacers is to be 6 feet. 2 b. For 18 and 20 foot long joints, install a minimum of 4 spacers. 3 1) Install 2 spacers within 1 foot on each side of the bell or flange. 4 2) Remaining 2 spacers shall be spaced equally. 5 c. If the casing or pipe is angled or bent, reduce the spacing. 6 d. The end spacer must be within 6 inches of the end of the casing pipe, regardless 7 of size of casing and pipe or type of spacer used. 8 e. Install spacers on PVC pipe at the insertion line to prevent over -insertion of the 9 spigot into the bell. 10 4. After installation of the carrier pipe: 11 a. Mortar inside and outside of the joints, as applicable 12 b. Verify electrical discontinuity between the water carrier pipe and tunnel liner. 13 1) If continuity exists, remedy the short, by all means necessary including 14 removing and reinstalling the carrier pipe, prior to applying cellular grout. 15 c. If hold down jacks or casing spacers are used, seal or plug the ends of the 16 casing. 17 d. If steel pipe is used and not welded prior to installation in casing/liner, welding 18 of pipe will only be allowed after grouting of annular space is complete. 19 D. Installation of End Seals 20 1. For Water Pipes 21 a. Grout end of casing/liner a minimum of 6 inches and a maximum of 12 inches. 22 b. Place pull -on synthetic rubber end seals on the pipe and pull over the end of the 23 casing. Securely fasten with stainless steel bands. 24 2. For Sewer Pipes 25 a. Grout annular space between carrier pipe and casing as indicated in this 26 Specification. 27 E. Annular Space Grouting (For Sewer Only) 28 1. Prepare pipe as necessary to prevent the pipe from floating during grouting 29 operation as necessary. 30 2. Mixing of Grout 31 a. Mix material in equipment of sufficient size to provide the desired amount of 32 grout material for each stage in a single operation. 33 1) The equipment shall be capable of mixing the grout at the required densities 34 for the approved procedure and shall be capable of changing the densities 35 as required by field conditions. 36 3. Backfill Annular Space with Grout 37 a. Prior to filling of the annular space, test the carrier pipe in accordance with 38 Section 33 0130. 39 b. Verify the maximum allowable pressure with the carrier pipe manufacturer and 40 do not exceed this pressure. 41 c. After the installation of the carrier pipe, the remaining space (all voids) between 42 the casing/liner and the carrier shall be filled with LDCC grout. 43 1) All surfaces of the exterior carrier pipe wall and casing/liner interior shall 44 be in contact with the grout. 45 2) Grout shall be pumped through a pipe or hose. 46 3) Use grout pipes, or other appropriate materials, to avoid damage to carrier 47 pipe during grouting. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised December 9. 2022 CPN 104280 330524-9 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 9 of 10 1 4. Injection of LDCC Grout 2 a. Grout injection pressure shall not exceed the carrier pipe manufacturer's 3 approved recommendations or 5 psi (whichever is lower). 4 b. Pumping equipment shall be of a size sufficient to inject grout at a volume, 5 velocity and pressure compatible with the size/volume of the annular space. 6 c. Once grouting operations begin, grouting shall proceed uninterrupted, unless 7 grouting procedures require multiple stages. 8 d. Grout placements shall not be terminated until the estimated annular volume of 9 grout has been injected. 10 5. Block the carrier pipe during grouting to prevent flotation during grout installation. 11 6. Protect and preserve the interior surfaces of the casing from damage. 12 3.5 REPAIR / RESTORATION [NOT USED] 13 3.6 RE -INSTALLATION [NOT USED] 14 3.7 FIELD [OR] SITE QUALITY CONTROL 15 A. Reports and Records required for pipe installations greater than 48-inches and longer 16 than 350 feet 17 1. Maintain and submit daily logs of grouting operations. 18 a. Include: 19 1) Grouting locations 20 2) Pressures 21 3) Volumes 22 4) Grout mix pumped 23 5) Time of pumping 24 2. Note any problems or unusual observations on logs. 25 B. Grout Strength Tests 26 1. City will perform testing for 24-hour and 28-day compressive strength tests for the 27 cylinder molds or grout cubes obtained during grouting operations. 28 2. City will perform field sampling during annular space grouting. 29 a. City will collect at least 1 set of 4 cylinder molds or grout cubes for each 100 30 cubic yards of grout injected but not less than 1 set for each grouting shift. 31 b. City will perform 24-hour and 28-day compressive strength tests per ASTM 32 C39 (cylindrical specimens) or ASTM C109 (cube specimens). 33 c. Remaining samples shall be tested as directed by City. 34 C. Safety 35 1. The Contractor is responsible for safety on the job site. 36 a. Perform all Work in accordance with the current applicable regulations of the 37 Federal, State and local agencies. 38 b. In the event of conflict, comply with the more restrictive applicable 39 requirement. 40 2. No gasoline powered equipment shall be permitted in jacking shafts and receiving 41 shafts/pits. 42 a. Diesel, electrical, hydraulic and air powered equipment is acceptable, subject to 43 applicable local, State and Federal regulations. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised December 9. 2022 CPN 104280 330524-10 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 10 of 10 1 3. Methods of construction shall be such as to ensure the safety of the Work, 2 Contractor's and other employees on site and the public. 3 4. Furnish and operate a temporary ventilation system in accordance with applicable 4 safety requirements when personnel are underground. 5 a. Perform all required air and gas monitoring. 6 b. Ventilation system shall provide a sufficient supply of fresh air and maintain an 7 atmosphere free of toxic or flammable gasses in all underground work areas. 8 5. Perform all Work in accordance with all current applicable regulations and safety 9 requirements of the federal, state and local agencies. 10 a. Comply with all applicable provisions of OSHA 29 CFR Part 1926, Subpart S, 11 Underground Construction and Subpart P, Excavations. 12 b. In the event of conflict, comply with the more stringent requirements. 13 6. If personnel will enter the pipe during construction, the Contractor shall develop an 14 emergency response plan for rescuing personnel trapped underground in a shaft 15 excavation or pipe. 16 a. Keep on -site all equipment required for emergency response in accordance with 17 the agency having jurisdiction 18 3.8 SYSTEM STARTUP [NOT USED] 19 3.9 ADJUSTING [NOT USED] 20 3.10 CLEANING [NOT USED] 21 3.11 CLOSEOUT ACTIVITIES [NOT USED] 22 3.12 PROTECTION [NOT USED] 23 3.13 MAINTENANCE [NOT USED] 24 3.14 ATTACHMENTS [NOT USED] 25 26 27 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2.B.1 — Modified minimum water line diameter from 8-inches to 6-inches Added Blue Text for clarification I. 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. 12/9/2022 W Norwood CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 9. 2022 2.2 B. 1. Updated Carrier pipe table Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 CPN 104280 SECTION 33 05 26 UTILITY MARKERS/LOCATORS PART 1 - GENERAL 1.1 SUMMARY 330526-1 UTILITY MARKERS/LOCATORS Page I of A. Section Includes: 1. Buried and surface utility markers for utility construction B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item will be by lump sum. 2. Payment a. The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for "Utility Markers". 3. The price bid shall include: a. Furnishing and installing Utility Markers as specified by the Drawings b. Mobilization c. Pavement removal d. Excavation e. Hauling f. Disposal of excess material g. Furnishing, placement and compaction of backfill h. Clean-up 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Public Works Association (AWPA): a. Uniform Color Code. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised December 20, 2012 CPN 104280 330526-2 UTILITY MARKERS/LOCATORS Page 2 of 4 B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data 1. Buried Marker 2. Surface Marker 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2-PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. 3. Provide new Utility Markers/Locators from a manufacturer regularly engaged inthe manufacturing of Utility Markers/Locators. B. Materials Buried Markers (Detectable Warning Tape) a. Provide detectable warning tape as follows: 1) 5.0 mil overall thickness 2) Width — 3 inch minimum 3) Weight — 27.5 pounds per inch per 1,000 square feet 4) Triple Layer with: a) Minimum thickness 0.35 mils solid aluminum foil encased in a protective inert plastic jacket (1) 100 percent virgin low density polyethylene (2) Impervious to all known alkalis, acids, chemical reagents and solvents within soil (3) Aluminum foil visible to both sides 5) Locatable by conductive and inductive methods 6) Printing encased to avoid ink rub -off 7) Color and Legends a) Potable water lines CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised December 20, 2012 CPN 104280 330526-3 UTILITY MARKERS/LOCATORS Page 3 of (1) Color — Blue (in accordance with APWA Uniform Color Code) (2) Legend — Caution Potable Water Line Below (repeated every 24 inches) b) Reclaimed water lines (1) Color — Purple (in accordance with APWA Uniform Color Code) (2) Legend — Caution Reclaimed Water Line Below (repeated every 24 inches) c) Sewer Line (1) Color — Green (in accordance with APWA Uniform Color Code) (2) Legend — Caution Sewer Line Below (repeated every 24 inches) 2. Surface Markers a. Provide as follows: 1) 4-inch diameter, 6-feet minimum length, polyethylene posts, or equal 2) White posts with colored, ultraviolet resistant domes as follows: a) Water Lines (1) Color — Blue (in accordance with APWA Uniform Color Code) (2) Legend — Caution Potable Water Line Below b) Reclaimed water lines (1) Color — Purple (in accordance with APWA Uniform Color Code) (2) Legend — Caution Reclaimed Water Line Below c) Sewer lines (1) Color — Green (in accordance with APWA Uniform Color Code) (2) Legend — Caution Sewer Line Below 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Buried Markers (Detectable Warning Tape) 1. Install in accordance with manufacturer's recommendations below natural ground surface and directly above the utility for which it is marking. a. Allow 18 inches minimum between utility and marker. b. Bury to a depth of 3 feet or as close to the grade as is practical foroptimum protection and detectability. B. Surface Markers 1. Bury a minimum of 2 feet deep, with a minimum of 4 feet above ground 2. The warning sign for all surface markers shall be 21 inches (not including post cap). 3. Where possible, place surface markers near fixed objects. 4. Place Surface Markers at the following locations: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised December 20, 2012 CPN 104280 330526-4 UTILITY MARKERS/LOCATORS Page 4 of 4 a. Buried Features 1) Place directly above a buried feature. b. Above -Ground Features 1) Place a maximum of 2 feet away from an above -ground feature. c. Water lines 16-inches and larger 1) Each right-of-way line (or end of casing pipe) for: a) Highway crossings b) Railroad crossings 2) Utility crossings such as: a) High pressure or large diameter gas lines b) Fiber optic lines c) Underground electric transmission lines d) Or other locations shown on the Drawings, or directed by the City d. Surface markers not required for 12-inch and smaller water lines e. For sanitary sewer lines: 1) In undeveloped areas, place marker maximum of 2 feet away from an above -ground feature such as a manhole or combination air valve vault. 2) Place at 500-foot intervals along the pipeline. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson Removed references to Utility Marker Balls throughout CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised December 20, 2012 CPN 104280 330530-1 LOCATION OF EXISTING UTILITIES SECTION 33 05 30 LOCATION OF EXISTING UTILITIES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: Pagel of4 1. Locating and verifying the location and elevation of the existing underground utilities that may conflict with a facility proposed for construction by use of: a. Exploratory Excavation b. Vacuum Excavation B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Exploratory Excavation of Existing Utilities a. Measurement 1) Measurement for this Item shall be per each excavation performed as identified in the Drawings, or as directed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each `Exploratory Excavation for Existing Utilities" specified. c. The price bid shall include: 1) Grade survey 2) Pavement removal 3) Excavation 4) Utility Location 5) Hauling 6) Disposal of excess material 7) Furnishing, placing and compaction of embedment 8) Furnishing, placing and compaction of backfill 9) Clean-up 10) Surface restoration 2. Vacuum Excavation of Existing Utilities a. Measurement 1) Measurement for this Item shall be per each excavation performed as identified in the Drawings, or as directed. b. Payment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised December 20, 2012 CPN 104280 330530-2 LOCATION OF EXISTING UTILITIES Page 2 of 4 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "Vacuum Excavation" specified. c. The price bid shall include: 1) Grade survey 2) Pavement removal 3) Vacuum Excavation 4) Utility Location 5) Hauling 6) Disposal of excess material 7) Furnishing, placing and compaction of embedment 8) Furnishing, placing and compaction of backfill 9) Clean-up 10) Surface restoration 1.3 REFERENCES A. Definitions 1. Exploratory Excavation: Previously called "D-Hole" within the City, a method used to locate existing underground utility as shown on the plans through the use of standard excavation equipment. 2. Vacuum Excavation: Method used to locate existing underground utility as shown on the plans through the use of geophysical prospecting equipment such as vacuum excavation. B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Society of Civil Engineers (ASCE) a. ASCE Publication Cl/ASCE 38 (Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data) 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Coordinate with City Inspector at least 48 hours prior to commencing on site for Exploratory Excavation of Existing Utilities. 2. Coordinate location of all other existing utilities within vicinity of excavationprior to commencing Exploratory Excavation. 3. Coordinate staking of Exploratory Excavations with City at least 1 week prior to commencement. B. Sequencing 1. Exploratory Excavations shall be conducted prior to the construction of the entire project. C. Scheduling 1. For critical utility locations, the City may choose to be present during excavation. 2. Alter schedule for Exploratory Excavation of Existing Utilities to accommodate City personnel. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised December 20, 2012 CPN 104280 330530-3 LOCATION OF EXISTING UTILITIES Page 3 of 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS A. Report of Utility Location 1. Horizontal location of utility as surveyed 2. Vertical elevation of utility as surveyed a. Top of utility b. Spring line of utility c. Existing ground 3. Material type, diameter and description of the condition of existing utility 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Verification of Conditions 1. Verify location of existing utilities in accordance with the General Requirements, the General Notes and the Drawings. 3.3 PREPARATION A. Coordinate with City Survey, if applicable. 3.4 INSTALLATION A. Exploratory Excavation 1. Verify location of existing utility at location denoted on the Drawings, or as directed by the City. a. Expose utility to spring line, as necessary. b. Excavate and Backfill Trench for the Exploratory Excavation in accordance with Section 33 05 10. B. Vacuum Excavation 1. Verify location of existing utility at location denoted on the Drawings, or as directed by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised December 20, 2012 CPN 104280 330530-4 LOCATION OF EXISTING UTILITIES Page 4 of 4 2. Designate the horizontal position of the existing underground utilities that are to be located using geophysical prospecting equipment. a. Acquire record documentation from and coordinate with utility companies, as necessary to locate utility. 3. Perform excavation in general accordance with the recommended practices and procedures described in ASCE Publication Cl/ASCE 38. C. Upon completion of the utility locating, submit a report of the findings. D. If location of utility is in conflict with the Drawings, notify the CityProject Manager for appropriate design modifications. E. Place embedment and backfill in accordance with Section 33 05 10. F. Once necessary data is obtained, immediately restore surface to existing conditions to: 1. Obtain a safe and proper driving surface, if applicable 2. Ensure the safety of the general public 3. The satisfaction of the City 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] DATE NAME END OF SECTION Revision Log SUMMARY OF CHANGE Title- Exploratory Excavation of Utilities changed to Location of Existing Utilities 12/20/2012 D. Johnson 1.2 — Added Measurement of Payment for Vacuum Excavation 1.3 — Added Definitions 3.4 — Added requirements for Vacuum Excavation CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised December 20, 2012 CPN 104280 SECTION 33 1105 BOLTS, NUTS, AND GASKETS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 331105-1 BOLTS, NUTS, AND GASKETS Page 1 of 7 1. All nuts, bolts and gaskets associated with pressurized water utility lines including: a. T-Bolts and Nuts b. Flange Bolts and Nuts c. Threaded Rods d. Push -on Gaskets e. Mechanical Joint Gaskets f. Flange Gaskets g. Flange Isolation Kits h. Petrolatum Tape Systems B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 04 10 —Joint Bonding and Electrical Isolation 4. Section 33 11 10 — Ductile Iron Pipe 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Hydrocarbon Resistant Gaskets a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for all "Hydrocarbon Resistant Gaskets". 2. All Other Items a. Measurement 1) The Items in this Section are considered subsidiary to the Itembeing installed. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the unit price bid for the Item being installed and no other compensation will be allowed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 Revised December 20, 2012 CPN 104280 331105-2 BOLTS, NUTS, AND GASKETS Page 2 of 7 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. American Iron and Steel Institute (AISI). 3. American Society of Mechanical Engineers (ASME): a. PCC-1-2012 Guidelines for Pressure Boundary Bolted Flange Joint Assembly. 4. American Society of Testing and Materials (ASTM): a. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications. b. A194, Standard Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both. c. A242, Standard Specification for High -Strength Low -Alloy Carbon Structural Steel d. B117, Salt Spray Testing e. F436, Standard Specification for Hardened Steel Washers 5. American Water Works Association (AWWA): a. CI I I/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. b. C207, Steel Pipe Flanges for Waterworks Service — Sizes 4 In. Through 144 In. (100 mm Through 3,600 mm). c. C600, Installation of Ductile -Iron Mains and Their Appurtenances. d. M11, Steel Pipe. e. M41, Ductile -Iron Pipe and Fittings. 6. Fastener Quality Act (FQA) a. Public Law 106-34 (P.L. 106-34) 7. NSF International (NSF): a. 61, Drinking Water System Components -Health Effects. Society for Protective Coating (SSPC) Surface Preparation Standards (SP): a. SP2, Hand Tool Cleaning b. SP3, Power Tool Cleaning 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS A. Product Data 1. Bolts and nuts for mechanical and or flange joints 2. Gaskets B. Certificates CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 Revised December 20, 2012 CPN 104280 331105-3 BOLTS, NUTS, AND GASKETS Page 3 of 7 1. Furnish an affidavit certifying that all fasteners, excluding T-Bolts, shall conform to the Fastener Quality Act (FQA) (P.L. 106-34). 2. Furnish an affidavit certifying that the Xylan Coating is manufactured by Whitford Corporation, or a Whitford Corporation certified Applicator. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Fastener manufacturing operations (bolts, nuts, gaskets and coatings) shall be performed under the control of the manufacturer. b. All gaskets shall meet or exceed the latest revisions NSF 61 and shall meet or exceed the requirements of this Specification. B. Preconstruction Testing The City may, at its own cost, subject random fittings for destructive testing by an independent laboratory for compliance with this Specification. a. The compliance test shall be performed in the United States. b. Any visible defects or failure to meet the quality standards herein will be grounds for rejecting the entire order. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Secure and maintain a location to store the material in accordance with Section 01 6600. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List willbe considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Regulatory Requirements 1. All fasteners, excluding T-Bolts, shall conform to the Fastener Quality Act (FQA) (P.L. 106-34). All fasteners shall meet the marking requirements set forth by this Act. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 Revised December 20, 2012 CPN 104280 331105-4 BOLTS, NUTS, AND GASKETS Page 4 of 7 C. T-Bolts and Nuts Standard Xylan Coated T-bolt and Nut a. High strength, corrosion -resistant, low -carbon weathering steel in accordance with AWWA/ANSI CI I I/A21.11 and ASTM A242 b. Xylan Coating in accordance with this Section 2. Stainless Steel T-bolt with Xylan Coated Stainless Steel Nut a. Stainless Steel T-bolt and Nut in accordance with AISI 304. b. Coat nut with Xylan in accordance with this Section. D. Flange Bolts and Nuts Stainless Steel Bolt and Xylan Coated Nut a. Meet requirements of AWWA C207 b. Bolts: ASTM A193, Grade B8, Class 1(AISI 304 Stainless Steel, carbide solution treated) c. Nuts and Washers: ASTM A194, Grade 8 Nuts with AISI 304 Stainless Steel Washers 1) Coat nut with Xylan in accordance with this Section. E. Threaded Rods 1. Meet requirements of AWWA C207 2. Rods: ASTM A193, Grade B8, Class l(AISI 304 Stainless Steel, carbide solution treated) 3. Nuts and Washers: ASTM A194, Grade 8 Nuts with AISI 304 Stainless Steel Washers a. Coat nut with Xylan in accordance with this Section. F. Push -on Gaskets 1. Conforming to the physical and marking requirements specified in ANSI/AWWA C111/A21.11. 2. All gaskets shall meet or exceed the latest revisions NSF 61. 3. Rubber gaskets shall be made of vulcanized styrene butadiene rubber SBR, unless otherwise specified in Drawings. 4. Gaskets shall be free from porous areas, foreign material and other defects that make them unfit for intended use. 5. Gaskets shall be the size and shape required to provide an adequate compressive force against the plain end and socket after assembly to affect a positive seal under all combinations of joint and gasket tolerances. G. Mechanical Joint Gaskets 1. Conforming to the physical and marking requirements specified in ANSI/AWWA C111/A21.11. 2. All gaskets shall meet or exceed the latest revisions NSF 61. 3. Rubber gaskets shall be made of vulcanized styrene butadiene rubber SBR, unless otherwise specified in Drawings. 4. Gaskets shall be free from porous areas, foreign material and other defects that make them unfit for intended use. H. Flange Gaskets 1. Class E Flanges CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 Revised December 20, 2012 CPN 104280 331105-5 BOLTS, NUTS, AND GASKETS Page 5 of 7 a. Full face b. Manufactured true to shape from minimum 80 durometer SBR rubber stock of a thickness not less than 1/8 inch c. Virgin stock d. Conforming to the physical and test requirements specified in AWWA/ANSI C1I1/A21.11 e. All gaskets shall meet or exceed the latest revisions NSF 61. £ Finished gaskets shall have holes punched by the manufacturer and shall match the flange pattern in every respect. g. Frayed cut edges are not acceptable. h. Field cut sheet gaskets are not acceptable. I. Hydrocarbon Resistant Gaskets Furnish Viton® (Fluorocarbon) Rubber, hydrocarbon resistant gaskets, when required. J. Flange Isolation Kits 1. Flanges which are required by the Drawings to be Isolation Flanges shall conform to Section 33 04 10. 2. For bolts used with isolation sleeves per Section 33 04 10, threading must extend to bolt head with no grip to ensure sleeves fit properly. K. Petrolatum Tape System 1. Petrolatum Tape Primer: Denso Paste, or approved equal 2. Molding and Filler mastic: Densyl Mastic, or approved equal 3. All Purpose Petrolatum Tape: Densyl Tape, or approved equal L. Xylan Coating a. Coat nuts and bolts with a ceramic -filled, baked on fluorocarbon resin, when required. b. Coated nuts and bolts shall be prepared "near white" or "white" when coated to the coating manufacturer's recommended thickness by a certified applicator. c. Coating shall be of Xylan as manufactured by Whitford Corporation and applied by Whitford Corporation or Whitford Corporation Recommended Coater. d. Coating shall be free from holidays and defects. e. Coating thickness shall between 0.0007-inches and 0.0012-inches and shall be such that the nut turns freely on the bolt. £ Coating shall conform to the performance requirements of ASTM B 117, "Salt Spray Test" and shall include, if required, a certificate of conformance. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 Revised December 20, 2012 CPN 104280 331105-6 BOLTS, NUTS, AND GASKETS Page 6 of 7 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Mechanical Joints 1. Assemble mechanical joints in accordance with ANSI/AWWA C111/A21.11 Appendix A, AWWA C600 and AWWA Manual M41. 2. Use Standard Xylan Coated T-bolts and Nuts. a. Stainless Steel T-bolts with Xylan Coated Stainless Steel Nuts shall only be used when specifically required in the Drawings. B. Flanged Joints 1. Install in accordance with ASME PCC-1-2012. 2. Use Stainless Steel Bolts and Xylan Coated Nuts. Wrap all buried steel flanges for AWWA C200, C301 or C303 pipe with Petrolatum Tape System. a. If only 1 flange in a joint is steel (AWWA C200, C301, or C303), petrolatum tape wrapping will be required. b. If a joint is made between two ductile iron flanges, the joint should be polyethylene encased in accordance with Section 33 11 10. 4. Flange bolts are normally spaced evenly around the flange. 5. During assembly, tighten nuts gradually and equally using a three -pass method in accordance with ASME PCC-1-2012. a. For the first pass, tighten the nuts to 50 percent at diametrically opposite sides to prevent misalignment and to ensure that all bolts carry equal loads. b. For the second pass, tighten the nuts to 100 percent again in a diametrically opposite pattern. c. Allow a minimum of 1 hour to pass to provide time for settlement between bolts and nuts and gasket relaxation. d. Complete the third pass by checking each bolt in a clockwise pattern. Each nut should be tightened until it will no longer turn. This step compensates for elastic interaction and brings all bolts into parity. 6. The threads of the bolts should protrude a minimum of/z-inch from the nuts. C. Flanged Joints with Isolation Kit 1. Flange Isolation Kits shall be installed in accordance with Section 33 0410. 2. City will verify Isolation in accordance with Section 33 04 10. D. Threaded Rod 1. Install as part of joint harness assembly in accordance with AWWA Manual M11. 2. Space rods evenly around the pipe. 3. During assembly, tighten nuts gradually and equally using a three -pass method in accordance with ASME PCC-1-2012. a. For the first pass, tighten the nuts to 50 percent at diametrically opposite sides to prevent misalignment and to ensure that all bolts carry equal loads. b. For the second pass, tighten the nuts to 100 percent again in a diametrically opposite pattern. 4. The threads of the bolts should protrude a minimum of from the nuts. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 Revised December 20, 2012 CPN 104280 331105-7 BOLTS, NUTS, AND GASKETS Page 7 of 7 5. Wrap joint harness assembly with Petrolatum Tape System. E. Petrolatum Tape System 1. Surfaces should be free from dirt, loose rust, scale or flaking coatings. a. Clean surfaces in accordance with SSPC SP2 or SSPC SP3. 1) High pressure wash of 3,000 to 7,000 psi is also suitable. b. Surfaces may be damp but shall not have droplets or continuous film of water. 2. Apply a uniform, thin coat of Petrolatum Tape Primer to the entire surface by stiff brush, gloved hand or rag at normal ambient temperatures. 3. By hand application, apply Molding and Filler Mastic to a rounded configuration to fill irregular shapes and reduce sharp -edged surfaces. 4. Spirally wrap All Purpose Petrolatum Tape with a minimum overlap of 1 inch. a. For severely corrosive environments, an overlap of 55 percent is recommended. b. Press air pockets out and smooth all lap seams. 5. For additional mechanical protection, overwrap may be applied to increase impact strength and electrical resistance. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 SUMMARY OF CHANGE Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 CPN 104280 1 2 3 PART 1-GENERAL 4 1.1 SUMMARY SECTION 33 1110 DUCTILE IRON PIPE 33 11 10-1 DUCTILE IRON PIPE Page 1 of 14 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. 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 33 0131 — Closed Circuit Television (CCTV) Inspection 14 4. Section 33 04 10 — Joint Bonding and Electrical Isolation 15 5. Section 33 04 40 — Cleaning and Acceptance Testing of WaterMains 16 6. Section 33 05 10 — Utility Trench Excavation, Embedment andBackfill 17 7. Section 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 18 8. Section 33 1105 — Bolts, Nuts, andGaskets 19 9. Section 33 11 11 — Ductile IronFittings 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Ductile Iron Pipe 23 a. Measurement 24 1) Measured horizontally along the surface from center line to center line of 25 the fitting, manhole, or appurtenance 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 bid per linear foot for "DIP" installed for: 30 a) Various sizes 31 b) Various types of backfill 32 c) Various linings 33 d) Various Depths, for miscellaneous sewer projects only 34 e) Various restraints 35 f) Various uses 36 c. The price bid shall include: 37 1) Furnishing and installing Ductile Iron Pipe with joints as specified by the 38 Drawings 39 2) Mobilization CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised December 9, 2022 CPN 104280 33 11 10-2 DUCTILE IRON PIPE Page 2 of 14 1 3) Polyethylene encasement 2 4) Lining 3 5) Pavement removal 4 6) Excavation 5 7) Hauling 6 8) Disposal of excess material 7 9) Furnishing, placement and compaction of embedment 8 10) Furnishing, placement and compaction of backfill 9 11) Trench water stops 10 12) Thrust restraint, if required in Contract Documents 11 13) Bolts and nuts 12 14) Gaskets 13 15) Clean-up 14 16) Cleaning 15 17) Disinfection 16 18) Testing 17 1.3 REFERENCES 18 A. Definitions 19 1. Gland or Follower Gland 20 a. Non -restrained, mechanical joint fitting 21 2. Retainer Gland 22 a. Mechanically restrained mechanical joint fitting 23 B. Reference Standards 24 1. Reference standards cited in this Specification refer to the current reference standard 25 published at the time of the latest revision date logged at the end of this Specification, 26 unless a date is specifically cited. 27 2. American Association of State Highway and Transportation Officials (AASHTO). 28 3. American Society of Mechanical Engineers (ASME): 29 a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and250). 30 4. ASTM International (ASTM): 31 a. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting for 32 High Temperature or High Pressure Service and Other Special Purpose 33 Applications 34 b. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High 35 Pressure or High Temperature Service, or Both 36 c. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. 37 d. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi 38 Tensile Strength. 39 e. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for 40 Water or Other Liquids. 41 f. 13117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 42 g. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and 43 Steel. 44 5. American Water Works Association(AWWA): CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised December 9, 2022 CPN 104280 33 11 10 - 3 DUCTILE IRON PIPE Page 3 of 14 1 a. C203, Coal -Tar Protective Coatings and Linings for Steel Water Pipelines - 2 Enamel and Tape - Hot Applied. 3 b. C600, Installation of Ductile -Iron Water Mains and their Appurtenances. 4 c. M41, Ductile -Iron Pipe and Fittings. 5 6. American Water Works Association/American National Standards Institute 6 (AWWA/ANSI): 7 a. C 104/A21.4, Cement —Mortar Lining for Ductile -Iron Pipe and Fittings. 8 b. C105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. 9 c. CI I I/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. 10 d. C115/A21.15, Flanged Ductile -Iron Pipe with Ductile -Iron orGray-Iron 11 Threaded Flanges. 12 e. C150/A21.50, Thickness Design of Ductile -Iron Pipe. 13 £ C151/A21.51, Ductile -Iron Pipe, Centrifugally Cast, for Water. 14 g. C600, Installation of Ductile -Iron Water Mains and theirAppurtenances 15 7. NSF International (NSF): 16 a. 61, Drinking Water System Components - Health Effects. 17 8. Society for Protective Coatings (S SPC): 18 a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. 19 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 20 1.5 SUBMITTALS 21 A. Submittals shall be in accordance with Section 0133 00. 22 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 23 specials. 24 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS 25 A. Product Data 26 1. Interior lining 27 a. If it is other than cement mortar lining in accordance with AWWA/ANSI 28 C104/A21.4, including: 29 1) Material 30 2) Application recommendations 31 3) Field touch-up procedures 32 2. Thrust Restraint 33 a. Retainer glands, thrust harnesses or any other means 34 3. Gaskets 35 a. If hydrocarbon or other special gaskets are required 36 B. Shop Drawings — Furnish for Ductile Iron Pipe used in the water distribution system or 37 for a wastewater force main for 24-inch and greater diameters, including: 38 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in 39 Texas including: 40 a. Working pressure 41 b. Surgepressure 42 c. Deflection CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised December 9, 2022 CPN 104280 33 11 10-4 DUCTILE IRON PIPE Page 4 of 14 1 2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed 2 Professional Engineer in Texas, to verify the restraint lengths shown in the Drawings. 3 3. Lay schedule/drawing for 24-inch and greater diameters, sealed by a Licensed 4 Professional Engineer in Texas including: 5 a. Pipe class 6 b.Joints type 7 c. Fittings 8 d. Stationing 9 e. Transitions 10 f. Joint deflection 11 C. Certificates 12 1. Furnish an affidavit certifying that all Ductile Iron Pipe meets the provisions of this 13 Section, each run of pipe furnished has met Specifications, all inspections have 14 been made, and that all tests have been performed in accordance with 15 AWWA/ANSI C151/A21.51. 16 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. 17 1.7 CLOSEOUT SUBMITTALS [NOT USED] 18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSURANCE 20 A. Qualifications 21 1. Manufacturers 22 a. Finished pipe shall be the product of 1 manufacturer. 23 1) Change orders, specials, and field changes may be provided by a different 24 manufacturer upon City approval. 25 b. Pipe manufacturing operations (pipe, lining, and coatings) shall be performed 26 under the control of the manufacturer. 27 c. Ductile Iron Pipe 28 1) Manufactured in accordance with AWWA/ANSI C151/A21.51 29 a) Perform quality control tests and maintain results as outlined within 30 standard to assure compliance. 31 2) Subject each pipe to a hydrostatic test of not less than 500 psi for duration 32 of at least 10 seconds. 33 B. Preconstruction Testing 34 1. The City may, at its own cost, subject random lengths of pipe for testing by an 35 independent laboratory for compliance with this Specification. 36 a. The compliance test shall be performed in the United States. 37 b. Any visible defects or failure to meet the quality standards herein will be 38 grounds for rejecting the entire order. 39 1.10 DELIVERY, STORAGE, AND HANDLING 40 A. Storage and Handling Requirements 41 1. Ductile Iron Pipe shall be stored and handled in accordance with the guidelines as 42 stated in AWWA M41. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised December 9, 2022 CPN 104280 33 11 10 - 5 DUCTILE IRON PIPE Page 5 of 14 1 2. Secure and maintain a location to store the material in accordance with Section 0166 2 00. 3 1.11 FIELD [SITE] CONDITIONS [NOT USED] 4 1.12 WARRANTY [NOT USED] 5 PART 2 - PRODUCTS 6 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 7 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 8 A. Manufacturers 9 1. Only the manufacturers as listed in the City's Standard Products List will be 10 considered as shown in Section 0160 00. 11 a. The manufacturer must comply with this Specification and related Sections. 12 2. Any product that is not listed on the Standard Products List is considered a 13 substitution and shall be submitted in accordance with Section 0125 00. 14 B. Pipe 15 1. Pipe shall be in accordance with AWWA/ANSI C111/A21.11, AWWA/ANSI 16 C150/A21.15, and AWWA/ANSI C151/A21.51. 17 2. All pipe shall meet the requirements of NSF 61. 18 3. Pipe shall have a lay length of 18 feet or 20 feet except for special fittings or 19 closure pieces and necessary to comply with the Drawings. 20 4. As a minimum the following pressures classes apply. The Drawings may specify a 21 higher pressure class or the pressure and deflection design criteria may also require 22 a higher pressure class, but in no case should they be less than the following: 23 Diameter Min Pressure Class (inches) (psi) 3 through 12 350 14 through 20 250 24 200 30 through 64 150 24 25 5. Pipe markings shall meet the minimum requirements ofAWWA/ANSI 26 C151/A21.51. Minimum pipe markings shall be as follows: 27 a. "DI" or "Ductile" shall be clearly labeled on each pipe 28 b. Weight, pressure class and nominal thickness of eachpipe 29 c. Year and country pipe were cast 30 d. Manufacturer's mark 31 6. Pressure and Deflection Design 32 a. Pipe design shall be based on trench conditions and design pressure class 33 specified in the Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised December 9, 2022 CPN 104280 33 11 10 - 6 DUCTILE IRON PIPE Page 6 of 14 1 b. Pipe shall be designed according to the methods indicated inAWWA/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) = Pw + 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 (DX) = 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, corrosion resistant joints. 28 b. In addition to the mechanical joint restraint required for all bends and fittings, 29 horizontal and vertical bends shall be restrained by concrete thrust blocking 30 and by mechanical joint restraint along the length of the pipe, as recommended 31 by the pipe manufacturer, unless shown otherwise in the design drawings. 32 Inclusion in the plans of dimensions for joint restraint lengths along the pipe, or 33 dimensions for concrete thrust blocking, shall be interpreted to mean the 34 exclusion of the other method of restraint, unless both methods are specifically 35 required in the plans. 36 c. No thrust restraint contribution shall be allowed for the restrained length of 37 pipe within the casing. 38 d. Restrained joints, when required, shall be used for a sufficient distance from 39 each side of the bend, tee, plug, valve or other fitting to resist thrust which will 40 be developed at the design pressure of the pipe. For the purpose of thrust, the 41 following shall apply: 42 1) Valves shall be calculated as dead ends. 43 2) Design pressure shall be greater than the working pressure of the pipe or 44 the internal pressure (Pi) whichever is greater. 45 3) Restrained joints shall consist of approved mechanical restrained or push- 46 on restrained joints as listed in the City's Standard Products List as shown 47 in Section 0160 00. 48 e. The Pipe Manufacturer shall verify the length of pipe with restrained joints to 49 resist thrust in accordance with the Drawings, AWWA M41, and the following: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised December 9, 2022 CPN 104280 33 11 10-7 DUCTILE IRON PIPE Page 7 of 14 1 1) The weight of earth (We) shall be calculated as the weight of the projected 2 soil prism above the pipe, for unsaturated soil conditions. 3 2) Soil density = 130 pcf (maximum value to be used), for unsaturated soil 4 conditions 5 3) If indicated on the Drawings and the Geotechnical Borings that ground 6 water is expected, account for reduced soil density. 7 8. Joints 8 a. General — Comply with AWWA/ANSI C111/A21.11. 9 b. Push -On Joints 10 c. Mechanical Joints 11 d. Push -On Restrained Joints 12 1) Restraining Push -on joints by means of a special gasket 13 a) Only those products that are listed in Section 0160 00 14 b) The working pressure rating of the restrained gasket must exceed the 15 test pressure of the pipe line to be installed. 16 c) Approved for use of restraining Ductile Iron Pipe in casing with a 17 carrier pipe of 4-inches to 12-inches 18 d) Otherwise only approved if specially listed on the Drawings 19 2) Push -on Restrained Joint bell and spigot 20 a) Only those products list in the standard products list will be allowed for 21 the size listed in the standard products list per Section 01 60 00. 22 b) Pressure rating shall exceed the working and test pressure of the pipe 23 line. 24 e. Flanged Joints — AWWA/ANSI C115/A21.15, ASME B 16.1, Class 125 25 f. Flange bolt circles and bolt holes shall match those of ASME B 16.1, Class 125. 26 g. Field fabricated flanges are prohibited. 27 9. Gaskets 28 a. Provide Gaskets in accordance with Section 33 1105. 29 10. Isolation Flanges 30 a. Flanges required by the drawings to be Isolation Flanges shall conform to 31 Section 33 04 10. 32 11. Bolts andNuts 33 a. Mechanical Joints 34 1) Provide bolts and nuts in accordance with Section 33 1105. 35 b. FlangedEnds 36 1) Meet requirements of AWWA Cl 15. 37 a) Provide bolts and nuts in accordance with Section 33 11 05. 38 12. 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 13. Ductile Iron Pipe Exterior Coatings 43 a. All ductile iron shall have an asphaltic coating, minimum of 1 mil thick, onthe 44 pipe exterior, unless otherwise specified in the Contract Documents. 45 14. Polyethylene Encasement 46 a. All buried Ductile Iron Pipe shall be polyethylene encased. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised December 9, 2022 CPN 104280 33 11 10-8 DUCTILE IRON PIPE Page 8 of 14 1 b. Only manufacturers listed in the City's Standard Products List as shown in 2 Section 0160 00 will be considered acceptable. 3 c. Use only virgin polyethylene material. 4 d. Encasement for buried pipe shall be 8 mil linear low density (LLD) 5 polyethylene conforming to AWWA/ANSI C 105/A21.5 or 4 mil high density 6 cross -laminated (HDCL) polyethylene encasement conforming to 7 AWWA/ANSI CI05/A21.5 and ASTM A674. 8 e. Marking: At a minimum of every 2 feet along its length, the mark the 9 polyethylene film with the following information: 10 1) Manufacturer's name or trademark 11 2) Year of manufacturer 12 3) AWWA/ANSI C105/A21.5 13 4) Minimum film thickness and material type 14 5) Applicable range of nominal diameter sizes 15 6) Warning — Corrosion Protection — Repair Any Damage 16 £ Special Markings/Colors 17 1) Reclaimed Water, perform one of the following: 18 a) Label polyethylene encasement with "RECLAIMED WATER", 19 b) Provide purple polyethylene in accordance with the American Public 20 Works Association Uniform Color Code; or 21 c) Attach purple reclaimed water marker tape to the polyethylene wrap. 22 2) Wastewater, perform one of the following: 23 a) Label polyethylene encasement with"WASTEWATER"; 24 b) Provide green polyethylene in accordance with the American Public 25 Works Association Uniform Color Code; or 26 c) Attach green sanitary sewer marker tape to the polyethylene wrap. 27 g. Minimum widths 28 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised December 9, 2022 CPN 104280 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 31 32 33 11 10-9 DUCTILE IRON PIPE Page 9 of 14 54 108 216 60 108 216 64 121 242 15. Ductile Iron Pipe Interior Lining a. Cement Mortar Lining 1) Ductile Iron Pipe for potable water shall have a cement mortar lining in accordance with AWWA/ANSI C104/A21.O4 and be acceptable according to NSF 61. b. Ceramic Epoxy or Epoxy Linings 1) Ductile Iron Pipe for use in wastewater applications shall be lined with a Ceramic Epoxy or Epoxy lining as designated in the City's Standard Products List as shown in Section 0160 00. 2) Apply lining at a minimum of 40 mils DFT. 3) Due to the tolerances involved, the gasket area and spigot end up to 6 inches back from the end of the spigot end must be coated with 6 mils nominal, 10 mils maximum using a Joint Compound as supplied by the manufacturer. a) Apply the joint compound by brush to ensure coverage. b) Care should be taken that the joint compound is smooth without excess buildup in the gasket seat or on the spigot ends. c) Coat the gasket seat and spigot ends after the application of the lining. 4) Surface preparation shall be in accordance with the manufacturer's recommendations. 5) Check thickness using a magnetic film thickness gauge in accordance with the method outlined in SSPC PA 2. 6) Test the interior lining of all pipe barrels for pinholes with a non- destructive 2,500 volt test. a) Repair any defects prior to shipment. 7) Mark each fitting with the date of application of the lining system along with its numerical sequence of application on that date and records maintained by the applicator of his work. 8) For all Ductile Iron Pipe in wastewater service where the pipe has been cut, coat the exposed surface with the touch-up material as recommended by the manufacturer. a) The touch-up material and the lining shall be of the same manufacturer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised December 9, 2022 CPN 104280 33 11 10-10 DUCTILE IRON PIPE Page 10 of 14 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 [NOT USED] 7 3.4 INSTALLATION 8 A. General 9 1. Install pipe, fittings, specials and appurtenances as specified herein, as specified in 10 AWWA C600, AWWA M41 and in accordance with the pipe manufacturer's 11 recommendations. 12 2. See Section 33 11 11 for installation requirements for Ductile Iron Fittings. 13 3. Lay pipe to the lines and grades as indicated in the Drawings. 14 4. Excavate and backfill trenches in accordance with Section 33 0510. 15 5. Embed Ductile Iron Pipe in accordance with Section 33 0510. 16 6. For installation of carrier pipe within casing, see Section 33 0524. 17 B. Pipe Handling 18 1. Haul and distribute pipe and fittings at the project site. 19 2. Handle piping with care to avoid damage. 20 a. Inspect each joint of pipe and reject or repair any damaged pipe prior to 21 lowering into the trench. 22 b. Do not handle the pipe in such a way that will damage the interior lining. 23 c. Use only nylon ropes, slings or other lifting devices that will not damage the 24 surface of the pipe for handling the pipe. 25 3. At the close of each operating day: 26 a. Keep the pipe clean and free of debris, dirt, animals and trash —during and after 27 the laying operation. 28 b. Effectively seal the open end of the pipe using a gasketed night cap. 29 C. Joint Making 30 1. Mechanical Joints 31 a. Bolt the follower ring into compression against the gasket with the bolts 32 tightened down evenly then cross torqued in accordance with AWWA C600. 33 b. Overstressing of bolts to compensate for poor installation practice will not be 34 permitted. 35 2. Push -on Joints 36 a. Install Push -on joints as defined in AWWA/ANSI CI I I/A21.11. 37 b. Wipe clean the gasket seat inside the bell of all extraneous matter. 38 c. Place the gasket in the bell in the position prescribed by the manufacturer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised December 9, 2022 CPN 104280 33 11 10 - 11 DUCTILE IRON PIPE Page 11 of 14 1 d. Apply a thin film of non -toxic vegetable soap lubricant to the inside of the 2 gasket and the outside of the spigot prior to entering the spigot into the bell. 3 e. When using a field cut plain end piece of pipe, refinish the field cut and scarfto 4 conform to AWWA C6OO. 5 3. FlangedJoints 6 a. Use erection bolts and drift pins to make flanged connections. 7 1) Do not use undue force or restraint on the ends of the fittings. 8 2) Apply even and uniform pressure to the gasket. 9 b. The fitting must be free to move in any direction while bolting. 10 1) Install flange bolts with all bolt heads faced in one direction. 11 4. Joint Deflection 12 a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines 13 and grades and shown in the Drawings. 14 b. The deflection of each joint must be in accordance with AWWA C6O0 Table 3. 15 c. The maximum deflection allowed is 50 percent of that indicated in AWWA 16 C600. 17 d. The manufacturer's recommendation may be used with the approval of the 18 Engineer. 19 D. Polyethylene Encasement Installation 20 1. Preparation 21 a. Remove all lumps of clay, mud, cinders, etc., on pipe surface prior to 22 installation of polyethylene encasement. 23 1) Prevent soil or embedment material from becoming trapped between pipe 24 and polyethylene. 25 b. Fit polyethylene film to contour of pipe to affect a snug, but not tight encase 26 with minimum space between polyethylene and pipe. 27 1) Provide sufficient slack in contouring to prevent stretching polyethylene 28 where it bridges irregular surfaces such as bell -spigot interfaces, bolted 29 joints or fittings and to prevent damage to polyethylene due tobackfilling 30 operations. 31 2) Secure overlaps and ends with adhesive tape and hold. 32 c. For installations below water table and/or in areas subject to tidal actions, seal 33 both ends of polyethylene tube with adhesive tape at joint overlap. 34 2. Tubular Type (Method A) 35 a. Cut polyethylene tube to length approximately 2 feet longer than pipe section. 36 b. Slip tube around pipe, centering it to provide 1-foot overlap on each adjacent 37 pipe section and bunching it accordion -fashion lengthwise until it clears pipe 38 ends. 39 c. Lower pipe into trench and make up pipe joint with preceding section ofpipe. 40 d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. 41 e. After assembling pipe joint, make overlap of polyethylene tube, pull bunched 42 polyethylene from preceding length of pipe, slip it over end of the new length 43 of pipe and wrap until it overlaps joint at end of preceding length of pipe. 44 f. Secure overlap in place. 45 g. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel 46 of pipe, securing fold at quarter points. 47 h. Repair cuts, tears, punctures or other damage to polyethylene. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised December 9, 2022 CPN 104280 33 11 10 - 12 DUCTILE IRON PIPE Page 12 of 14 1 i. Proceed with installation of next pipe in same manner. 2 3. Tubular Type (MethodB) 3 a. Cut polyethylene tube to length approximately 1 foot shorter than pipe section. 4 b. Slip tube around pipe, centering it to provide 6 inches of bare pipe at each end. 5 c. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel 6 of pipe, securing fold at quarter points; secure ends. 7 d. Before making up joint, slip 3-foot length of polyethylene tube over end of 8 proceeding pipe section, bunching it accordion -fashion lengthwise. 9 e. After completing joint, pull 3-foot length of polyethylene over joint, 10 overlapping polyethylene previously installed on each adjacent section ofpipe 11 by at least 1 foot; make each end snug and secure. 12 4. Sheet Type 13 a. Cut polyethylene sheet to a length approximately 2 feet longer than piece 14 section. 15 b. Center length to provide 1-foot overlap on each adjacent pipe section, bunching 16 it until it clears the pipe ends. 17 c. Wrap polyethylene around pipe so that it circumferentially overlaps top 18 quadrant of pipe. 19 d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. 20 e. Lower wrapped pipe into trench and make up pipe joint with preceding section 21 of pipe. 22 f. Make shallow bell hole at joints to facilitate installation of polyethylene. 23 g. After completing joint, make overlap and secure ends. 24 h. Repair cuts, tears, punctures or other damage to polyethylene. 25 i. Proceed with installation of next section of pipe in same manner. 26 5. Pipe -Shaped Appurtenances 27 a. Cover bends, reducers, offsets and other pipe -shaped appurtenances with 28 polyethylene in same manner as pipe and fittings. 29 6. Odd -Shaped Appurtenances 30 a. When it is not practical to wrap valves, tees, crosses, and other odd -shaped 31 pieces in tube, wrap with flat sheet or split length polyethylene tube bypassing 32 sheet under appurtenances and bringing it up around body. 33 b. Make seams by bringing edges together, folding over twice and taping down. 34 c. Tape polyethylene securely in place at the valve stem and at any other 35 penetrations. 36 7. Repairs 37 a. Repair any cuts, tears, punctures or damage to polyethylene with adhesive tape 38 or with short length of polyethylene sheet or cut open tube, wrapped around 39 fitting to cover damaged area and secured in place. 40 8. Openings in Encasement 41 a. Provide openings for branches, service taps, blow -offs, air valves and similar 42 appurtenances by making an X-shaped cut in polyethylene and temporarily 43 folding back film. 44 b. After appurtenance is installed, tape slack securely to appurtenance and repair 45 cut, as well as other damaged area in polyethylene with tape. 46 c. Service taps may also be made directly through polyethylene, with any 47 resulting damaged areas being repaired as described above. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised December 9, 2022 CPN 104280 33 11 10 - 13 DUCTILE IRON PIPE Page 13 of 14 1 9. Junctions between Wrapped and UnwrappedPipe: 2 a. Where polyethylene -wrapped pipe joins an adjacent pipe that is not wrapped, 3 extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. 4 b. Secure end with circumferential turns of tape. 5 c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric 6 tape for minimum clear distance of 3 feet away from Cast or Ductile Iron Pipe. 7 3.5 REPAIR/RESTORATION 8 A. Patching 9 1. Excessive field -patching is not permitted of lining orcoating. 10 2. Patching of lining or coating will be allowed where area to be repaired does not 1 I exceed 100 square inches and has no dimensions greater than 12 inches. 12 3. In general, there shall not be more than 1 patch on either the lining or the coating of 13 any 1 joint of pipe. 14 4. Wherever necessary to patch the pipe: 15 a. Make patch with cement mortar as previously specified for interior joints. 16 b. Do not install patched pipe until the patch has been properly and adequately 17 cured and approved for laying by the City. 18 5. Promptly remove rejected pipe from the site. 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL 21 A. Potable Water Mains 22 1. Cleaning, disinfection, hydrostatic testing and bacteriological testing of water mains 23 a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water 24 main as specified in Section 33 04 40. 25 B. Wastewater Lines 26 1. Closed Circuit Television (CCTV) Inspection 27 a. Provide a Post -CCTV Inspection in accordance with Section 33 0131. 28 3.8 SYSTEM STARTUP [NOT USED] 29 3.9 ADJUSTING [NOT USED] 30 3.10 CLEANING [NOT USED] 31 3.11 CLOSEOUT ACTIVITIES [NOT USED] 32 3.12 PROTECTION [NOT USED] 33 3.13 MAINTENANCE [NOT USED] 34 3.14 ATTACHMENTS [NOT USED] 35 END OF SECTION 36 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised December 9, 2022 CPN 104280 33 11 10 - 14 DUCTILE IRON PIPE Page 14 of 14 Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A.l.b. — Updated Payment types 12/20/2012 D. Johnson 1.3 — Added definitions of gland types for clarity 2.2.B.9, 10, 11 and 12 — Added reference to Section 33 1105 and removed material specification for bolts, nuts and gaskets 12/9/2022 W Norwood 2.2 B. 7. Revised "Provisions for Thrust' section CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised December 9, 2022 CPN 104280 1 2 3 PART 1- GENERAL 4 1.1 SUMMARY SECTION 33 11 11 DUCTILE IRON FITTINGS 33 11 11 -1 DUCT ILE IRONFITTINGS Page 1 of 13 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. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions ofthe 14 Contract 15 2. Division 1 — General Requirements 16 3. Section 03 30 00 — Cast -in -Place Concrete 17 4. Section 33 04 10 — Joint Bonding and Electrical Isolation 18 5. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 19 6. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 20 7. Section 33 1105 — Bolts, Nuts, and Gaskets 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Ductile Iron Water Fittings withRestraint 24 a. Measurement 25 1) Shall be per ton of fittings supplied 26 2) Fittings weights are the sum of the various types of fittings multiplied by 27 the weight per fitting as listed in AWWA/ANSI C 153/A21.53. 28 3) The fitting weights listed in AWWA/ANSI C 110/A21.10 are only allowed 29 for specials where an AWWA/ANSI C 153/A21.53 is not available, or if the 30 Drawings specifically call for an AWWA/ANSI C110/A21.10 fittings. 31 4) If the Contractor chooses to supply AWWA/ANSI C110/A21.10 (full 32 body) Ductile Iron Fittings in lieu of AWWA/ANSI C 153/A21.53 33 (compact) Ductile Iron Fittings at his convenience, then the weight shall be 34 measured in accordance with AWWA/ANSI C153/A21.53. 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 ton of "Ductile Iron Water Fittings withRestraint". 39 c. The price bid shall include: 40 1) Furnishing and installing Ductile Iron Water Fittings as specified by the 41 Drawings CITY OF FORT WORT H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised September 20, 2017 CPN 104280 33 11 11 -2 DUCT ILE IRONFITTINGS 4 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 Page 2 of 13 2) Polyethylene encasement 3) Lining 4) Pavement removal 5) Excavation 6) Hauling 7) Disposal of excess material 8) Furnishing and installing bolts, nuts, and restraints 9) Furnishing, placement and compaction of embedment 10) Furnishing, placement and compaction ofbackfill 11) Trench water stops 12) Clean-up 13) Cleaning 14) Disinfection 15) Testing 2. Ductile Iron SewerFittings a. Measurement 1) Shall be per ton of fittings supplied 2) Fittings weights are the sum of the various types of fittings multiplied by the weight per fitting as listed in AWWA/ANSI C153/A21.53. 3) The fitting weights listed in AWWA/ANSI C 110/A21.10 are only allowed for specials where an AWWA/ANSI C 153/A21.53 is not available, or if the Drawings specifically call for an AWWA/ANSI C110/A21.10 fittings. 4) If the Contractor chooses to supply AWWA/ANSI C110/A21.10 (full body) Ductile Iron Fittings in lieu of AWWA/ANSI C153/A21.53 (compact) Ductile Iron Fittings at his convenience, then the weight shall be measured in accordance with AWWA/ANSI C153/A21.53. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per ton of "Ductile Iron Sewer Fittings". c. The price bid shall include: 1) Furnishing and installing Ductile Iron Water Fittings as specified by the Drawings 2) Epoxy Coating 3) Polyethylene encasement 4) Lining 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing and installing bolts, nuts, and restraints 10) Furnishing, placement and compaction of embedment 11) Furnishing, placement and compaction ofbackfill 12) Clean-up 13) Cleaning 14) Disinfection 15) Testing CITY OF FORT WORT H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised September 20, 2017 CPN 104280 33 11 11 -3 DUCT ILE IRONFITTINGS Page 3 of 13 1 1.3 REFERENCES 2 A. Definitions 3 1. Gland or Follower Gland 4 a. Non -restrained, mechanical joint fitting 5 2. Retainer Gland 6 a. Mechanically restrained mechanical joint fitting, consisting of multiple 7 gripping wedges incorporated into a follower gland meeting the applicable 8 requirements of ANSFAWWA C110/A21.10. 9 B. Reference Standards 10 1. Reference standards cited in this Specification refer to the current reference 11 standard published at the time of the latest revision date logged at the end of this 12 Specification, unless a date is specifically cited. 13 2. American Society of Mechanical Engineers (ASME): 14 a. B 16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and250). 15 3. ASTM International (ASTM): 16 a. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting for 17 High Temperature or High Pressure Service and Other Special Purpose 18 Applications 19 b. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High 20 Pressure or High Temperature Service, or Both 21 c. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. 22 d. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for 23 Water or Other Liquids. 24 e. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 25 4. American Water Works Association(AWWA): 26 a. C203, Coal -Tar Protective Coatings and Linings for Steel Water Pipelines - 27 Enamel and Tape - Hot Applied. 28 b. C600, Installation of Ductile -Iron Water Mains and their Appurtenances. 29 c. M41, Ductile -Iron Pipe and Fittings. 30 5. American Water Works Association/American National Standards Institute 31 (AWWA/ANSI): 32 a. C I04/A21.4, Cement —Mortar Lining for Ductile -Iron Pipe andFittings. 33 b. C105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. 34 c. C110/A21.10, Ductile -Iron and Gray -Iron Fittings. 35 d. C111/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. 36 e. C 115/A21.15, Flanged Ductile -Iron Pipe with Ductile -Iron or Gray -Iron 37 Threaded Flanges. 38 f. C151/A21.51, Ductile -Iron Pipe, Centrifugally Cast, for Water. 39 g. C153/A21.53, Ductile -Iron Compact Fittings for Water Service. 40 6. NSF International (NSF): 41 a. 61, Drinking Water System Components - Health Effects. 42 7. Society for Protective Coatings (SSPC): 43 a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. CITY OF FORT WORT H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised September 20, 2017 CPN 104280 33 11 11 -4 DUCT ILE IRONFITTINGS Page 4 of 13 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 SUBMITTALS / INFORMATIONAL SUBMITTALS 7 A. Product Data 8 1. Ductile Iron Fittings 9 a. Pressure class 10 b. Interior lining 11 c. Joint types 12 2. Polyethylene encasement andtape 13 a. Planned method of installation 14 b. Whether the film is linear low density or high density cross linked polyethylene 15 c. The thickness of the film provided 16 3. The interior lining, if it is other than cement mortar lining in accordance with 17 AWWA/ANSI C104/A21.4 18 a. Material 19 b. Application recommendations 20 c. Field touch-up procedures 21 4. Thrust Restraint 22 a. Retainer glands 23 b. Thrust harnesses 24 c. Any other means 25 5. Gaskets 26 a. Provide Gaskets in accordancewith Section 33 1105. 27 6. Isolation Flanges 28 a. Flanges required by the drawings to be Isolation Flanges shall conform to 29 Section 33 0410. 30 7. Bolts and Nuts 31 a. Mechanical Joints 32 1) Provide bolts and nuts in accordance with Section 33 1105. 33 b. Flanged Ends 34 1) Meet requirements of AWWA C115. 35 a) Provide bolts and nuts in accordance with Section 33 1105. 36 8. Flange Coatings 37 a. Connections to Steel Flanges 38 1) Buried connections with Steel Flanges shall be coated with aPetrolatum 39 Tape System in accordance with Section 33 1105. 40 B. Certificates 41 1. The manufacturer shall furnish an affidavit certifying that all Ductile Iron Fittings 42 meet the provisions of this Section and meet the requirements of AWWA/ANSI 43 C110/A21.10 or AWWA/ANSI C153/A21.53. 44 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B117. CITY OF FORT WORT H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY 80, Texas HWY Spur 580 Revised September 20, 2017 CPN 104280 33 11 11 -5 DUCT ILE IRONFITTINGS Page 5 of 13 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOTUSED] 3 1.9 QUALITY ASSURANCE 4 A. Qualifications 5 1. Manufacturers 6 a. Fittings manufacturing operations (fittings, lining, and coatings) shall be 7 performed under the control of the manufacturer. 8 b. Ductile Iron Fittings shall be manufactured in accordance with AWWA/ANSI 9 C110/A21.10 or AWWA/ANSI C153/A21.53. 10 1) Perform quality control tests and maintain the results as outlined in these 11 standards to assure compliance. 12 B. Preconstruction Testing 13 1. The City may, at its own cost, subject random fittings for destructive testing by an 14 independent laboratory for compliance with this Specification. 15 a. The compliance test shall be performed in the United States. 16 b. Any visible defects or failure to meet the quality standards herein willbe 17 grounds for rejecting the entire order. 18 1.10 DELIVERY, STORAGE, AND HANDLING 19 A. Storage and Handling Requirements 20 1. Store and handle in accordance with the guidelines as stated in AWWA M41. 21 2. Secure and maintain a location to store the material in accordance with Section 01 22 6600. 23 1.11 FIELD [SITE] CONDITIONS [NOT USED] 24 1.12 WARRANTY [NOT USED] 25 PART 2 - PRODUCTS 26 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 27 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 28 A. Manufacturers 29 1. Only the manufacturers as listed on the City's Standard Products List willbe 30 considered as shown in Section 016000. 31 a. The manufacturer must comply with this Specification and related Sections. 32 2. Any product that is not listed on the Standard Products List is considered a 33 substitution and shall be submitted in accordance with Section 0125 00. 34 B. Ductile Iron Fittings 35 1. Ductile Iron Fittings shall be in accordance with AWWA/ANSI CI IO/A21.10, 36 AWWA/ANSI C153/A21.53. 37 2. All fittings for potable water service shall meet the requirements of NSF 61. 38 3. Ductile Iron Fittings, at a minimum, shall meet or exceed the pressures classes of 39 the pipe which the fitting is connected, unless specifically indicated in the 40 Drawings. CITY OF FORT WORT H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised September 20, 2017 CPN 104280 33 11 11 -6 DUCT ILE IRONFITTINGS 4 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 Page 6 of 13 4. Fittings Markings a. Meet the minimum requirements of AWWA/ANSI C151/A21.51. b. Minimum markings shall include: 1) "DI" or "Ductile" cast or metal stamped on each fitting 2) Applicable AWWA/ANSI standard for that the fitting 3) Pressure rating 4) Number of degrees for allbends 5) Nominal diameter of the openings 6) Year and country fitting was cast 7) Manufacturer's mark 5. Joints a. Mechanical Joints with mechanical restraint 1) Comply with AWWA/ANSI C111/A21.11 and applicable parts of ANSI/AWWA C110/A21.10. 2) The retainer gland shall have the following working pressure ratings based on size and type ofpipe: a) Ductile Iron Pipe (1) 3-inch— 16-inch, 350 psi (2) 18-inch — 48-inch, 250 psi b) PVC C900 and C905 (1) 3-inch— 12-inch,305psi (2) 14-inch — 16-inch, 235psi (3) 18-inch — 20-inch, 200psi (4) 24-inch — 30 —inch 165psi c) Ratings are for water pressure and must include a minimum safety factor of 2 to 1 in all sizes 3) Retainer glands shall have specific designs for Ductile Iron and PVC and it should be easy to differentiate between the 2. 4) Gland body, wedges and wedge actuating components shall be cast from grade 65-45-12 ductile iron material in accordance with ASTMA536. 5) Mechanical joint restraint shall require conventional tools and installation procedures per AWWA C600, while retaining full mechanical joint deflection during assembly as well as allowing joint deflection after assembly. 6) Proper actuation of the gripping wedges shall be ensured with torque limiting twist off nuts. 7) A minimum of 6 wedges shall be required for 8 inch diameter PVC pipe. b. Push -On, Restrained Joints 1) Restraining Push -on joints by means of a special gasket a) Only those products that are listed in 01 60 00 b) The working pressure rating of the restrained gasket must exceed the test pressure of the pipe line to be installed. c) Approved for use of restraining Ductile Iron Pipe in casing with a carrier pipe of 4-inches to 12-inches d) Otherwise only approved if specially listed on the drawings 2) Push -on Restrained Joint bell and spigot a) Only those products list in the standard products list will be allowed for the size listed in the standard products list per Section 01 60 00 CITY OF FORT WORT H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised September 20, 2017 CPN 104280 33 11 11 -7 DUCT ILE IRONFITTINGS Page 7 of 13 1 b) Pressure rating shall exceed the working and test pressure of the pipe 2 line 3 c. Flanged Joints 4 1) AWWA/ANSI C115/A21.15, ASME B16.1, Class 125 5 2) Flange bolt circles and bolt holes shall match those of ASME B 16.1, Class 6 125. 7 3) Field fabricated flanges are prohibited. 8 6. Gaskets 9 a. Provide Gaskets in accordancewith Section 33 1105. 10 7. Isolation Flanges 11 a. Flanges required by the drawings to be Isolation Flanges shall conform to 12 Section 33 0410. 13 8. Bolts and Nuts 14 a. Mechanical Joints 15 1) Provide bolts and nuts in accordance with Section 33 1105. 16 b. Flanged Ends 17 1) Meet requirements of AWWA C115. 18 a) Provide bolts and nuts in accordance with Section 33 1105. 19 9. Flange Coatings 20 a. Connections to Steel Flanges 21 1) Buried connections with Steel Flanges shall be coated with aPetrolatum 22 Tape System in accordance with Section 33 1105. 23 10. Ductile Iron Fitting Exterior Coatings 24 a. All Ductile Iron Fittings shall have an asphaltic coating, minimum of 1 mil 25 thick, on the exterior, unless otherwise specified in the Contract Documents. 26 11. Polyethylene Encasement 27 a. All buried Ductile Iron Fittings shall be polyethylene encased. 28 b. Only manufacturers listed in the City's Standard Products List as shown in 29 Section 0160 00 will be considered acceptable. 30 c. Use only virgin polyethylene material. 31 d. Encasement for buried fittings shall be 8 mil linear low density (LLD) 32 polyethylene conforming to AWWA/ANSI C105/A21.5 or 4 mil high density 33 cross -laminated (HDCL) polyethylene encasement conforming to conforming 34 to AWWA/ANSI CI05/A21.5 and ASTMA674. 35 e. Marking: At a minimum of every 2 feet along its length, the mark the 36 polyethylene film with the following information: 37 1) Manufacturer's name or trademark 38 2) Year ofmanufacturer 39 3) AWWA/ANSI C105/A21.5 40 4) Minimum film thickness and material type 41 5) Applicable range of nominal diameter sizes 42 6) Warning — Corrosion Protection — Repair Any Damage 43 f. Special Markings/Colors 44 1) Reclaimed Water, perform one of the following: 45 a) Label polyethylene encasement with "RECLAIMED WATER", 46 b) Provide purple polyethylene in accordance with the American Public 47 Works Association Uniform Color Code; or CITY OF FORT WORT H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised September 20, 2017 CPN 104280 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 33 11 11 -8 DUCT ILE IRONFITTINGS Page 8 of 13 c) Attach purple reclaimed water marker tape to the polyethylene wrap. 2) Wastewater, perform one of the following: a) Label polyethylene encasement with "WASTEWATER"; b) Provide green polyethylene in accordance with the American Public Works Association Uniform Color Code; or c) Attach green sanitary sewer marker tape to the polyethylene wrap. g. Minimum widths 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 12. Ductile Iron Fittings Interior Lining a. Cement Mortar Lining 1) Ductile Iron Fittings for potable water shall have a cement mortar lining in accordance with AWWA/ANSI C104/A21.4 and be acceptable according to NSF 61. b. Ceramic Epoxy or Epoxy Linings 1) Ductile Iron Fittings for use in wastewater applications shall be lined with a Ceramic Epoxy or Epoxy lining as designated in the Standard Products List as shown in Section 01 60 00. 2) Apply lining at a minimum of 40 mils DFT 3) Due to the tolerances involved, the gasket area and spigot end up to 6 inches back from the end of the spigot end must be coated with 6 mils nominal, 10 mils maximum using a Joint Compound as supplied by the manufacturer. a) Apply the joint compound by brush to ensure coverage. CITY OF FORT WORT H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised September 20, 2017 CPN 104280 33 11 11 -9 DUCT ILE IRONFITTINGS Page 9 of 13 1 b) Care should be taken that the joint compound is smooth without excess 2 buildup in the gasket seat or on the spigot ends. 3 c) Coat the gasket seat and spigot ends after the application of the lining. 4 4) Surface preparation shall be in accordance with the manufacturer's 5 recommendations. 6 5) Check thickness using a magnetic film thickness gauge in accordance with 7 the method outlined in SSPC PA 2. 8 6) Test the interior lining of all fittings for pinholes with a non-destructive 9 2,500 volt test. 10 a) Repair any defects prior to shipment. 11 7) Mark each fitting with the date of application of the lining system along 12 with its numerical sequence of application on that date and records 13 maintained by the applicator of his work. 14 8) For all Ductile Iron Fittings in wastewater service where the fitting has 15 been cut, coat the exposed surface with the touch-up material as 16 recommended by the manufacturer. 17 a) The touch-up material and the lining shall be of the same manufacturer. 18 2.3 ACCESSORIES [NOT USED] 19 2.4 SOURCE QUALITY CONTROL [NOT USED] 20 PART 3 - EXECUTION 21 3.1 INSTALLERS [NOT USED] 22 3.2 EXAMINATION [NOT USED] 23 3.3 PREPARATION [NOT USED] 24 3.4 INSTALLATION 25 A. General 26 1. Install fittings, specials and appurtenances as specified herein, as specified in 27 AWWA C600, AWWA M41, and in accordance with the fittings manufacturer's 28 recommendations. 29 2. Lay fittings to the lines and grades as indicated in the Drawings. 30 3. Excavate and backfill trenches in accordance with 33 05 10. 31 4. Embed Ductile Iron Fittings in accordance with 33 05 10. 32 B.Joint Making 33 1. Mechanical Joints with required mechanical restraint 34 a. All mechanical joints require mechanicalrestraint. 35 b. Bolt the retainer gland into compression against the gasket, with the bolts 36 tightened down evenly then cross torqued in accordance with AWWAC600. 37 c. Overstressing of bolts to compensate for poor installation practice will notbe 38 permitted. 39 2. Push -on Joints (restrained) 40 a. All push -on joints shall be restrained push -on type. 41 b. Install Push -on joints as defined inAWWA/ANSI C111/A21.11. 42 c. Wipe clean the gasket seat inside the bell of all extraneous matter. CITY OF FORT WORT H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised September 20, 2017 CPN 104280 33 11 11 -10 DUCT ILE IRONFITTINGS Page 10 of 13 1 d. Place the gasket in the bell in the position prescribed by themanufacturer. 2 e. Apply a thin film of non -toxic vegetable soap lubricant to the inside of the 3 gasket and the outside of the spigot prior to entering the spigot into the bell. 4 f. When using a field cut plain end piece of pipe, refinished the field cut and scarf 5 to conform to AWWAM-41. 6 3. Flanged Joints 7 a. Use erection bolts and drift pins to make flanged connections. 8 1) Do not use undue force or restraint on the ends of the fittings. 9 2) Apply even and uniform pressure to the gasket. 10 b. The fitting must be free to move in any direction while bolting. 11 1) Install flange bolts with all bolt heads faced in 1 direction. 12 4. Joint Deflection 13 a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines 14 and grades and shown in the Drawings. 15 b. The deflection of each joint must be in accordance with AWWA C600 Table 3. 16 c. The maximum deflection allowed is 50 percent of that indicated in AWWA 17 C600. 18 d. The manufacturer's recommendation may be used with the approval of the 19 Engineer. 20 C. Polyethylene Encasement Installation 21 1. Preparation 22 a. Remove all lumps of clay, mud, cinders, etc., on fittings surface priorto 23 installation of polyethylene encasement. 24 1) Prevent soil or embedment material from becoming trapped between 25 fittings and polyethylene. 26 b. Fit polyethylene film to contour of fittings to affect a snug, but not tight encase 27 with minimum space between polyethylene and fittings. 28 1) Provide sufficient slack in contouring to prevent stretching polyethylene 29 where it bridges irregular surfaces such as bell -spigot interfaces, bolted 30 joints or fittings, and to prevent damage to polyethylene due to backfilling 31 operations. 32 2) Secureoverlaps and ends with adhesive tape and hold. 33 c. For installations below water table and/or in areas subject to tidal actions, seal 34 both ends of polyethylene tube with adhesive tape at joint overlap. 35 2. Tubular Type (Method A) 36 a. Cut polyethylene tube to length approximately 2 feet longer thanfittings 37 section. 38 b. Slip tube around fittings, centering it to provide 1 foot overlap on each adjacent 39 pipe section and bunching it accordion -fashion lengthwise until it clears fittings 40 ends. 41 c. Lower fittings into trench with preceding section of pipe. 42 d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. 43 e. After assembling fittings make overlap of polyethylene tube, pull bunched 44 polyethylene from preceding length of pipe, slip it over end of the fitting and 45 wrap until it overlaps joint at end of preceding length of pipe. 46 f. Secure overlap in place. CITY OF FORT WORT H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised September 20, 2017 CPN 104280 33 11 11 -11 DUCT ILE IRONFITTINGS 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 overjoint, 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 ofpipe. 26 f. Make shallow bell hole at joints to facilitate installation ofpolyethylene. 27 g. After completing joint, make overlap and secure ends. 28 h. 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, wrappedaround 43 fitting to cover damaged area, and secure inplace. 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 WORT H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised September 20, 2017 CPN 104280 33 11 11 -12 DUCT ILE IRONFITTINGS 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 trenchwalls, 16 normal to the thrust. 17 3. The supporting area for each block shall be at least as great as that indicated onthe 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 REPAIR/RESTORATION 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 WORT H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised September 20, 2017 CPN 104280 1 2 3 4 5 6 7 33 11 11 -13 DUCT ILE IRONFITTINGS Page 13 of 13 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] 8 9 DATE NAME 12/20/2012 D.Johnson 9/20/2017 W. Norwood 10 END OF SECTION Revision Log SUMMARY OF CHANGE 1.2.A.1.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 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.D — Corrected reference 2.2.13.5.a.7 — Added requirement for 6 wedges on MJ Restraint for 8 inch PVC pipe CITY OF FORT WORT H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised September 20, 2017 CPN 104280 33 11 12 - 1 POLYVINYL CHLORIDE (PVC) PRESSUREPIPE Pagel of 9 SECTION 33 1112 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Polyvinyl Chloride (PVC) Pressure Pipe 4-inch through 24-inch for potable water, wastewater and reuse applications B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. 33 0131 — Closed Circuit Television (CCTV) Inspection 4. 33 04 40 — Cleaning and Acceptance Testing of Water Mains 5. 33 05 10 — Utility Trench Excavation, Embedment and Backfill 6. 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 7. 33 11 11 — Ductile Iron Fittings 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measured horizontally along the surface from center line to center line of the fitting, manhole, or appurtenance 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement' will be paid for at the unit price bid per linear foot of "PVC Water Pipe" installed for: 1) Various sizes 2) Various types of backfill 3) With or without restrained joints b. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement' will be paid for at the unit price bid per linear foot of "Sewer Force Main" installed for: 1) Various sizes 3. The price bid shall include: a. Furnishing and installing PVC Pressure Pipe with joints as specified by the Drawings b. Mobilization c. Pavement removal d. Excavation CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised September 9, 2022 CPN 104280 33 11 12 - 2 POLYVINYL CHLORIDE (PVC) PRESSUREPIPE Page 2 of 9 e. Hauling f. Disposal of excess material g. Furnishing, placement and compaction of embedment h. Furnishing, placement and compaction of backfill i. Trench water stops j. Thrust restraint, if required by Contract Documents k. Gaskets 1. Clean-up m. Cleaning n. Disinfection o. Testing 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO). 3. ASTM International (ASTM): a. D1784, Standard Specification for Rigid Poly (Vinyl -Chloride) (PVC) Compounds and Chlorinated Poly (Vinyl Chloride) (CPVC) Compounds. b. D3139, Standard Specification for Joints for Plastic Pressure PipesUsing Flexible Elastomeric Seals. 4. American Water Works Association (AWWA): a. C600, Installation of Ductile -Iron Water Mains and their Appurtenances. b. C605, Underground Installation of Polyvinyl Chloride (PVC) Pressure Pipes and Fittings for Water. c. C900, Polyvinyl Chloride (PVC) Pressure Pipe, and Fabricated Fittings, 4IN through 60 IN (100 mm thru 1,500 mm). d. M23, PVC Pipe — Design and Installation. e. M41, Ductile -Iron Pipe and Fittings. 5. NSF International (NSF): a. 61, Drinking Water System Components —Health Effects. b. 14, Plastics Piping System Components and Related Materials. 6. Underwriters Laboratories, Inc. (UL). a. UL 1285, UL Standard for Safety Pipe and Couplings, Polyvinyl Chloride (PVC), and Oriented Polyvinyl Chloride (PVCO) for Underground Fire Service. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS A. Product Data CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised September 9, 2022 CPN 104280 33 11 12 - 3 POLYVINYL CHLORIDE (PVC) PRESSUREPIPE Page 3 of 9 For PVC Pressure Pipe that is used for water distribution, wastewater force mains or wastewater gravity mains, including: a. PVC Pressure Pipe b. Manufacturer c. Dimension Ratio d. Joint Types Restraint, if required in Contract Documents a. Retainer glands b. Thrust harnesses c. Any other means of restraint Gaskets B. Shop Drawings: When restrained joints are required, furnish for PVC Pressure Pipe used in the water distribution system or for a wastewater force main for 24-inch and greater diameters, including: 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in Texas including: a. Working pressure b. Surge pressure c. Deflection 2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed Professional Engineer in Texas, to verify the restraint lengths shown on the Drawings. 3. Lay schedule / drawing for 24-inch and greater diameters sealed by aLicensed Professional Engineer in Texas including: a. Pipe class b. Joints type c. Fittings d. Stationing e. Transitions f. Joint deflection C. Certificates Furnish an affidavit certifying that all PVC Pressure Pipe meets the provisions of this Section, each run of pipe furnished has met Specifications, all inspections have been made and that all tests have been performed in accordance with AWWA C900. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Finished pipe shall be the product of 1 manufacturer for each size, unless otherwise approved by the City. 1) Change orders, specials, and field changes may be provided by a different manufacturer upon City approval. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised September 9, 2022 CPN 104280 33 11 12 - 4 POLYVINYL CHLORIDE (PVC) PRESSUREPIPE Page 4 of 9 b. Pipe manufacturing operations shall be performed under the control of the manufacturer. c. All pipe furnished shall be in conformance with AWWA C900. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store and handle in accordance with the guidelines as stated in AWWA M23. 2. Secure and maintain a location to store the material in accordance with Section 01 6600. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed in the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. Moto e: 1. Pipe shall be in accordance with AWWA C900. 2. PVC Pressure Pipe for potable water shall meet the requirements of NSF 61 and NSF 14. 3. Pressure Pipe shall be approved by the UL. 4. Pipe shall have a lay length of 20 feet except for special fittings or closurepieces necessary to comply with the Drawings. 5. The pipe material shall be PVC, meeting the requirements of ASTM D1784, with a cell classification of 12454. Outside diameters must be equal to those of cast iron and ductile iron pipes. 6. As a minimum the following Dimension Ratio's apply: Diameter Min Pressure Class (inch) (psi) 4 through 12 DR 14 16 through 24 DR 18 7. Pipe Markings a. Meet the minimum requirements of AWWA C900. Minimum pipe markings shall be as follows: 1) Manufacturer's Name or Trademark and production record CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised September 9, 2022 CPN 104280 33 11 12 - 5 POLYVINYL CHLORIDE (PVC) PRESSUREPIPE Page 5 of 9 2) Nominal pipe size 3) Dimension Ratio 4) AWWA C900 5) Seal of testing agency that verified the suitability of the pipe C. Pressure and Deflection Design 1. Pipe design shall be based on trench conditions and design pressure class specified in the Drawings. Pipe shall be designed according to the methods indicated in AWWA M23 for trench construction, using the following parameters: a. Unit Weight of Fill (w) = 130 pcf b. Live Load = AASHTO HS 20 c. Trench Depth = 12 feet minimum, or as indicated in Drawings d. Maximum E' = 1,000 max e. Deflection Lag Factor = 1.0 f. Working Pressure (PW) = 150 psi g. Surge Allowance (PS) = 100 psi minimum h. Test Pressure = 1) No less than 1.25 times the stated working pressure (187 psi minimum) of the pipeline measured at the highest elevation along the test section. 2) No less than 1.5 times the stated working pressure (225 psi minimum) at the lowest elevation of the test section. i. Maximum Calculated Deflection = 3 percent j. Restrained Joint Safety Factor (SF) = 1.5 k. Maximum Joint Deflection = 50 percent of the manufacturer's recommendations. 2. Verify trench depths after existing utilities are located. a. Accommodate vertical alignment changes required because of existing utility or other conflicts by an appropriate change in pipe design depth. b. In no case shall pipe be installed deeper than its design allows. 3. Provisions for Thrust a. Thrusts at bends, tees, plugs or other fittings shall be mechanicallyrestrained, corrosion resistant joints. b. In addition to the mechanical joint restraint required for all bends and fittings, horizontal and vertical bends shall be restrained by concrete thrust blocking and by mechanical joint restraint along the length of the pipe, as recommended by the pipe manufacturer, unless shown otherwise in the design drawings. Inclusion in the plans of dimensions for joint restraint lengths along the pipe, or dimensions for concrete thrust blocking, shall be interpreted to mean the exclusion of the other method of restraint, unless both methods are specifically required in the plans. c. No thrust restraint contribution shall be allowed for the restrained length of pipe within the casing. d. Restrained joints, where required, shall be used for a sufficient distance from each side of the bend, tee, plug, valve, or other fitting to resist thrust whichwill be developed at the design pressure of the pipe. For the purpose of thrust the following shall apply: 1) Calculate valves as dead ends. 2) Design pressure shall be greater than the pressure class of the pipe or the internal pressure (Pi), whichever is greater. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised September 9, 2022 CPN 104280 33 11 12 - 6 POLYVINYL CHLORIDE (PVC) PRESSUREPIPE Page 6 of 9 3) Restrained joints shall consist of approved mechanical restrained or push - on restrained joints as listed in the City's Standard Products List as shown in Section 0160 00. 4) Restrained PVC pipe is not allowed for pipe greater than 12 inches. e. The Pipe Manufacturer shall verify the length of pipe with restrained joints to resist thrust in accordance with the Drawings and the following: 1) Calculate the weight of the earth (We) as the weight of the projected soil prism above the pipe, for unsaturated soil conditions. 2) Soil density = 115 pcf (maximum value to be used), for unsaturated soil conditions 3) In locations where ground water is encountered, reduce the soil density to its buoyant weight for the backfill below the water table. a) Reduce the coefficient of friction to 0.25. 4. Joints a. Joints shall be gasket, bell and spigot and push -on type conforming to ASTM D3139. b. Since each pipe manufacturer has a different design for push -on joints, gaskets shall be part of a complete pipe section and purchased as such. c. Lubricant must be non -toxic and NSF approved for potable water applications. d. Push -On Restrained Joints shall only be as approved in the Standard Products List in Section 0160 00. 5. Detectable Markers a. Provide detectable markers in accordance with Section 33 05 26. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install pipe, fittings, specials and appurtenances as specified herein, as specified in AWWA C600, AWWA C605, AWWA M23 and in accordance with the pipe manufacturer's recommendations. 2. Lay pipe to the lines and grades as indicated in the Drawings. 3. Excavate and backfill trenches in accordance with Section 33 05 10. 4. Embed PVC Pressure Pipe in accordance with Section 33 05 10. 5. For installation of carrier pipe within casing, see Section 33 05 24. B. Pipe Handling 1. Haul and distribute pipe and fittings at the project site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised September 9, 2022 CPN 104280 33 11 12 - 7 POLYVINYL CHLORIDE (PVC) PRESSUREPIPE Page 7 of 9 a. Pipe shall be handled and stored in accordance with manufacturer's recommendations. 2. Handle piping with care to avoid damage. a. Inspect each joint of pipe and reject or repair any damaged pipe priorto lowering into the trench. b. Conduit shall be homogenous throughout and free from voids, cracks, inclusions and other defects, and shall be uniform as commercially practicable in color, density and other physical characteristics. c. Use only nylon ropes, slings or other lifting devices that will not damage the surface of the pipe for handling the pipe. 3. At the close of each operating day: a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. C. Joint Making 1. Mechanical Joints a. In accordance with Section 33 11 11. Push -on Joints a. Install Push -On joints as defined in AWWA C900. b. Wipe clean the gasket seat inside the bell of all extraneous matter. c. Place the gasket in the bell in the position prescribed by the manufacturer. d. Apply a thin film of non -toxic vegetable soap lubricant to the inside of the gasket and the outside of the spigot prior to entering the spigot into thebell. e. When using a field cut plain end piece of pipe, refinish the field cut to conform to AWWA C605. 3. Joint Deflection a. Deflect the pipe only when necessary to avoid obstructions, or to meet the lines and grades shown in the Drawings. b. Joint deflection shall not exceed 50 percent of the manufacturer's recommendation. D. Detectable Metallic Tape Installation 1. See Section 33 05 26. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Potable Water Mains 1. Cleaning, disinfection, hydrostatic testing, and bacteriological testing of water mains: a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water main as specified in Section 33 04 40. B. Wastewater Lines 1. Closed Circuit Television (CCTV) Inspection a. Provide a Post -CCTV Inspection in accordance with Section 33 01 31. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised September 9, 2022 CPN 104280 33 11 12 - 8 POLYVINYL CHLORIDE (PVC) PRESSUREPIPE Page 8 of 9 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised September 9, 2022 CPN 104280 33 11 12 - 9 POLYVINYL CHLORIDE (PVC) PRESSUREPIPE Page 9 of 9 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 2.2.C.1 and 3.4.C.3 — revised maximum joint deflection requirements 3 A.C.1 — Added reference to Ductile Iron Fittings 12/20/2012 D. Johnson 3.4.1) — Removed Marker Balls 1.1 Modified acceptable range for specification from up to 24-inch to up to 36-inch Change Section 2.2 B. 5. from "The pipe material shall be PVC, meeting the 4/1/2013 F. Griffin requirements of ASTM D1784, with a cell classification of 12454-B." to "The pipe material shall be PVC, meeting the requirements of ASTM D1784, with a cell classification of 12454". All references to the use of C905 are no longer applicable and are deleted. 11/14/2018 D.V. Magaiia 1.3.A.4.c. — Updated to reflect C900 applicable on PVC pipe sizes 4" through 60". 1. LA Modified acceptable range for specification from 36-inch to 24-inch 1.3.A.4.c Updated C900 to reflect metric dimensions 1.3.A.5.b & 2.2.13.2 Addition of "NSF 14 Plastics Piping System Components and Related Materials" 1.3.A.6.a Addition of "UL 1285 UL Standard for Safety Pipe and Couplings, PVC and PVCO for Underground Fire Service" 2.2.C.3.a Addition of "corrosion resistant" and deletion of "when required by the Drawings" 9/9/22 W Norwood 2.2.C.3. Add " b. In addition to the mechanical joint restraint required for allbends and fittings, horizontal and vertical bends shall be restrained by concrete thrust blocking and by mechanical joint restraint along the length of the pipe as recommended by the pipe manufacturer, unless shown otherwise in the design drawings" 3.4.13.1. Add " a. Pipe shall be handled and stored in accordance with manufacture's recommendations" 3.4.13.2 Add "b. Conduit shall be homogenous throughout and free from voids, cracks, inclusions and other defects, and shall be uniform as commercially practicable in color, density and other physical characteristics" CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised September 9, 2022 CPN 104280 331220-1 RESILIENT SEATED (WEDGE) GATE VALVE Page 1 of 10 1 SECTION 33 12 20 2 RESILIENT SEATED (WEDGE) GATE VALVE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Resilient Seated (Wedge) Gate Valves 4-inch through 48-inch for use with potable 7 water mains 8 a. 24-inch and larger valves may require an integral bypass 9 B. Deviations from 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 13 Contract 14 2. Division 1 — General Requirements 15 3. Section 33 1105 — Bolts, Nuts, and Gaskets 16 4. Section 33 11 10 — Ductile Iron Pipe 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Gate Valve 20 a. Measurement 21 1) Measurement for this Item shall be per each. 22 b. Payment 23 1) The work performed and the materials furnished in accordance with this 24 Item shall be paid for at the unit price bid per each "Gate Valve" installed 25 for: 26 a) Various sizes 27 c. The price bid shall include: 28 1) Furnishing and installing Gate Valves with connections as specified in the 29 Drawings 30 2) Valve box 31 3) Extension 32 4) Extensions for valves in vaults 33 5) Valve vault and appurtenances (for 16-inch and larger gate valves) 34 6) Petrolatum tape for connections to steel flanges 35 7) 2-inch risers (for 16-inch and larger gate valves) 36 8) Isolation kits when installed with flanged connections 37 9) Polyethylene encasement 38 10) Pavement removal 39 11) Excavation 40 12) Hauling CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised May 6, 2015 CPN 104280 331220-2 RESILIENT SEATED (WEDGE) GATE VALVE Page 2 of 10 1 13) Disposal of excess material 2 14) Furnishing, placement and compaction of embedment 3 15) Furnishing, placement and compaction of backflll 4 16) Clean-up 5 17) Cleaning 6 18) Disinfection 7 19) Testing 8 2. Cut -in Gate Valve 9 a. Measurement 10 1) Measurement for this Item shall be per each. 11 b. Payment 12 1) The work performed and the materials furnished in accordance with this 13 Item shall be paid for at the unit price bid per each "Cut -in Gate Valve" 14 installed for: 15 a) Various sizes 16 c. The price bid shall include: 17 1) Furnishing and installing Gate Valves with connections as specified in the 18 Drawings 19 2) System dewatering 20 3) Connections to existing pipe materials 21 4) Valve box 22 5) Extension 23 6) Extensions for valves in vaults 24 7) Valve vault and appurtenances (for 16-inch and larger gate valves) 25 8) Petrolatum tape for connections to steel flanges 26 9) 2-inch risers (for 16-inch and larger gate valves) 27 10) Isolation kits when installed with flanged connections 28 11) Valve vault and appurtenances (for 16-inch and larger gate valves) 29 12) Polyethylene encasement 30 13) Pavement removal 31 14) Excavation 32 15) Hauling 33 16) Disposal of excess material 34 17) Furnishing, placement and compaction of embedment 35 18) Furnishing, placement and compaction of backflll 36 19) Clean-up 37 20) Cleaning 38 21) Disinfection 39 22) Testing 40 1.3 REFERENCES 41 A. Abbreviations and Acronyms 42 1. NRS — Non Rising Stem 43 2. OS&Y — Outside Screw and Yoke 44 B. Reference Standards CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised May 6, 2015 CPN 104280 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 31 331220-3 RESILIENT SEATED (WEDGE) GATE VALVE Page 3 of 10 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO). 3. American Society of Mechanical Engineers (ASME): a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125, and 250). 4. American Iron and Steel Institute (AISI). 5. ASTM International (ASTM): a. A48, Standard Specification for Gray Iron Castings. b. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. c. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. d. A536, Standard Specification for Ductile Iron Castings. e. 13117, Standard Practice for Operating Salt Spray (Fog) Apparatus. f. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and Steel. 6. American Water Works Association (AWWA): a. C509, Resilient -Seated Gate Valves for Water Supply Service. b. C515, Reduced -Wall, Resilient -Seated Gate Valves for Water Supply Service. c. C550, Protective Interior Coatings for Valves and Hydrants. d. C900, Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 IN through 12 IN, for Water Transmission and Distribution. 7. American Water Works Association/American National Standards Institute (AWWA/ANSI): a. C 105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. b. C111/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. c. CI15/A21.15, Flanged Ductile -Iron Pipe with Ductile -Iron or Gray -Iron Threaded Flanges. 8. NSF International (NSF): a. 61, Drinking Water System Components -Health Effects. 32 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 33 1.5 SUBMITTALS 34 A. Submittals shall be in accordance with Section 0133 00. 35 B. All submittals shall be approved by the City prior to delivery. 36 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 37 A. Product Data 38 1. Resilient Seated (Wedge) Gate Valve noting the pressure rating and coating system 39 supplied, including: 40 a. Dimensions, weights, material list, and detailed drawings 41 b. Joint type 42 c. Maximum torque recommended by the manufacturer for the valve size 43 2. Polyethylene encasement and tape CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised May 6, 2015 CPN 104280 331220-4 RESILIENT SEATED (WEDGE) GATE VALVE Page 4 of 10 1 a. Whether the film is linear low density or high density cross linked polyethylene 2 b. The thickness of the film provided 3 3. Thrust Restraint, if required by contract Documents 4 a. Retainer glands 5 b. Thrust harnesses 6 c. Any other means 7 4. Instructions for field repair of fusion bonded epoxy coating 8 5. Gaskets 9 B. Certificates 10 1. Furnish an affidavit certifying that all Resilient Seated (Wedge) Gate Valves meet 11 the provisions of this Section, each valve meets Specifications, all inspections have 12 been made and that all tests have been performed in accordance with AWWA C509 13 or AWWA C515. 14 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. 15 3. Furnish affidavit that Resilient Seated (Wedge) Gate Valve manufacturer has five 16 years experience manufacturing Resilient Seated Gate Valves of similar service and 17 size with experience record. 18 4. Furnish affidavit that Resilient Seated (Wedge) Gate Valve manufacturer owns or 19 controls any foreign factory/foundry that supplies valve casings and can certify that 20 the Resilient Seated (Wedge) Gate Valve manufacturer is in control of quality 21 control at the foreign factory/foundry. 22 1.7 CLOSEOUT SUBMITTALS [NOT USED] 23 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 24 1.9 QUALITY ASSURANCE 25 A. Qualifications 26 1. Manufacturers 27 a. Valves 16-inch and larger shall be the product of 1 manufacturer for each 28 project. 29 1) Change orders, specials and field changes may be provided by a different 30 manufacturer upon City approval. 31 b. For valves less than 16-inch, valves of each size shall be the product of 1 32 manufacturer, unless approved by the City. 33 1) Change orders, specials and field changes may be provided by a different 34 manufacturer upon City approval. 35 c. Valves shall meet or exceed AWWA C509 or AWWA C515. 36 d. For valves equipped with a bypass, the bypass valve must be of the same 37 manufacturer as the main valve. 38 e. Resilient Seated Gate Valves shall be new. 39 f. Resilient Seated Gate Valve Manufacturer shall not have less than 5 years of 40 successful experience manufacturing of Resilient Seated Gate Valves of similar 41 service and size, and indicated or demonstrate an experience record that is 42 satisfactory to the Engineer and City. This experience record will be thoroughly 43 investigated by the Engineer, and acceptance will be at the sole discretion of the 44 Engineer and City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised May 6, 2015 CPN 104280 331220-5 RESILIENT SEATED (WEDGE) GATE VALVE Page 5 of 10 1 g. Casings for Resilient Seated Gate Valve, such as valve body, wedge, and 2 bypass; that are not manufactured within the United States of America, shall be 3 manufactured by factories/foundries that are owned or controlled (partial 4 ownership) such that the Resilient Seated Gate Valve Manufacturer can control 5 and guarantee quality at the foreign factory/foundry. 6 1.10 DELIVERY, STORAGE, AND HANDLING 7 A. Storage and Handling Requirements 8 1. Protect all parts so that no damage or deterioration will occur during a prolonged 9 delay from the time of shipment until installation is completed and the units and 10 equipment are ready for operation. 11 2. Protect all equipment and parts against any damage during a prolonged period at the 12 site. 13 3. Protect the finished surfaces of all exposed flanges by wooden blank flanges, 14 strongly built and securely bolted thereto. 15 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 16 5. Prevent plastic and similar brittle items from being directly exposed to sunlight or 17 extremes in temperature. 18 6. Secure and maintain a location to store the material in accordance with Section 01 19 6600. 20 1.11 FIELD [SITE] CONDITIONS [NOT USED] 21 1.12 WARRANTY 22 A. Manufacturer Warranty 23 1. Manufacturer's Warranty shall be in accordance with Division 1. 24 PART 2 - PRODUCTS 25 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 26 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 27 A. Manufacturers 28 1. Only the manufacturers as listed on the City's Standard Products List will be 29 considered as shown in Section 0160 00. 30 a. The manufacturer must comply with this Specification and related Sections. 31 2. Any product that is not listed on the Standard Products List is considered a 32 substitution and shall be submitted in accordance with Section 0125 00. 33 B. Description 34 1. Regulatory Requirements 35 a. Valves shall be new and meet or exceed AWWA C509 or AWWA C515 and 36 shall meet or exceed the requirements of this Specification. 37 b. All valve components in contact with potable water shall conform to the 38 requirements of NSF 61. 39 C. Materials CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised May 6, 2015 CPN 104280 331220-6 RESILIENT SEATED (WEDGE) GATE VALVE Page 6 of 10 1 1. Valve Body 2 a. Valve body: ductile iron per ASTM A536 3 b. Flanged ends: Furnish in accordance withAWWA/ANSI C115/A21.15. 4 c. Mechanical Joints: Furnish with outlets which conform to AWWA/ANSI 5 C111/A21.11. 6 d. Valve interior and exterior surfaces: fusion bonded epoxy coated, minimum 5 7 mils, meeting AWWA C550 requirements 8 e. Buried valves: Provide with polyethylene encasement in accordance with 9 AWWA/ANSI C105/A21.5. 10 1) Polyethylene encasement: Furnish in accordance with Section 33 11 10. 11 2. Wedge (Gate) 12 a. Resilient wedge: rated at 250 psig cold water working pressure 13 b. The wedge (gate) for all valve sizes shall be 1 piece, fully encapsulated with a 14 permanently bonded EPDM rubber. 15 3. Bypass 16 a. For gate valves using a double roller, track and scrapper system, an integrally 17 cast bypass on the body of the valve is required_ 18 1) Orient the bypass on the same side of the gate valve as the spur gear to 19 allow operation of both valves from the manhole opening. 20 2) The bypass shall be a minimum 4-inch in size. 21 4. Gate Valve Bolts and Nuts 22 a. Bonnet, Stuffing Box and Gear Box - Hex head bolt, and hex nut: Steel ASTM 23 A307 Gr. B, Zinc Plate per ASTM B633, SC3 for non -buried service (4-inch 24 through 12-inch valves) or as specified in 2.2.C.4.b. 25 b. Hex head bolt and hex nut: AISI 304 stainless steel for buried service (all 26 sizes) and for valves 16-inch through 36-inch (non -buried service) 27 5. Bolts and Nuts 28 a. Mechanical Joints 29 a) Provide bolts and nuts in accordance with Section 33 1105. 30 b. Flanged Ends 31 1) Meet requirements of AWWA C115 or AWWA C207 depending on pipe 32 material. 33 2) Provide bolts and nuts in accordance with Section 33 1105. 34 3) Flanged isolation kits shall be provided when connecting to buried steel or 35 concrete pressure pipe. Kits shall conform to Section 33 04 10. 36 6. Joints 37 a. Valves: flanged, or mechanical joint or any combination of these as specified 38 on the Drawings or in the project Specifications 39 1) Flanged joints: AWWA/ANSI C115/A21.15, ASME B16.1, Class 125 40 a) Flange bolt circles and bolt holes shall match those of ASME B16.1, 41 Class 125. 42 b) Field fabricated flanges are prohibited. 43 2) Steel or concrete pressure pipe 44 a) Use flange joints unless otherwise specified in the Contract 45 Documents. 46 3) Ductile Iron or PVC pressure pipe 47 a) Use mechanical joints with mechanically restrained retainer glands 48 unless otherwise specified in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised May 6, 2015 CPN 104280 331220-7 RESILIENT SEATED (WEDGE) GATE VALVE Page 7 of 10 1 7. Operating Nuts 2 a. Supply for buried service valves 3 b. 1-15/16-inch square at the top, 2-inch at the base, and 1-3/4-inch high 4 c. Cast an arrow showing the direction of opening with the word "OPEN" on the 5 operating nut base. 6 d. To open, the operating nut shall be turned to the RIGHT (CLOCKWISE) 7 direction. Nut shall be painted red per AWWA specifications 8 e. Connect the operating nut to the shaft with a shear pin that prevents the nut 9 from transferring torque to that shaft or the gear box that exceeds the 10 manufacturer's recommended torque. 11 £ Furnish handwheel operators for non -buried service, or when shown in the 12 Drawings. 13 8. Gearing 14 a. Gate valves that are 24 inch and larger: Equip with a spur gear. 15 b. Bevel gears for horizontally mounted valves are not allowed. 16 c. The spur gear shall be designed and supplied by the manufacturer of the valve 17 as an integral part of the gate valve. 18 9. Gaskets 19 a. Provide gaskets in accordance with Section 33 1105. 20 2.3 ACCESSORIES 21 A. All gate valves shall have the following accessories provided as part of the gate valve 22 installation: 23 1. A keyed solid extension stem of sufficient length to bring the operating nut up to 24 within 1 foot of the surface of the ground, when the operating nut on the gate valve 25 is 3 feet or more beneath the surface of the ground. Extension Stems are: 26 a. Not required on City stock orders 27 b. Not to be bolted or attached to the valve -operating nut 28 c. To be of cold rolled steel with a cross -sectional area of 1 square inch, fitting 29 loosely enough to allow deflection 30 2. Furnish joint components such as gaskets, glands, lubricant, bolts, and nuts in 31 sufficient quantity for assembly of each joint. 32 3. Cast Iron Valve Boxes: provide for buried service gate valves, cast iron valve 33 boxes and covers 34 a. Each valve box for 4-inch through 12-inch valves shall be 2-piece, 5 1/4-inch 35 shafts, screw type, consisting of a top section and a bottom section. 36 b. Valve boxes shall be as listed in the City of Fort Worth Standard Products List 37 in attached in Section 01 60 00. 38 c. Valve box covers shall be so designed that they can be easily removed to 39 provide access to valve operating nut. 40 d. Valve box covers must be designed to stay in position and resist damage under 41 AASHTO HS 20 traffic loads. 42 e. Each cover shall be casted with the word "WATER" or "RECLAIMED" in 43 raised letters on the upper surface. 44 f. Cast iron valve boxes and covers shall conform to ASTM A48, Class 35B. 45 1) Valve box covers shall be round for potable water applications and square 46 for reclaimed water applications. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised May 6, 2015 CPN 104280 331220-8 RESILIENT SEATED (WEDGE) GATE VALVE Page 8of10 1 g. Box extension material shall be AWWA C900 PVC or ductile iron. 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 [NOT USED] 7 3.4 INSTALLATION 8 A. General 9 1. All valves shall be installed in vertical position when utilized in normal pipeline 10 installation. 11 2. Valves shall be placed at line and grade as indicated on the Drawings. 12 3. Polyethylene encasement installation shall be in accordance with Section 33 11 10. 13 3.5 REPAIR/RESTORATION [NOT USED] 14 3.6 RE -INSTALLATION [NOT USED] 15 3.7 FIELD [OR] SITE QUALITY CONTROL 16 A. Field Inspections 17 1. Before acceptance of the installed valve, the City Field Operations Staff shall have 18 the opportunity to operate the valve. 19 2. The City shall be given the opportunity to inspect all buried flanges before they are 20 covered. 21 3. The Operator will be assessing the ease of access to the operating nut within the 22 valve box and ease of operating the valve from a fully closed to fully opened 23 position. 24 4. If access and operation of the valve meet the City's criteria, then the valve will be 25 accepted as installed. 26 B. Non -Conforming Work 27 1. If access and operation of the valve or its appurtenances does not meet the City's 28 criteria, the Contractor will remedy the situation until it meets the City's criteria, at 29 the Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised May 6, 2015 CPN 104280 1 2 3 4 5 6 7 8 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised May 6, 2015 331220-9 RESILIENT SEATED (WEDGE) GATE VALVE Page 9 of 10 Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 CPN 104280 33 12 20 - 10 RESILIENT SEATED (WEDGE) GATE VALVE Page 10 of 10 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1. LA — Modified acceptable size range and added requirement for bypass in 30-inch gate valves, Blue text added for exceptions 1.2 Measurement and Payment — Added Cut -In Gate Valve 1.2.A.l.c and 1.2.A.2.c — added additional items to be included in price bid 1.6.A — removed requirement for product data for bolts and nuts because it is to be included under Section 33 1105. 12/20/2012 D. Johnson 1.9.A.1 — Added requirement for bypass valve manufacturing 2.2.C. — Added requirement for 30-inch gate valves to have a bypass and bypass material requirements; Added reference to Section 33 1105 and removed material specification for bolts, nuts and gaskets; Added requirement for flanged isolation kits; Added restraint requirements for mechanical joint connections with ductile iron or PVC pressure pipe. 2.3.3 — Modified acceptable cast iron from Class 40 to Class 3513; Added requirements for reclaimed water applications 1.1.A.2 Revision - Gate valves larger than 24-inches may be approved by the City on a case -by -case basis 1.6.13.3 Added Section. Requires Affidavit for 5 years of experience in manufacturing RS Gate valves of similar size and type. 1.6.13.4 Added Section — Requires Affidavit on Gate Valve manufacturers ownership 6/24/2014 D. Townsend in foreign factories/foundries providing components to certify on -site quality control. 1.9.A. Lf Added Section. Requirement for 5 years of experience in manufacturing RS Gate valves of similar size and type. 1.9.A.1.g Added Section. Requirement for Gate Valve manufacturers ownership (or control) in foreign factories/foundries providing components to certify on -site quality control 1.1.A.1 Revised maximum allowable Resilient Seated (Wedge) Gate Valve from 30-inch to 48-inch 1.1.A. La Revised minimum size gate valve requiring bypass from 30-inch to 24- inch. 5/6/2015 D. Townsend 2,2,C.3. Changed requirement for an integrally cast bypass from 30-inch and above resilient seated gate valves to all double roller, track and scrapper system resilient seated gate valves 2.2.C.3.2 Added the minimum size bypass shall be 4-inches. 2.2.C.7.d Added that nut shall be painted red per AWWA specifications CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised May 6, 2015 CPN 104280 331225-1 CONNECTION TO EXISTING WATER MAINS Pagel of 8 SECTION 33 12 25 CONNECTION TO EXISTING WATER MAINS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: Connection to existing water mains to include, but not limited to: a. Cutting in a tee for a branch connection b. Extending from an existing water main c. Installing a tapping sleeve and valve B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 04 40 —Cleaning and Acceptance Testing of Water Mains 4. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 5. Section 33 05 30 —Location of Existing Utilities 6. Section 33 1105 — Bolts, Nuts, and Gaskets 7. Section 33 11 10 —Ductile Iron Pipe 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Connection to an existing unpressurized Fort Worth Water Distribution System Main that does not require the City to take part of the water system out of service a. Measurement 1) This Item is considered subsidiary to the water pipe being installed. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the unit price bid per linear foot of water pipe complete in place, and no other compensation will be allowed. 2. Connection to an existing pressurized Fort Worth Water Distribution SystemMain that requires a shutdown of some part of the water system a. Measurement 1) Measurement for this Item shall be per each connection completed. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Connection to Existing Water Main" installed for: a) Various sizes of existing water distribution main CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised February 6, 2013 CPN 104280 33 12 25 - 2 CONNECTION TO EXISTING WATER MAINS Page 2 of 8 c. The price bid shall include all aspects of making the connection including, but not limited to: 1) Preparing submittals 2) Dewatering 3) Exploratory excavation (as needed) 4) Coordination and notification 5) Remobilization 6) Temporary lighting 7) Polyethylene encasement 8) Make-up pieces 9) Linings 10) Pavement removal 11) Excavation 12) Hauling 13) Disposal of excess material 14) Clean-up 15) Cleaning 16) Disinfection 17) Testing Connection to an existing pressurized Fort Worth Water Distribution System Main by Tapping Sleeve and Valve: a. Measurement 1) Measurement for this Item shall be per each connection completed. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Tapping Sleeve and Valve" installed for: a) Various sizes of connecting main b) Various sizes of existing water distribution main c. The price bid shall include all aspects of making the connection including, but not limited to: 1) Preparing submittals 2) Dewatering 3) Exploratory excavation (as needed) 4) Coordination and notification 5) Tapping Sleeve and Tapping Valve 6) Remobilization 7) Temporary lighting 8) Polyethylene encasement 9) Make-up pieces 10) Linings 11) Pavement removal 12) Excavation 13) Hauling 14) Disposal of excess material 15) Clean-up 16) Cleaning 17) Disinfection 18) Testing CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised February 6, 2013 CPN 104280 33 12 25 - 3 CONNECTION TO EXISTING WATER MAINS Page 3 of 8 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Society of Mechanical Engineers (ASME): a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings Classes 25, 125 and 250) 3. ASTM International (ASTM): a. A36, Standard Specification for Carbon Structural Steel. b. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications c. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both d. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. e. A283, Standard Specification for Low and Intermediate Tensile Strength Carbon Steel Plates. f. A285, Standard Specification for Pressure Vessel Plates, Carbon Steel, Low - and Intermediate -Tensile Strength. g. B117, Standard Practice for Operating Salt Spray (Fog) Apparatus. h. D2000, Standard Classification System for Rubber Products in Automotive Applications. 4. American Water Works Association (AWWA): a. C200, Steel Water Pipe - 6 IN and Larger. b. C207, Steel Pipe Flanges for Waterworks Service — Sizes 4 IN through 144 IN. c. C213, Fusion -Bonded Epoxy Coating for the Interior and Exterior of Steel Water Pipelines. d. C223, Fabricated Steel and Stainless Steel Tapping Sleeves. American Water Works Association/American National Standards Institute (AWWA/ANSI): a. C105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. b. C111/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. c. CI15A21/15, Flanged Ductile -Iron Pipe with Ductile Iron or Gray -Iron Threaded Flanges. 6. NSF International (NSF): a. 61, Drinking Water System Components — Health Effects. 7. Manufacturers Standardization Society of the Valve and Fitting Industry Inc. (MSS): a. SP-60, Connecting flange Joint Between Tapping Sleeves and Tapping Valves. 1.4 ADMINISTRATIVE REQUIREMENTS A. Pre -installation Meetings 1. Required for any connections to an existing, pressurized 16-inch or larger City water distribution system main that requires a shutdown of some part of the water system CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised February 6, 2013 CPN 104280 33 12 25 - 4 CONNECTION TO EXISTING WATER MAINS Page 4 of 8 2. May also be required for connections that involve shutting water service off to certain critical businesses 3. Schedule a pre -installation meeting a minimum of 3 weeks prior to proposed time for the work to occur. 4. The meeting shall include the Contractor, City Inspector and City Valve Crew. 5. Review work procedures as submitted and any adjustments made for current field conditions. 6. Verify that all valves and plugs to be used have adequate thrust restraint or blocking. 7. Schedule a test shutdown with the City. 8. Schedule the date for the connection to the existing system. B. Scheduling 1. Schedule work to make all connections to existing 16-inch and larger mains: a. During the period from November through April, unless otherwise approved by the City b. During normal business hours from Monday through Friday, unless otherwise approved by the City 2. Schedule City Valve Crew by 1:00 P.M. a minimum of 1 business day prior to planned disruption to the existing water system. a. In the event that other water system activities do not allow the existing main to be dewatered at the requested time, schedule work to allow the connection at an alternate time acceptable to the City. 1) If water main cannot be taken out of service at the originally requested time, coordination will be required with the City to discuss rescheduling and compensation for mobilization. 2) No additional payment will be provided if the schedule was altered at the Contractor's request. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data, if applicable Tapping Sleeve noting the pressure rating and coating system supplied including: a. Dimensions, weights, material list, and detailed drawings b. Maximum torque recommended by the manufacturer for the valve by size B. Submittals 1. Provide a detailed sequence of work for 16-inch, or larger, connections if required by City that includes: a. Results of exploratory excavation b. Dewatering c. Procedure for connecting to the existing water main CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised February 6, 2013 CPN 104280 33 12 25 - 5 CONNECTION TO EXISTING WATER MAINS Page 5 of 8 d. Time period for completing work from when the water is shut down to when the main is back in service e. Testing and repressurization procedures 2. Welders that are assigned to work on connection to concrete cylinder or steel pipe must be certified and provide Welding Certificates, upon request, in accordance with AWWA C200. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Protect parts so that no damage or deterioration occurs during a prolonged delay from the time of shipment until installation is completed. 2. Protect all equipment and parts against any damage during a prolonged period at the site. 3. Protect the finished surfaces of all exposed flanges using wooden flanges, strongly built and securely bolted thereto. 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 5. Prevent plastic and similar brittle items from being exposed to direct sunlight and extremes in temperature. 6. Secure and maintain a location to store the material in accordance with Section 01 6600. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer's warranty shall be in accordance with Division 1. PART2-PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed by the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Description 1. Regulatory Requirements CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised February 6, 2013 CPN 104280 33 12 25 - 6 CONNECTION TO EXISTING WATER MAINS Page 6 of 8 a. Tapping Sleeves shall meet or exceed AWWA C223 and the requirements of this Specification. b. All valve components in contact with potable water shall conform to the requirements of NSF 61. C. Tapping Sleeve Materials 1. Body a. Body: Carbon Steel per ASTM A283 Grade C, ASTM A285 Grade C, ASTM A36 Steel or equal b. Finish: fusion bonded epoxy coating to an average 12 mil thickness. Fusion applied per AWWA C213. c. All buried tapping sleeves shall be provided with polyethylene encasement in accordance with AWWA/ANSI C105/A21.5. 1) Polyethylene encasement shall be in accordance with Section 33 11 10. 2. Flange a. Carbon Steel per ASTM A36 in accordance with AWWA C207 and ASME B16.1 Class 125. b. Recessed for tapping valve per MSS SP-60 3. Bolts and Nuts a. Flanged Ends 1) Meet requirements of AWWA C115 or AWWA C207 depending on pipe material. 2) Provide bolts and nuts in accordance with Section 33 1105. 4. Gaskets a. Provide gaskets in accordance with Section 33 1105. 5. Test Plug a. 3/4-inch NPT carbon steel with square head and fusion bonded epoxy coating 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Verification of Conditions 1. Verify by exploratory excavation, if needed, that existing water main is as depicted in the Drawings and that the location is suitable for a connection to the existing water main. a. Excavate and backfill trench for the exploratory excavation in accordance with 3305 10. 2. Verify that all equipment and materials are available on —site prior to the shutdown of the existing main. 3. Pipe lines shall be completed, tested and authorized for connection to the existing system in accordance with Section 33 04 40. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised February 6, 2013 CPN 104280 33 12 25 - 7 CONNECTION TO EXISTING WATER MAINS Page 7 of 8 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Upon disruption of the existing water main, continue work until the connection is complete and the existing water main is back in service. B. Procedure 1. Expose the proposed connection point in accordance with Section 33 05 10. 2. Dewater the existing water line so the chlorinated water is not unlawfully discharged. 3. Maintain the water that may bleed by existing valves or plugs during installation within the work area to a reasonable level. a. Control the water in such a way that it does not interfere with the proper installation of the connection or create a discharge of chlorinated water. 4. If any discharge of chlorinated water occurs, discharged water shall be de - chlorinated in accordance with Section 33 04 40 5. Cut and remove existing water main in order to make the connection. 6. Verify that the existing pipe line is suitable for the proposed connection. 7. Place trench foundation and bedding in accordance with 33 05 10. 8. In the event that a tapping sleeve and valve is used, the coupon from the existing water main shall be submitted to the City. 9. Prevent embedment, backfill, soil, water or other debris form entering the pipeline. 10. Establish thrust restraint as provided for in the Drawings. 11. Clean and disinfect the pipeline associated with the connection in accordance with Section 33 04 40. 12. Place embedment to the top of the pipe zone. 13. Request that the City Valve Crew re -pressurize the pipeline. 14. Directionally flush the connection in accordance with Section 33 04 40. 15. Request that City Valve Crew open all remaining valves. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised February 6, 2013 CPN 104280 33 12 25 - 8 CONNECTION TO EXISTING WATER MAINS Page 8 of 8 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2•C.3 and 4 — Added reference to Section 33 1105 and removed bolt, nut and gasket material specification 2/6/2013 D. Townsend 3.4.B.4 Modified to refer to Section 33 04040 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised February 6, 2013 CPN 104280 SECTION 33 12 40 FIRE HYDRANTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 331240-1 FIRE HYDRANTS Pagel of 7 1. Dry -barrel fire hydrants with 5'/4-inch main valve for use with potable water mains B. Deviations from this City of Fort Worth Standard Specification I. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 05 10 —Utility Trench Excavation, Embedment and Backfill 4. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 5. Section 33 11 10 —Ductile Iron Pipe 6. Section 33 11 11 — Ductile Iron Fittings 7. Section 33 11 14 — Buried Steel Pipe and Fittings 8. Section 33 12 20 — Resilient Seated (Wedge) Gate Valve 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Fire Hydrant and Extension 1) Measurement for this item shall be by the each hydrant, complete in place. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured under "Measurement' will be paid for at the unit prices bid per each "Fire Hydrant" installed. 3. The price bid shall include: a. Furnishing and installing Fire Hydrants with appurtenances as specified in the Drawings b. Dry -Barrel Fire Hydrant assembly from base to operating nut c. Extension barrel and stem d. Adjusting hydrant to the appropriate height e. Painting f. Pavement Removal g. Excavation h. Freight, loading, unloading and handling i. Disposal of excess material j. Furnish, placement and compaction of embedment k. Furnish, placement and compaction of backfill 1. Blocking, Braces and Rest m. Clean up CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised January 3, 2014 CPN 104280 33 12 40 - 2 FIRE HYDRANTS Page 2 of 7 n. Disinfection o. Testing 1.3 REFERENCES A. Definitions I . Base: The lateral connection to the fire hydrant lead; also called a shoe B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Water Works Association (AWWA): a. C502, Dry -Barrel Fire Hydrants b. Manual of Water Supply Practices M17 (AWWA Manual M17) — Installation, Field Testing, and Maintenance of Fire Hydrants 3. NSF International a. 61, Drinking Water System Components —Health Effects 4. National Fire Protection Association (NFPA) a. 1963, Standard for Fire Hose Connections 5. Underwriters Laboratories, Inc. (UL) a. 246, Hydrants for Fire -Protection Service 6. Factory Mutual (FM) a. Class Number 1510, Approval Standard for Fire Hydrant (Dry Barrel Type) for Private Fire Service 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to construction. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data 1. Dry -Barrel Fire Hydrant stating: a. Main valve opening size b. Nozzle arrangement and sizes c. Operating nut size d. Operating nut operating direction e. Working pressure rating f. Component assembly and materials g. Coatings and Finishes 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Dry -Barrel Fire Hydrants shall be the product of 1 manufacturer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised January 3, 2014 CPN 104280 331240-3 FIRE HYDRANTS Page 3 of 7 1) Change orders, specials and field changes may be provided by a different manufacturer upon City approval. 2. Dry -Barrel Fire Hydrants shall be in conformance with AWWA C502, UL 246 and FM 1510. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store and handle in accordance with the guidelines as stated in AWWA C502 and AWWA Manual M17. 2. Protect all parts so that no damage or deterioration will occur during aprolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. 3. Protect all equipment and parts against any damage during a prolonged period at the site. 4. Protect the finished surfaces of all exposed flanges by wooden blank flanges, strongly built and securely bolted thereto. 5. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 6. Prevent plastic and similar brittle items from being directly exposed to sunlight or extremes in temperature. 7. Secure and maintain a location to store the material in accordance with Section 01 6600. 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer's Warranty shall be in accordance with Division 1. PART2-PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List willbe considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. 3. The Dry -Barrel Fire Hydrant shall be new and the product of a manufacturer regularly engaged in the manufacturing of Dry -Barrel Fire Hydrants having similar service and size. B. Description 1. Regulatory Requirements a. Dry -Barrel Fire Hydrant shall meet or exceed the latest revisions of AWWA C502 and shall meet or exceed the requirements of this Specification. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised January 3, 2014 CPN 104280 33 12 40 - 4 FIRE HYDRANTS Page 4 of 7 b. All Dry -Barrel Fire Hydrant components in contact with potable water shall conform to the requirements of NSF 61. C. Performance / Design Criteria 1. Capacities a. Rated working pressure of 250 psi or greater 2. Design Criteria a. Operating nut 1) Uniformly tapered square nut measuring: a) 1 inch at the base b) 7/8 inch at the top 2) Open by turning the operating nut to the right (clockwise) a) Provide operating direction clearly marked with an arrow and the word "OPEN". 3) Provide weather shield with operating nut. b. Main Valve 1) Minimum 51/4-inch opening 2) Compression type a) Opening against pressure b) Closing with pressure c. Nozzles 1) `T' shape, 3 nozzle arrangement 2) Nozzle sizes, threads and configuration in accordance with NFPA 1963 a) Hose nozzles (1) 2 x 2'/2-inch (nominal size of connection) (a) 180 degrees apart (b) Thread Designation 2.5-7.5 NH (NFPA 1963) b) Pump nozzle (1) 4-inch (nominal size of connection) (a) Thread Designation 4-4 NH (NFPA 1963) d. Hydrant Barrel Configuration 1) Upper barrel 2) Breakable flange and stem a) To be installed above ground at the connection to the upper barrel 3) Extension barrel (if needed) and lower barrel a) Extension barrel and stem (1) Lengthen in 6-inch increments e. Drain Valve 1) Non -corrodible material 2) Spring operated drain valves are not allowed. D. Function 1. Drain Valve a. Drain fire hydrant barrels when main valve is closed. E. Materials 1. Furnish materials in accordance with AWWA C502. 2. Dry -Barrel Fire Hydrant Assembly a. Internal parts 1) Threads CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised January 3, 2014 CPN 104280 331240-5 FIRE HYDRANTS Page 5 of 7 a) Provide operating thread designed to avoid metal such as iron or steel threads against iron or steel parts. 2) Stem a) Stem Nuts (1) Provide bronze stem nuts. (a) Grades per AWWA C502 b) Where needed, stem shall be grooved and sealed with 0-rings. 3. Provide crushed rock for placement around base conforming to Section 33 05 10. F. Finishes 1. Primer Materials a. Furnish primer for Dry -Barrel Fire Hydrants in accordance with AWWA C502. 2. Finish Materials a. Dry -Barrel Fire Hydrant 1) Exterior a) Above grade (1) Furnish exterior coating for above grade Dry -Barrel Fire Hydrant assembly components in accordance with AWWA C502. (2) Coating shall be Flynt Aluminum Paint in Silver. b) Below grade (1) Furnish exterior coating for below grade Dry -Barrel Fire Hydrant assembly components in accordance with AWWA C502. 2) Interior a) Interior coating for Dry -Barrel Fire Hydrants assemblies in accordance with AWWA C502 2.3 ACCESSORIES A. Polyethylene Encasement 1. Provide polyethylene encasement in accordance with Section 33 11 10. B. Embedment 1. Provide crushed rock and filter fabric in accordance with Section 33 05 10. 2.4 SOURCE QUALITY CONTROL A. Tests and Inspections 1. Testing and inspection of Dry -Barrel Fire Hydrants in accordance with AWWA C502. B. Markings 1. Provide each Dry -Barrel Fire Hydrant marked in accordance with AWWA C502. PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised January 3, 2014 CPN 104280 331240-6 FIRE HYDRANTS Page 6 of 7 1. Install in accordance with AWWA Manual of Water Supply Practice M17, manufacturer's recommendations and as shown on the Drawings. 2. Provide vertical installation with braces, rest and blocking in accordance with City Standard Details. 3. Excavate and backfill trenches in accordance with 33 05 10. 4. Embed Dry -Barrel Fire Hydrant assemblies in accordance with 33 05 10. a. At the location of the weep holes, wrap barrel with polyethylene encasement and crushed rock with filter fabric to prevent dirt and debris from entering the fire hydrant. 5. Polyethylene encasement installation shall be in accordance with the applicable portion of Section 33 11 10. 6. Install concrete blocking and rest in accordance with Section 03 30 00 as indicated in the Drawings. 7. A minimum 1/3 cubic yard of crushed rock shall be placed around the base, in accordance with AWWA Manual of Water Supply Practice M17, to allow drain outlets to operate. a. The crushed rock should extend 6 inches above the drain outlets and a minimum of 1 foot on all sides of the fire hydrant base. 8. Fire hydrant lead line shall be installed with a maximum cover of 7 feet. a. Cover is measured from the invert at the fire hydrant base, vertical to ground elevation. b. Fittings may be used along fire lead line to ensure minimum and maximum cover requirements are met. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD CONTROL A. Field Inspections 1. The Dry -Barrel Fire Hydrant and assembly shall perform as intended with no deformation, leaking or damage of any kind for the pressure ranges indicated. 2. City inspector will issue final inspection notice to City staff. 3. City Field Operations Staff and Fire Department Staff shall have the opportunity to inspect and operate the hydrant, to ensure that the fire hydrant was installed in accordance with AWWA Manual of Water Supply Practice M17. This includes but is not limited to: a. Operation of Nozzles and operating nut are not obstructed. b. Drain valve is not obstructed or plugged 4. Keep fire hydrant wrapped or covered to identify that it is out of service until the water line it's connected to is put in service. B. Non -Conforming Work 1. If access and operation of the Dry -Barrel Fire Hydrant or its appurtenances do not meet the criteria of the AWWA Manual of Water Supply Practice M17, the Contractor will remedy the situation criteria, at the Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised January 3, 2014 CPN 104280 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE 3.14 ATTACHMENTS DATE NAME 12/20/2012 D.Johnson 11/27/2013 D. Townsend 1/3/2014 D. Townsend 331240-7 FIRE HYDRANTS Page 7 of 7 END OF SECTION Revision Log SUMMARY OF CHANGE 2.21.2.a.1).a).(2) Added paint manufacturer specification 2.2.C.2.c Revised pumper nozzle nominal diameter and added NFPA 1963 Thread Designations Specification Modified to be in accordance with the Reduction of Lead in Drinking Water Act (P.L. 111-380) — All material s to be lead-free in accordance with this act. Sections modified are 1.1.A.1, 1.9.A.2, and 2.2.E.1 Sections added are 1.3.A.2, 1.3.13.7, 1.6.13.1, 2.2.B.l.c, 2.4.13.2 H.R. 3588 (P.L. 113-64) signed into law 1/2/2014 waived Reduction of Lead in Drinking Water Act (P.L. 111-380) requirement for fire hydrant. All previous revisions related to "lead-free" requirement are now deleted including those revisions made 11/27/2013, those being: Sections modified are 1.1.A.1, 1.9.A.2, and 2.2.E.1 Sections added are 1.3.A.2, 1.3.13.7, 1.6.13.1, 2.2.B.l.c, 2.4.13.2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Camp Bowie West Blvd., US HWY80, Texas HWY Spur 580 Revised January 3, 2014 CPN 104280 3471 13 -1 TRAFFIC CONTROL Page 1 of 6 1 SECTION 34 7113 2 TRAFFIC CONTROL 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Installation of Traffic Control Devices and preparation of Traffic Control 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 1.2 PRICE AND PAYMENT PROCEDURES 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. Measurement and Payment 1. Installation of Traffic Control Devices a. Measurement 1) Measurement for Traffic Control Devices shall be per month for the Project duration. a) A month is defined as 30 calendar days. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for "Traffic Contror c. The price bid shall include: 1) Traffic Control implementation 2) Installation 3) Maintenance 4) Adjustments 5) Replacements 6) Removal 7) Police assistance during peak hours 2. Portable Message Signs a. Measurement 1) Measurement for this Item shallbe per week for the duration of use. b. Payment 1) The work performed and materials furnished in accordance to this Item and measured as provided under "Measurement' shall be paid for at the unit price bid per week for "Portable Message Sign" rental. c. The price bid shall include: 1) Delivery of Portable Message Sign to Site 2) Message updating 3) Sign movement throughout construction 4) Return of the Portable Message Sign post -construction CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised March 22, 2021 3471 13 -2 TRAFFIC CONTROL Page 2of6 1 3. Preparation of Traffic Control Plan Details 2 a. Measurement 3 1) Measurement for this Item be per each Traffic Control Detail prepared. 4 b. Payment 5 1) The work performed and materials furnished in accordance with this Item 6 shall be paid for at the unit price bid per each "Traffic Control Detail" 7 prepared. 8 c. The price bid shall include: 9 1) Preparing the Traffic Control Plan Details for closures of 24 hours or 10 longer 11 2) Adherence to City and Texas Manual on Uniform Traffic Control Devices 12 (TMUTCD) 13 3) Obtaining the signature and seal of a licensed Texas Professional Engineer 14 4) Incorporation of City comments 15 1.3 REFERENCES 16 A. Reference Standards 17 1. Reference standards cited in this Specification refer to the current reference 18 standard published at the time of the latest revision date logged at the end of this 19 Specification, unless a date is specifically cited. 20 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 21 3. Item 502, Barricades, Signs, and Traffic Handling of the Texas Department of 22 Transportation, Standard Specifications for Construction and Maintenance of 23 Highways, Streets, and Bridges. 24 1.4 ADNHNISTRATIVE REQUIREMENTS 25 A. General 26 1. Contractor shall minimize lane closures and impact to vehicular/pedestrian traffic. 27 B. Coordination 28 1. Contact Traffic Services Division (817-392-7738) a minimum of 48 hours prior to 29 implementing Traffic Control within 500 feet of a traffic signal. 30 C. Sequencing 31 1. Any deviations to the Traffic Control Plan included in the Drawings must be first 32 approved by the City and design Engineer before implementation. 33 1.5 SUBMITTALS 34 A. Provide the City with a current list of qualified flaggers before beginning flagging 35 activities. Use only flaggers on the qualified list. 36 B. Obtain a Street Use Permit from the TPW Department's Transportation Division. The 37 Traffic Control Plan (TCP) for the Project shall be as detailed on the Traffic Control 38 Plan Detail sheets of the Drawing set. A copy of this Traffic Control Plan shall be 39 submitted with the Street Use Permit. 40 C. Traffic Control Plans shall be signed and sealed by a licensed Texas Professional 41 Engineer. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised March 22, 2021 3471 13 -3 TRAFFIC CONTROL Page 3 of 6 1 D. Contractor shall prepare Traffic Control Plans if required by the Drawings or 2 Specifications. The Contractor willbe responsible for having a licensed Texas 3 Professional Engineer sign and seal the Traffic Control Plan sheets.A traffic control 4 "Typical" published by City of Fort Worth, the Texas Manual Unified Traffic Control 5 Devices (TMUTCD) or Texas Department of Transportation (TxDOT) can be used as 6 an alternative to preparing project/site specific traffic control plan if the typical is 7 applicable to the specific project/site. 8 E. Lane closures 24 hours or longer shall require a site -specific traffic controlplan. 9 F. Contractor responsible for having a licensed Texas Professional Engineer sign and seal 10 changes to the Traffic Control Plan(s) developed by the Design Engineer. 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 12 1.7 CLOSEOUT SUBMITTALS [NOT USED] 13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14 1.9 QUALITY ASSURANCE [NOT USED] 15 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 16 1.11 FIELD [SITE] CONDITIONS [NOT USED] 17 1.12 WARRANTY [NOT USED] 18 PART 2 - PRODUCTS 19 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 20 2.2 ASSEMBLIES AND MATERIALS 21 A. Description 22 1. Regulatory Requirements 23 a. Provide Traffic Control Devices that conform to details shown on the 24 Drawings, the TMUTCD, and TxDOT's Compliant Work Zone Traffic Control 25 Device List (CWZTCDL). 26 2. Materials 27 a. Traffic Control Devices must meet all reflectivity requirements included in the 28 TMUTCD and TxDOT Specifications — Item 502 at all times during 29 construction. 30 b. Electronic message boards shall be provided in accordance with the TMUTCD. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised March 22, 2021 3471 13 -4 TRAFFIC CONTROL Page 4of6 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 EXAMINATION [NOT USED] 5 3.2 PREPARATION 6 A. Protection of In -Place Conditions 7 1. Protect existing traffic signal equipment. 8 3.3 INSTALLATION 9 A. Follow the Traffic Control Plan (TCP) and install Traffic Control Devices as shown on 10 the Drawings and as directed. 11 B. Install Traffic Control Devices straight and plumb. 12 C. Do not make changes to the location of any device or implement any other changes to 13 the Traffic Control Plan without the approval of the Engineer. 14 1. Minor adjustments to meet field constructability and visibility are allowed. 15 D. Maintain Traffic Control Devices by taking corrective action as soon as possible. 16 1. Corrective action includes but is not limited to cleaning, replacing, straightening, 17 covering, or removing Devices. 18 2. Maintain the Devices such that they are properly positioned, spaced, and legible, 19 and that retroreflective characteristics meet requirements during darkness and rain. 20 E. If the Inspector discovers that the Contractor has failed to comply with applicable federal 21 and state laws (by failing to furnish the necessary flagmen, warning devices, barricades, 22 lights, signs, or other precautionary measures for the protection ofpersons or property), the 23 Inspector may order such additional precautionary measures betaken to protect persons 24 and property. 25 F. Subject to the approval of the Inspector, portions of this Project, which are not affected by 26 or in conflict with the proposed method of handling traffic or utility adjustments, can be 27 constructed during any phase. 28 G. Barricades and signs shall be placed in such a manner as to not interfere with the sight 29 distance of drivers entering the highway from driveways or side streets. 30 R To facilitate shifting, barricades and signs used in lane closures or traffic staging may 31 be erected and mounted on portable supports. 32 1. The support design is subject to the approval of the Engineer. 33 I. Lane closures shall be in accordance with the approved Traffic Control Plans. 34 J. If at any time the existing traffic signals become inoperable as a result of construction 35 operations, the Contractor shall provide portable stop signs with 2 orange flags, as 36 approved by the Engineer, to be used for Traffic Control. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised March 22, 2021 3471 13 -5 TRAFFIC CONTROL Page 5 of 6 1 K Contractor shall make arrangements for police assistance to direct traffic if traffic signal 2 turn-ons, street light pole installation, or other c onstruction will be done during peak traffic 3 times (AM: 7 am — 9 am, PM: 4 pm - 6 pm). 4 L. Flaggers 5 1. Provide a Contractor representative who has been certified as a flagging instructor 6 through courses offered by the Texas Engineering Extension Service, the American 7 Traffic Safety Services Association, the National Safety Council, or other approved 8 organizations. 9 a. Provide the certificate indicating course completion when requested. 10 b. This representative is responsible for training and assuring that all flaggers are 11 qualified to perform flagging duties. 12 2. A qualified flagger must be independently certified by 1 of the organizations listed 13 above or trained by the Contractor's certified flagging instructor. 14 3. Flaggers must be courteous and able to effectively communicate with the public. 15 4. When directing traffic, flaggers must use standard attire, flags, signs, and signals 16 and follow the flagging procedures set forth in the TMUTCD. 17 5. Provide and maintain flaggers at such points and for such periods of time as may be 18 required to provide for the safety and convenience of public travel and Contractor's 19 personnel, and as shown on the Drawings or as directed by the Engineer. 20 a. These flaggers shall be located at each end of the lane closure. 21 M. Removal 22 1. Upon completion of Work, remove from the Site all barricades, signs, cones, lights 23 and other Traffic Control Devices used for work -zone traffic handling as soon as 24 practical in a timely manner, unless otherwise shown on the Drawings. 25 3.4 REPAIR / RESTORATION [NOT USED] 26 3.5 RE -INSTALLATION [NOT USED] 27 3.6 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 28 3.7 SYSTEM STARTUP [NOT USED] 29 3.8 ADJUSTING [NOT USED] 30 3.9 CLEANING [NOT USED] 31 3.10 CLOSEOUT ACTIVITIES [NOT USED] 32 3.11 PROTECTION [NOT USED] 33 3.12 MAINTENANCE [NOT USED] 34 3.13 ATTACHMENTS [NOT USED] 35 END OF SECTION 36 37 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised March 22, 2021 3471 13 -6 TRAFFIC CONTROL Page 6 of 6 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S. Arnold Added police assistance, requirement for when a site specific TCP is required 1.4 A. Added language to emphasize minimizing of lane closures and impact to traffic. 3/22/2021 M Owen 1.5 Clarified submittal requirements 3.3 M. Clarified removal requirements CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised March 22, 2021 Approval Form Online version 11/2005 APPROVAL To Andrew Goodman City of Fort Worth 200 Texas Street Fort Worth, TX 76102 Date 12/21 /2022 Application No. FTW20221011095527 District App. No. 220S-WL-SPUR580-22 Highway SS 0580 Control Section 000804 Maintenance Section South Tarrant County Tarrant TxDOT offers no objection to the location on the right-of-way of your proposed utility installation, as described by Notice of Proposed Utility Installation No. FTW20221011095527 (District Application No. 220S-WL-SPUR580-22) dated 12/21/2022 and accompanying documentation, except as noted below. A COPY OF THIS PERMIT IN ITS ENTIRETY MUST BE ON SITE AT ALL TIMES! Contractor is required to contact TxDOT Traffic Operations group at 817-370-3664 prior to beginning and excavation work in the area of existing utilities. The Utility Owner is to send a Conduct Inspection action with the On -Site Contractor's contact information through the UIR website 48 hours prior to commencing work. CONTRACTOR is to contact Inspector John Castaneda at Cell 817-240-0545 with his 48-hour Notice and TCP submission from the most recent edition of the TCPs Standards * 48 hours prior to commencing work. Utility Owner Shall Not cut into pavement or rip rap without WRITTEN APPROVAL from TxDOT. *Link to the most recent TCPs Standards: http://www.dot.state.tx.us/insdtdot/orgchart/cmd/cserve/standard/toc.htm When installing utility lines on controlled access highways, your attention is directed to governing laws, especially to Texas Transportation Code, Title 6, Chapter 203, pertaining to Modernization of State Highways; Controlled Access Highways. Access for serving this installation shall be limited to access via (a) frontage roads where provided, (b) nearby or adjacent public roads or streets, (c) trails along or near the highway right-of-way lines, connecting only to an intersecting roads; from any one or all of which entry may be made to the outer portion of the highway right-of-way for normal service and maintenance operations. The Installation Owner's rights of access to the through -traffic roadways and ramps shall be subject to the same rules and regulations as apply to the general public except, however, if an emergency situation occurs and usual means of access for normal service operations will not permit the immediate action required by the Utility Installation Owner in making emergency repairs as required for the safety and welfare of the public, the Utility Owners shall have a temporary right of access to and from the through -traffic roadways and ramps as necessary to accomplish the required emergency repairs, provided TxDOT is immediately notified by the Utility Installation Owner when such repairs are initiated and adequate provision is made by the Utility Installation Owner for convenience and safety of highway traffic. The installation shall not damage any part of the highway and adequate provisions must be made to cause minimum inconveniences to traffic and adjacent property owners. In the event the Installation Owner fails to comply with any or all of the requirements as set forth herein, the State may take such action as it deems appropriate to compel compliance. It is expressly understood that the TxDOT does not purport, hereby, to grant any right, claim, title, or easement in or upon this highway; and it is further understood that the TxDOT may require the Installation Owner to relocate this line, subject to provisions of governing laws, by giving thirty (30) days written notice. If construction has not started within six (6) months of the date of this approval, the approval will automatically expire and you will be required to submit a new application. You are also requested to notify this office prior to commencement of any routine or periodic maintenance which requires pruning of trees within the highway right-of- way, so that we may provide specifications for the extent and methods to govern in trimming, topping, tree balance, type of cuts, painting cuts and clean up. These specifications are intended to preserve our considerable investment in highway planting and beautification, by reducing damage due to trimming. Special Provisions: FTW_SpecialProvision_52 You are required to notify TxDOT 48 hours (2 business days) before you start construction to allow for proper inspection and coordination of work days and traffic control plans. Use the UIR website for the 48-hour notification. DO NOT start construction until you have coordinated the construction start date and inspection with TxDOT. You are also required to keep a copy of this Approval, the Notice of Proposed Installation, and any approved amendments at the job site at all times. Texas Department of Transportation By John Castaneda Title Utility Coordinator District Fort Worth Texas Department Transportation Specifications for utility installations Fort Worth District (revised March 12, 2021) Specifications for Utility Installations Fort Worth District TxDOT Directory For Utilities 3,4 TxDOT's Mission Statement 4 Safety 5 Protection of Highway Facilities 5 Use of Explosives 5 Protection of Existing Facilities 5 Deviation From Approved Plans 5 Staking of Utility Lines in Advance of Construction 5 Full -Time Supervision and Inspection 5 Notification of Job Start 5 TxDOT Locates 5,6 Stockpiles on TxDOT ROW 6 Coordination of Work With Highway Contractor or State Forces 6 Work Day Restrictions 6 Inclement Weather 6 Pits 6 Bore and Tunneling Operations 7 Markers 7 Above -Ground Appurtenances 7 Back -Fill of Utility Trenches 8 Site Clean -Up 8 Repair and Replacement of Rip -Rap and Earth Slopes 8 Special Precautions For Erosion Control 8 Seeding Specifications 9 Aesthetics 10 Required Pruning Practices 10 Pruning Suggestions 11 Specifications for Utility Installations 2 Fort Worth District orth District Utility, Maintenance, w Fort Worth District Utility Directory Area, and County Maintenance Contact Sheet. Name Title Email Desk Phone Bill McCoy ROW Project Delivery Manager Bill.McCov@txdot.gov 817-370-6950 Doug Fain ROW Project Manager (Utility Lead) Douglas.Fain@txdot.gov 817-370-6542 Amar Akram, P.E. Transportation Engineer Amar.Akram@txdot.gov 817-370-6681 Rebecca Booher Utility Coordinator Rebecca.Booher@txdot.gov 817-370-6534 Ben Trevino Utility Coordinator Ben.Trevino@txdot.gov 817-370-6523 Luis Martinez Utility Coordinator- Permits Luis.A.Martinez@txdot.Zov 817-202-2929 Fransico (Javier) Fuentes Utility Coordinator Francisco.Fuentes@txdot.gov 817-370-6588 Patrick Nunley Utility Coordinator Patrick.Nunley@txdot.gov 469-719-0895 Gavino Talamantez Utility Coordinator Gavino.Talamantez@txdot.gov 817-370-6668 John Castaneda Utility Coordinator- Inspector John.Castaneda@txdot.gov 817-370-3515 Jeff Gavingan District Maintenace Contracts Specialist Jeff.Gavingan@txdot.gov 817-370-3503 Name Title Email Desk Phone Matt Evans, P.E. Director of Maintenance Matt. Evans@txdot.gov 817-370-6521 Margaret Jasso Permit Coordinator (Storm Drains) Traffic Signals, Management, Message Board Margaret.Jasso@txdot.gov 817-370-6527 John Forbes ITraffic Systems Admin John.Forbes@txdot.gov 817-370-6860 Alex Bell Traffic Systems Specialist Alex.Bell@txdot.gov 817-370-6822 Thomas Hickey Traffic Systems Specialist Fort Worth District Area Offices Thomas.Hickey@txdot.gov 817-370-6820 Johnson County Area Office (127): 817-202-2900 Name Title Email Desk Phone Janet Crawford, P.E. Area Engineer Janet.Crawford@txdot.gov 817-202-2938 Peter Ross, P.E. Assistant Area Engineer Peter. Ross@txdot.eov 817-202-2939 Bryan Anderson Assistant Maint Sec Supvr (Inspector) Bryan.Anderson@txdot.gov 817-202-2900 Wise and Jack Counties Area Office (249-Wise/120-Jack): 940-626-3400 Name Title Edrean Cheng, P.E. Area Engineer Oscar Chavez, P.E. Assistant Area Engineer Keith Prochnow General Engineering Tech (Inspector) North Tarrant Area Office (220N): 817-399-4300 Name Title Bao-Phuc M Tran (Minh) P.E. Area Engineer Daniel Poole, P.E. Assistant Area Engineer John Castaneda Utility Coordinator- Inspector South Tarrant Area Office (220S Name David Neeley, P.E. Russell Poer, P.E. Mark Price John Castaneda : 817-370-6640 Title Area Engineer Assistant Area Engineer Transportation Specialist (Reviewer) Utility Coordinator- Inspector Email Edrean.Cheng@txdot.gov Oscar. R.ChavezPtxdot.gov Keith.Prochnow@txdot.gov Email Minh.Tran@txdot.gov Daniel.Poole@txdot.gov John.Castaneda@txdot.Rov Email David. Neelev(@txdot.eov Russell. Poer@txdot.gov Mark.Price@txdot.gov John.Castaneda(c@txdot.gov Erath, Hood, and Somervell Counties Area Office (073-Erath/112-Hood/213-Somervell): 254-956-3511 Name Title Email Sarah Horner, P.E. Area Engineer Sarah. Horner@txdot.gov None Assistant Area Engineer Michael Milsap Transport Maint Crew Chief (Inspector) Michael.Millsap@txdot.gov Parker and Palo Pinto Counties Area Office (184-Parker/182-Palo Pinto): 68-229-2800 Desk Phone 940-626-3400 940-626-3400 940-626-3400 Desk Phone 817-399-4300 817-399-4300 817-370-3515 Desk Phone 817-370-6638 817-370-6637 817-370-6909 817-370-3515 Desk Phone 254-459-7029 254-897-2647 Name Title Email Desk Phone Korey Coburn, P.E. Area Engineer Korev.Coburn@txdot.gov 682-229-2800 Gary Beck Jr., P.E. Assistant Area Engineer Garv.Beck@txdot.gov 682-229-2838 Matthew Kirby Permit Coordinator Matthew.Kirbv@txdot.gov 682-229-2822 Fort Worth District Maintenance Offices Johnson County Maintenance Name Title Email Desk Phone John Nolt Maintenance Section Supervisor John.Nolt@txdot.eov 817-202-2906 Bryan Anderson Assistant Maint Sec Supvr (Inspector) Brvan.Anderson@txdot.gov 817-202-2900 Wise and Jack Counties Maintenance Name Title Email Desk Phone Colt Wright Maintenance Section Supervisor Colt.WriRht@txdot.gov 940-626-3366 Tracy Hefner Assistant Maint Sec Supvr Tracv.Hefner@txdot.gov 940-507-6002 North Tarrant County Maintenance Name Title Email Desk Phone Mike Sepeda Maintenance Section Supervisor Michael.Sepeda@txdot.eov 817-399-4350 Ronny Lehrmann Assistant Maint Sec Supvr Ronnv.Lehrmann@txdot.gov 817-399-4350 Dustin Marten Assistant Maint Sec Supvr Dustin. Marten@txdot.gov 817-569-6981 South Tarrant County Maintenance Name Title Email Desk Phone Thomas Brown Maintenance Section Supervisor Tom.Brown@txdot.gov 817-370-6918 Christopher Lanoue Assistant Maint Sec Supvr Christopher.Lanoue@txdot.gov 817-370-6640 Justin Derden Maintenance Section Assistant Justin.Derden@txdot.gov 817-706-6903 Parker and Palo Pinto Counties Maintenance Name Title Email Desk Phone Clinton Hyatt Maintenance Section Supervisor- Parker Clinton.Hvatt@txdot.gov 682-229-2800 Tim Lane Maintenance Section Supervisor- Palo Pinto Timothv.Lane@txdot.gov 940-463-7118 Scottie Blackburn Assistant Maint Sec Supvr Scottie.Blackburn@txdot.gov 682-229-2804 James Pollock Maintenance Section Assistant James.Pollock@txdot.gov 940-325-2414 Emergency Utility Contact (Traffic Control Room- 24 hours I817-370-3661 WHILE WORKING ON THE TXDOT RIGHT OF WAY: HARD HATS, CLASS 3 SAFETY VEST AND STEEL TOED BOOTS ARE REQUIRED AT ALL TIMES. A COPY OF THE UTILITY OWNER'S PERMIT MUST BE ON SITE AT ALL TIMES. PROTECTION OF HIGHWAY FACILITIES All construction operations relative to installation of the Utility shall be conducted in such manner as to protect highway facilities from damage at all times. In addition, all work must be done in strict accordance with all applicable regulations of the occupational Safety and Health Administration (OSHA) of the US Department of Labor. USE OF EXPLOSIVES No explosives shall be used within limits of highway right-of-way without written permission. PROTECTION OF EXISTING UTILITIES Prior to beginning actual construction operations the Utility shall notify all other Utility Companies who may have facilities in the area so they can determine if the proposed construction will conflict with or otherwise damage their facilities. REMEMBER: 1-800-DIG-TESS DEVIATION FROM APPROVED PLANS No changes shall be made to the approved location of utilities without prior authorization of TxDOT. The Utility shall make necessary arrangements with other Utility Owners for moving facilities and/or supporting same during trenching operations. Any poles, anchors, etc. relocated to clear the proposed underground utility line shall be moved toward the highway right-of-way line and location shall be subject to TxDOT approval. All utility lines incorrectly installed shall be removed and laid in proper location at the entire expense of the Utility. STAKING OF UTILITY LINES IN ADVANCE OF CONSTRUCTION Utility lines shall be staked well in advance of construction so that TxDOT can inspect staking to verify that the alignment conforms to requirements set out herein and that there is no conflict with highway facilities. FULL TIME SUPERVISION AND INSPECTION The Utility shall provide competent full-time supervisors or inspectors for all utility installations. /V O T/F/CA T/ON OF JOB S TA /4 T 48 Hour notification is required for utility installations. *CALL INSPECTOR ON PERMIT* Please have the following information ready when you call or submit: • APPROVED PERMIT NO. • STATE HIGHWAY NO. • UTILITY COMPANY • UTILITY SUPERVISOR OR INSPECTOR'S NAME and UTILITY MOBILE NO. • GENERAL CONTRACTOR'S NAME • NAME OF FOREMAN and MOBILE PHONE NO. • START DATE TXDOT LOCATES 48 Hour notification is required for TXDOT locates. BE AWARE!! TXDOT has a considerable investment in traffic signals, lighting, and traffic management system. These systems include underground electric and fiber optic lines. If any of the above facilities are within the limits of the utility project, the utility is required to call the phone number listed: Signals and lighting: (817) 370-3661 AERIAL CROSSINGS Notification is required for aerial crossings. Notify Utility Office with TCP, Date of planned closure, permit number, and point of contact information. When Specifications for Utility Installations 5 Fort Worth District approve then MESSAGE BOARDS MUST BE PLACED 7 DAYS PRIOR TO WORK. Crossings on controlled access highways and/or high volume roadways can only be performed on Sunday - Thursday, between the hours of 9 p.m. to 5 a.m. with police assistance and approved traffic control. Crossings on non -controlled access roadways and/or low volume roadways can be performed anytime during the week, Monday thru Friday, between the hours of 9 a.m. and 3 p.m. with proper approved traffic control. LANE CLOSURES Notification is required for lane closures prior to the alteration of traffic flow. Notify Utility Office with TCP, Date of planned closure, permit number, and point of contact information. When approve then MESSAGE BOARDS MUST BE PLACED 7 DAYS PRIOR TO WORK. If a lane closure is required due to an unforeseen situation and after a utility permit has been approved, it will be necessary to call the TxDOT Utility Permit Office at 817-709-3219. A traffic control plan must be submitted and approved by TxDOT prior to lane closures. Note: An Engineer's seal may be required for lane closures on controlled access highways and high volume roadways. STOCKPILES ON TXDOT ROW Stockpiling will be allowed with permission from TxDOT. Once, permission has been granted, stockpiling can start forty-eight hours prior to construction. The stockpile shall be placed on the right of way line or as close as possible without obstructing the curb, pavement, or line of site. All materials must be removed from TxDOT right of way completion of the utility project. COORDINATION OF WORK WITH HIGHWAY CONTRACTOR OR STATE FORCES All work related to the installation of utilities shall be conducted in such manner as not to interfere in any way with highway construction or TxDOT maintenance operations. WORK DAY RESTRICTIONS Except, in cases of emergency, NO WORK WILL BE ALLOWED ON SATURDAYS, SUNDAYS, FEDRAL or STATE HOLIDAYS OR AT NIGHT. EXCEPTIONS MAY BE GRANTED BY TXDOT IF the Utility shows that "off day" work is necessary to avoid service interruptions to the public and the Utility agrees to the following conditions: Obtain TxDOT approval at least 48 hours in advance. The Contractor is required to have sufficient personnel and equipment on the job to efficiently execute the work. The utility will have a supervisor or inspector present on the job at all times while the work is in progress. INCLEMENT WEATHER To ensure the safety of the traveling public, as well as the contractor and his crew and TxDOT agents, NO WORK SHALL BE ALLOWED DURING INCLEMENT WEATHER such as, but not limited to rain, fog, snow and sleet effects visibility and/or traction. PITS All pits shall be excavated and closed within 48 hours. If the utility wishes to leave pits open overnight, reflective barricades must be employed. Specifications for Utility Installations 6 Fort Worth District BORE AND TUNNELING OPERATIONS GENERAL REQUIREMENTS Utilities crossing under surfaced roads within the limits of highway right-of-way shall be placed by auger bore or tunnel method, unless otherwise specifically authorized by TxDOT. Bores or tunnels shall be placed at depths below the roadway structure which are sufficient for superimposed live and dead loads and also prevent collapse of supporting soil between hole and roadway. Boring and tunneling operations shall extend outside of the front slope and clear zone of the highway. Bores Where material beneath pavement is sandy or unstable and will be subject to caving, the hole for the casing shall be bored and cased simultaneously and bored material removed through casing. Cutting face of auger or drill shall not project more than six (6) inches ahead of casing and no water shall be used in connection with drilling. Where material beneath pavement is stable and not subject to caving, and allowed by TxDOT, the hole for the casing may be bored first and casing inserted in the hole immediately after completion of boring. If allowed by TxDOT, water may be used in conjunction with boring. Bore Pit Location Pits excavated for boring or tunneling operations shall be located so that any possible sloughing of sides of pit will not endanger shoulders or pavements and so that barricades can be placed as specified in the TMUTCD. Bore pits should be located at least thirty feet from the edge of the nearest through traffic lane and not less than twenty feet from the edge of pavement on ramps. On low traffic roadways and frontage roads, bore pits should not be less than ten feet from the edge of pavement or five feet from face of curb. Tunneling While hole is being tunneled, casing shall normally be jacked into place as operations progress. Working face of excavation shall not precede advancing end of casing by more than two and one half (2112) feet unless otherwise allowed by TxDOT. Grouting All voids around casing shall be pressure grouted. The grout shall be consisting of Portland Cement and washed sand and containing not less than two (2) sacks or Portland Cement per cubic yard of grout. Additional cement shall be added if workability and/or stability cannot be obtained. An air -entraining agent may also be added to the grout mixture to facilitate flow if necessary. Grouting shall be done immediately after casing has been installed in hole in order to avoid any shearing of soil and settlement of over burden above casing. Means shall be provided for proving that voids are filled around 24" diameter and larger casings in the event there is some doubt by TxDOT. TxDOT may require the Utility to install removable plugs at intervals inside the casing. No holes shall be drilled in pavement or shoulders for grouting operations. MARKERS The Utility shall place a readily identifiable and suitable marker at each right-of-way line for highway crossings. Utilities that parallel the right of way shall place a marker every 1500 feet, at intersecting streets, and highway drainage culverts. ABOVE -GROUND APPURTENANCES Above -ground appurtenances, such as pedestals, fire hydrants, meters, etc., shall be located at the right-of-way line. BACKFILL OF UTILITY TRENCHES Specifications for Utility Installations % Fort Worth District DESCRIPTION This specification shall govern backfill of trenches, which have been opened for the removal, adjustment, or installation of utility lines within the limits of highway right-of-way. Except when permission is granted, compacted backfill will be used for utility installations. Backfill shall consist of compacted material obtained from suitable soil excavated from the trench, or from sources outside the highway right-of-way. Material shall be free of rock, lumps, or clods that will not break down under compaction. Backfill material shall be placed in the trench in lavers not to exceed 6" in depth and compacted. Water shall be added as required to facilitate compaction. Compaction shall be done with rollers or mechanical tamps. Use of rollers will be allowed only when such use is not believed detrimental to any highway facility. The tvpe of roller used must be acceptable to TxDOT. When rollers are used, mechanical tamps shall be used along the sides of trench to compact any backfill that cannot be reached with rollers. Compactinq shall be continued until a backfill densitv is eaual to that of the adiacent, undisturbed material. Where trenches lie within the limits of drainage ditches and channels, which are in solid rock, TxDOT may require 1' of concrete backfill, struck off flush with the top of rock. SITE CLEAN UP The Utility is responsible for site clean up at the end of each workday. Roadways adjacent to the utility construction site shall be kept free from debris, construction materials, and mud. At the end of each day, construction equipment and materials shall be moved as far from the roadway as feasible within the safety rules. If mudding of the roadway occurs at any time, the roadway shall be cleaned immediately. When the utility installation is complete, the right-of-way shall be reshaped to its original condition and the area reseeded or re -sodded to reduce erosion. Should settlement or erosion occur within one (1) year of the utility installation, TxDOT may specify prompt replacement at the utility's expense for bringing the construction site to a satisfactory condition. TxDOT will restore sites that are left at an unsatisfactory condition after notification has been sent to the utility. These sites will be restored to original condition. The utility shall fully reimburse all costs incurred by TxDOT forall repairs made by TxDOT. These costs include, but are not limited to matters of traffic safety, right of way contour, restoration and repairs to all highway structures: including, but not limited to roads, driveways, terrain, landscaping, fences, etc. REPAIR AND REPLACEMENT OF RIPRAP AND EARTH SLOPES Any existing riprap cut by trenching operations shall be replaced and surface of new riprap finished to match that of existing riprap. Concrete riprap shall contain not less than three (3) sacks of cement per cubic yard of concrete. Reinforcing steel shall conform to that of existing riprap. SPECIAL PRECAUTIONS FOR EROSION CONTROL Special precautions should be taken during utility installations to avoid disturbing existing drainage courses. In addition, soil erosion should be held to a minimum and sediment from the construction site should be kept away from the roadway and drain inlets. During construction the roadbed and ditches shall be maintained in such condition to insure proper drainage at all times. Ditches and channels shall be maintained to avoid damage to the roadway. To avoid soil erosion, it is advised and encouraged that the Utility Contractor use all applicable means (i.e. silt fences, hay bails, rock filter dams, etc.) to detour soil from eroding into roadway, ditches, and adjacent property. SEEDING SPECIFICATIONS Specifications for Utility Installations o Fort Worth District RURAL AREA WARM -SEASON SEEDING RATE In pounds, Pure Live Seed (PLS.) Mixture for Clay or Tight Soils Mixture for Sandy Soils Dates Eastern Section Western Section All Sections Feb 1 Green Sprangletop 0.6 Green Sprangletop 0.6 Green Sprangleton 0.7 To Sideoats Grama (El Reno) 1.8 Sideoats Grama (Haskell or El Reno) 1.8 Sideoats Grama (Haskell) 2.2 May 1 Bermudagrass 0.8 Little Bluestem 1.1 Bermudagrass 0.9 Little Bluestem 1.1 Indiangrass (Lometa or Cheyenne) 1.5 Little Bluestem 1.4 K-R Bluestem 0.7 K-R Bluestem 0.7 Sand Dropseed 0.2 Switchgrass 1.2 Switchgrass (Alamo or Blackwell) 1.2 Total 6.2 Total 6.9 Total 5.4 URBAN AREA WARM -SEASON SEEDING RATE In Pounds, Pure Live Seed (PLS) Mixture for Clay or Tight Soils Mixture for Sandy Soils Dates Eastern Section Western Section All Sections Feb 1 Green Sprangletop 0.9 Green Sprangletop 1.1 Green Sprangletop 1.1 TO Bermudagrass 1.2 K-R Bluestem 1.3 K-R Bluestem 1.3 May 1 K-R Bluestem 1.0 Buffalograss 10.7 Buffalograss 1.5 Buffalograss 8.0 Total 11.1 Total 13.1 Total 3.9 TEMPORARY COOL -SEASON SEEDING RATE In pounds, Pure Live Seed (PLS) Dates I All Sections Feb 1 Tall Fescue 4.0 To Western Wheatgrass 5.0 May 1 Wheat (Red, Winter) 30.0 Total TEMPORARY COOL -SEASON LEGUME SEEDING RATE In pounds, Pure Live Seed (PLS) Dates All Sections Aug 15 Crimson Clover to Nov 30 Total TEMPORARY WARM -SEASON SEEDING RATE In pounds, Pure Live Seed (PLS) Dates All Sections May 1 Foxtail Millet to Nov 30 Total Note: Names in parenthesis () represent "improved" varieties of the species shown. E 1 7.0 7.0 30.0 30.0 Specifications for Utility Installations 9 Fort Worth District AESTHETICS To preserve and protect trees, shrubbery, and other aesthetic features on the highway right-of-way, TxDOT may specify the extent and methods of tree removal, tree trimming, or their replacement. TxDOT may also specify the installation methods of the underground or overhead utility in order to protect and preserve trees and other aesthetic features. REQUIRED PRUNING PRACTICES PRIOR TO CUTTING • Locate utility lines with the least possible interference with trees. • Amount of clearance should be determined by the rate of tree growth. • Remove minimum number of branches to provide adequate clearance. • Maintain adequate clearance for lines, NOT EXCESSIVE CLEARANCE. • ALL pruning shall conform to recognized tree surgery practice. • Preserve natural character of tree. WHERE TO CUT In removing a limb, the cut should be made at a fork where the remaining branch will be at least one third the diameter of the one removed. LIMB REMOVAL 1. In removing branches the cut should be made at a fork with the remaining branch at least one-third the diameter of the one removed. 2. Undercut 1/3 of the way through the limb, 8 to 12 inches from the main stem. 3. Remove limb 4 to 6 inches out from the first cut. 4. Remove stub with an even cut so that a trace (called a "collar") still protrudes (about'/z inch). 5. All cuts two (2) inches or over shall be painted with an approved tree dressing or paint. * See pg 11. DISPOSAL OF CUTTINGS All pruned wood and brush must be removed from the right of way and disposed of in accordance with the laws and regulations of the community, county, and state. Disease branches (especially those infected with oak wilt) must be properly disposed of to prevent the further spread of the disease. Specifications for Utility Installations 10 Fort Worth District 9.0151i..kelt P. PRUNING SUGGESTIONS F— 1 0 2, t.A IJ DESIRABLE TREE MODIFICATIONS PRESERVING SYMMETRY. UNDESIRABLE TREE MODIFICA7EON5 Such tree -line relationships as iJjugtruted perpetuates high maintenance casts and right-of-way unsightilness. bFSjRAPLE DESIRABLE DESIRABLE UNVESIRABLE DESIRABLE LNGESIRABLE UNDES-RAOLF DESIRABLE �4R.'e_-v66na' vff@�r or1n1mb I.t Cu,. 'C U t ri . through mb 8 from main SPtM. 0r "e"rnoya stuo FmAhad Cut with onewtn, kcut. wi?h no Fra" 11.t, of slab. PROPER L[Me REMOVAL (2-dio or mo*e) Specifications for Utility Installations 11 Fort Worth District Notice of Proposed Installation Taxes Utility Line On TxDOT Highway Right of Way Z7�OD "r"ter &J?Spon4warr Installation Application Online version 4/2006 To the Texas Transportation Commission Date 12/21/2022 c/o District Engineer Application No. FTW20221011095527 Texas Department of Transportation Fort Worth District, Texas Formal notice is hereby given that City of Fort Worth proposes to install a utility facility within the right-of-way of SS0580 in Tarrant County, Texas as follows: (details are shown on page 2) The Proposed project is to Tap an existing City Waterline on the Northern ROW of Camp Bowie West Blvd. and install a 121 foot lateral (by bore) under the road south terminating in a City Fire hydrant to service 7060 Camp Bowie W Blvd, Fort Worth TX 76116 The line will be constructed and maintained on the highway right-of-way as shown on the attached drawing and in accordance with the rules, regulations and policies of the Texas Department of Transportation (TxDOT), and all governing laws, including but not limited to the "Federal Clean Water Act," the "National Endangered Species Act," and the "Federal Historic Preservation Act." Upon request by TxDOT, proof of compliance with all governing laws, rules and regulations will be submitted to TxDOT before commencement of construction. Our firm will use Best Management Practices to minimize erosion and sedimentation resulting from the proposed installation, and we will revegetate the project area as indicated under "Revegetation Special Provisions." Our firm will ensure that traffic control measures complying with applicable portions of the Texas Manual of Uniform Traffic Control Devices will be installed and maintained for the duration of this installation. The location and description of the proposed installation and appurtenances is more fully shown by 3 files containing drawings and other pertinent information uploaded to the website. Construction will begin on or after January 1, 2023 and end on or before March 1., 2023 I certify that I am authorized to represent the Firm listed below, and that our Firm agrees to the conditions/provisions included in this notice. Utility Installation Owner By Title Address Phone No. E-mail address City of Fort Worth Andrew Goodman Project Manager 200 Texas Street Fort Worth, TX 76102 817-392-6251 andrew.goodman@fortworthtexas.gov Application Details Application No. FTW20221011095527 Date 12/21/2022 Utility Installation Owner City of Fort Worth By Andrew Goodman TxDOT District Fort Worth District County Tarrant Route SS0580 Control Section 000804 The Proposed project is to Tap an existing City Waterline on the Northern ROW of Camp Bowie Description West Blvd. and install a 121 foot lateral (by bore) under the road south terminating in a City Fire hydrant to service 7060 Camp Bowie W Blvd, Fort Worth TX 76116 Attachments TxDOT Form 1082 - Utility Installation Request.pdf FWISD New Central Administration Building IPRC TxDOT Details.pdf FWISD New Central Administration Building IPRC_R1.pdf TxDOT - Fort Worth District CHECKLIST FOR REVIEW OF NOTICES OF PROPOSED INSTALLATION Online version 07/2022 Yes No N/A ❑ ® ❑ Is this NOPI within the limits of a TxDOT construction project? If so, please list the project CSJ#/RCSJ#, TxDOT Project Manager and contact information. Please state if this is a relocation. ® ❑ ❑ Are all new utility crossings of TxDOT roadways proposed at 90 degrees with the centerline of the highway? If not, please attach an Exception Letter addressed to the TxDOT Fort Worth District Engineer. ❑ ® ❑ For SALTWATER LEASES stop here and call 817-370-6952. ® ❑ ❑ We propose to construct this utility installation according to the description, construction plans, special provisions, and other related documents, as described in the Notice of Proposed Installation, Approval Form, and Approved Amendments. We will also maintain field representation during installation of this utility. We will also provide As-Builts plans if the TxDOT Engineer or Inspector has authorized a field change to the installation. ® ❑ ❑ Is the depth of the bore clearly noted on each plan sheet along with a depth profile. ® ❑ ❑ Do you understand water pressurized bore is not allow without prior authorization from the Area Engineer? (Wise and Jack County do not allow water pressurized bore) ® ❑ ❑ Are the utility plans legible, drawn to scale, accurately dimensioned, and NORTH ARROW with vicinity map shown? ® ❑ ❑ The following notes are flagged on the first page of the plan sheets: CONTRACTORS -YOU'RE TO CALL THE TxDOT INSPECTOR NOTED ON THE APPROVED PERMIT 48-HOURS PRIOR TO THE START OF CONSTRUCTION. THE CONTRACTOR IS REQUIRED TO CONTACT TxDOT DISTRICT TRAFFIC SIGNAL SHOP AT 817-370-3661 FOR LINE LOCATES IF BURIED PORTION OF THIS WORK IS NEAR TxDOT TRAFFIC SIGNALS. ❑ ❑ ® Buried Utilities: Are buried utilities located as close to 4-FT from the ROW line as possible? If not, are utility conflicts shown and identified? ® ❑ ❑ Are existing utility facilities in close proximity shown in the plan view and also in a profile view when alignments cross? ❑ ❑ ® Aerial Utilities: Are new utility poles located within the first 3-Feet of the ROW? ❑ ® ❑ Aerial Utilities: Are existing and new utility poles differentiated on the plans and is the minimum aerial (vertical and/or horizontal) clearance clearly noted? ® ❑ ❑ It is understood that a copy of the Utility Permit or Individual Site Agreement (with exhibits) MUST be on the job site during any construction activities. ® ❑ ❑ Are the TxDOT ROW lines CLEARLY lines distinguished, labeled, and dimensioned on the plans? Is the location and identification (highway number) of the TxDOT highway clearly indicated on the plans? ® ❑ ❑ For Small Cell: Will this project meet all applicable City design guidelines? If not, please explain. ❑ ❑ ® For Small Cell: Has the Applicant read, understood, and to the best of their ability, drafted a design that follows the District Special Provision's? ® ❑ ❑ For Small Cell: Has the Applicant read, understood, and to the best of their ability, drafted a design that follows 43 Texas Administrative Code, Chapter 21, Subchapter C, in this submission? ❑ ❑ ® For HIGH PRESSURE GAS (61 PSI & above) do you have the Barlow's clearly noted on the Plan Sheets? Along with the Plan Sheets signed and sealed by an Engineer. ❑ ❑ ® Has the utility company's on -site inspector and contractor name and contact information been provided in the Basic Comments section or on the Plan Sheets? ❑ ❑ ® Are all proposed abandonments -in -place accompanied by an Abandonment Request Letter addressed to the TxDOT Fort Worth District Engineer? ® ❑ ❑ Please indicate on the Plan Sheets the type of facility, size, and count of each proposed line. ® ❑ ❑ Does this installation meet the Utility Accommodation Regulations? ® ❑ ❑ Are you proposing any lane closures? If yes, you will need to include a TxDOT standard or TCP/ BC signed and sealed by a Professional Engineer. For Utility Installation Request ,ROY ing) 2 ram.. PERMIT NUMBER I Page 1 of GLOBAL POSITIONING SYSTEM COORDINATES (GPS) NORTH AMERICAN DATUM 1983, 1993 ADJUSTMENT) IN DECIMAL DEGREES(DD) LATITUDE (DD) LONGITUDE (DD) BEGIN 2.72411701 97.43731436 END 12.72378816 97A3736480 To the Texas Transportation Commission c/o District Engineer Texas Department of Transportation Date Fort Worth Texas Formal notice is hereby given that Fort Worth I.S.D. proposes to place a fire hydrant and supporting lateral line within the right of way of Hwy 80 , RM 612 , Displ. 3,635-feet , to RM 612 Displ. 3,635-feet in Tarrant County Texas, MNT Sec. No. as follows: (give location, length, general design, etc. Use additional sheet as needed) The pFepesed ` is r !*p the lateral (by bore) artho rnqd couthterminatipq 'A a City fire horapt to sentice 7060 ramp QowieW Slud. Fort Worth IX 76116 We will construct and maintain the line on the highway right of way as shown on the attached drawing and in accordance with the rules, regulations and policies of the Texas Department of Transportation (TxDOT), and all governing laws, including, but not limited to, the "Texas Engineering Practice Act," "Federal Clean Water Act," the "National Endangered Species Act," "Americans with Disabilities Act," and the "Federal Historic Preservation Act." Upon request by TxDOT at any time, we will submit to TxDOT proof of compliance with all governing laws, rules and regulations before commencement of construction. Plans shall include the design, proposed location, vertical elevations, and horizontal alignments of the facility based on the department's survey datum, the relationship to existing highway facilities and the right of way line, traffic safety and access procedures, and location of existing utilities that may be affected by the proposed utility facility. The location and description of the proposed line and appurtenances is more fully shown by a complete set of drawings attached to this Utility Installation Request (Request). We will give plans to TxDOT for each future proposed modification or expansion to our facility and TxDOT will have 30 days to review and approve the plans prior to commencement of the work. A new Request may be required as a condition of approval. Our organization will use Best Management Practices to minimize erosion and sedimentation resulting from the proposed installation, and we will revegetate the project area as indicated under "Revegetation Special Provisions." We will also ensure that traffic control measures complying with applicable portions of the Texas Manua! of Uniform Traffic Control Devices will be installed and maintained for the duration of this installation. When installing, modifying or maintaining our utility on controlled access facilities, we shall conform to the Texas Transportation Code, Title 6 Roadways, Chapter 203, Subchapter C, Control of Access, §203.031 (http://www.statutes. legis.state.tx.us/). We shall limit access for servicing this installation to access via (a) frontage roads where provided, (b) nearby or adjacent public roads or streets, (c) trails along or near the highway right of way lines, connecting only to an intersecting road; from any one or all of which entry may be made to the outer portion of the highway right of way for normal service and maintenance operations. Our rights of access to the through traffic roadways and ramps shall be subject to the same rules and regulations that apply to the general public. It is expressly understood that TxDOT does not purport hereby to grant any right, claim, title or easement in or upon highway right of way. TxDOT may require us to relocate this line, subject to the provisions of governing laws, by giving us at least 30 days written notice. We understand a new Request will be required for the relocation. We will notify TxDOT prior to commencement of any operation which requires pruning of trees so that TxDOT may provide specifications to govern performance of work, including trimming, topping, tree balance, type of cuts, painting cuts and clean up. We understand that these specifications are intended to preserve TxDOT's considerable investment in highway beautification plantings and by reducing damage due to trimming and to protect known endangered species. Our installation shall not damage any part of the roadway structure or associated appurtenances. We will make adequate provisions to cause minimum inconveniences to the traveling public and adjacent property owners. We will not open -cut driveways or intersecting roadways without specific written permission from the owner. Following approval, we will begin construction on or after January 1, 2023 Month/DayNear Form 1082 (Rev.03109) Page 2 of 2 We understand TxDOT may place additional provisions and requirements as listed below, based upon, but not limited to, the type of utility being installed, local site conditions, soil types and traffic. Additional Provisions and Requirements (for TxDOT input only) • General Special Provisions: Are attached. Are not attached. • As -built Plans/Certifications of Construction: ❑ Are required and shall be certified as accurate by an authorized representative of the company. ❑ Are required and shall be signed and sealed by a State of Texas Licensed Professional Engineer. ® Are not required ❑ Certification that utility was installed as approved . Re -vegetation Special Provisions: In order to minimize erosion and sedimentation resulting from the proposed installation, the project area will be re -vegetated: ❑ in accordance with TxDOT's Standard Specification Item 164 which specifies the appropriate grass seed mix to be used, or: ® as indicated on the attachment. TxDOT Representative to be notified 48 hours prior to beginning construction: If approved, we understand we will assume all risks associated with this installation within the TxDOT right of way. These risks include injuries to our workers, damage to contiguous utility lines that may be in the area and injuries or damage resulting from our failure to properly install and maintain the line. If the character, use or function of our installation is materially changed from that approved under this Request, we will notify TxDOT within 30 days after the change. In the event of a voluntary or involuntary loss of public utility status, or other legal authority for longitudinal placement of the utility facility in the highway, or there is an abandonment of the facility without the approval of TxDOT, we will at our expense remove the unauthorized portion of the facility from the right of way. If installation of the line is not begun prior to the 91st calendar day from date of issuance, we acknowledge that, unless otherwise extended, TxDOT's approval of this Request will automatically expire, and we will be required to resubmit our Request. All Request submissions, whether due to expiration of approval under this paragraph or new Requests for modifications and relocations shall be in accordance with the governing laws, rules, regulations and policies existing at the time of submission. In the event we fail to comply with any or all of the requirements as set forth in this Request, the State may take such action as it deems appropriate to compel our compliance. By signing as/for the requestor below, I certify that I am authorized to represent the requestor, that I agree to the provisions and requirements included in this Utility Installation Request, and our commencement of construction will further attest to our review and acceptance of said additional provisions and requirements. REQUESTOR Date: By: Dennis Brown Signature: Title: DIRECTOR II / PROJECT MANAGER Address: 100 N, University Dr. Fort Worth City ( 817 ) Area Code TX 76107 State Zip Code i:1L30ZrIf] Telephone Number Date: By: Signature: Title: Address: City Area Code APPROVED BY TxDOT State Telephone Number Zip Code O •N o L om +o CUN a LL 33C + 00- Z w E TL U•- C Q D •- U C 7 - O m +QN O 0 L L L 0 a m ov `L� y •- N N E D Coo aC00 H — c0 0 .0 0xd XH L 0 . U L N N N L +00 OU TNC aLl C W00 0 O O on Q L N 0 �nE .0 C O Low 0 C 0 4) 0wL + 0 moo .000 - L+�v T L w.0 O O 06w �1A + E� —G1NN Jf- L V D + N_ C� 0 Y O ww rJ a— O LL BARRICADE AND CONSTRUCTION (BC) STANDARD SHEETS GENERAL NOTES: WORKER SAFETY NOTES: 1. The Barricade and Construction Standard Sheets (BC sheets) ore intended 1. Workers on foot who ore exposed to traffic or to construction equipment to show typical examples for placement of temporary traffic control within the right-of-way shall wear high -visibility safety apparel meeting devices, construction pavement markings, and typical work zone signs. the requirements of ISEA "American National Standard for High -Visibility The information contained in these sheets meet or exceed the requirements Apparel," or equivalent revisions, and labeled as ANSI 107-2004 standard shown in the "Texas Manual on Uniform Traffic Control Devices" (TMUTCD). performance for Class 2 or 3 risk exposure. Class 3 garments should be considered for high traffic volume work areas or night time work. 2. The development and design of the Traffic Control Plan (TCP)is the responsibility of the Engineer. 2. Except in emergency situations, flogger stations shall be illuminated when flogging is used at night. 3. The Contractor may propose changes to the TCP that are signed and sealed by a licensed professional engineer for approval. The Engineer may develop, sign and seal Contractor proposed changes. COMPLIANT WORKZONE TRAFFIC CONTROL DEVICES 4. The Contractor is responsible for installing and maintaining the traffic 1. Only pre-quolified products shall be used. The "Compliant Work Zone control devices as shown in the plans. The Contractor may not move or change Traffic Control Devices List" (CWZTCD) describes pre -qualified products the approximate location of any device without the approval of the Engineer. and their sources. 5. Geometric design of lane shifts and detours should, when possible, meet the 2. Work zone traffic control devices shall be compliant with the Manual for applicable design criteria contained in manuals such as the American Assessing safety Hardware (MASH). Association of State Highway and Transportation Officials (AASHTO), "A Policy on Geometric Design of Highways and Streets," the TxDOT "Roadway Design Manual" or engineering judgment. 6. When projects abut, the Engineer(s) may omit the END ROAD WORK, TRAFFIC FINES DOUBLE, and other advance warning signs if the signing would be redundant and the work areas appear continuous to the motorists. If the THE DOCUMENTS BELOW CAN BE FOUND ON-LINE AT adjacent project is completed first, the Contractor sha I I erect the http://www.txdot.gov necessary warning signs as shown on these sheets, the TCP sheets or as directed by the Engineer. The BEGIN ROAD WORK NEXT X MILES sign shall be COMPLIANT WORK ZONE TRAFFIC CONTROL DEVICES LIST (CWZTCD) revised to show appropriate work zone distance. DEPARTMENTAL MATERIAL SPECIFICATIONS (DMS) 7. The Engineer may require duplicate warning signs on the median side of MATERIAL PRODUCER LIST (MPL) divided highways where median width will permit and traffic volumes justify the signing. ROADWAY DESIGN MANUAL - SEE "MANUALS (ONLINE MANUALS)" STANDARD HIGHWAY SIGN DESIGNS FOR TEXAS (SHSD) 8. All signs shall be constructed in accordance with the details found in the "Standard Highway Sign Designs for Texas," latest edition. Sign details TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (TMUTCD) not shown in this manual shall be shown in the plans or the Engineer shall provide a detail to the Contractor before the sign is manufactured. TRAFFIC ENGINEERING STANDARD SHEETS 9. The temporary traffic control devices shown in the illustrations of the BC sheets are examples. As necessary, the Engineer will determine the most appropriate traffic control devices to be used. 10. Where highway construction or maintenance work is being undertaken, other than mobile operations as defined by the Texas Manual on Uniform Traffic Control Devices, CSJ limit signs are required. CSJ limit signs are shown on BC(2). The OBEY WARNING SIGNS STATE LAW sign, STAY ALERT TALK OR TEXT LATER and the WORK ZONE TRAFFIC FINES DOUBLE sign with plaque shall be erected in advance of the CSJ limits. The BEGIN ROAD WORK NEXT X MILES, CONTRACTOR and END ROAD WORK signs shall be erected at or near the CSJ limits. For mobile operations, CSJ limit signs are not required. 11. Traffic control devices should be in place only while work is actually in progress or a definite need exists. 12. The Engineer has the final decision on the location of all traffic control devices. 13. Inactive equipment and work vehicles, including workers' private vehicles must be parked away from travel lanes. They should be as close to the right-of-way line as possible, or located behind a barrier or guardrail, or as approved by the Engineer. SHEET 1 OF 12 ® Traffic Safety ,Texas Department of Transportation Standard BARRICADE AND CONSTRUCTION GENERAL NOTES AND REQUIREMENTS BC(I)-21 r-LE: be-21 . cgn DN: TxDOT � CK: TxDOT � Dw: TxDO- c:: TxTOT © TxDOT Vove nber 2002 CONT SECT doe dIGHWAY REVISIONS 4-03 7-13 9-07 8-14 DIST COUNTY 1HII No. 5-10 5-21 I co_ ° N 00 TC CUN OIn L N 7 LC ;+t L •- zaE O TL U•- C a n •- O) W — U C 7 +nw owL L L LO 00 a v CCa •- wo L�a v C in N 43, O I NON aF v X L 4) N N L C > L +mo TOU NC DLL c3O L N O) RO L O a ° CAL W D. �Qo TL . C o Low a D L L owc N� O NCO =x + a w o D O o ¢ 10 top W 7 E N J` C U O + v) C C X O TYPICAL LOCATION OF CROSSROAD SIGNS ROAD ROAD WORK ;VHEAD END a NEX X MILES ROAD WORK (ODtional NExT x MILES eJ see Note / G20-laT20-ID I and 4 ) 1�/ I I 4 CROSSROAD x X x i x I x xl\ X \ / *CW20'l ROAD WORK a NEXT X MILES NEXT X MILES * G20-IOT END D (Optional ROAD WORK see Note G20-2$$ I and 4) # May be mounted on bock of "ROAD WORK AHEAD"(CW20-ID) sign with approval of Engineer. (See note 2 below) 1. The typical minimum signing on a crossroad approach should be a "ROAD WORK AHEAD" (CW20-1D)sign and a (G20-2) "END ROAD WORK" sign, unless noted otherwise in plans. 2. The Engineer may use the reduced size 36" x 36" ROAD WORK AHEAD (CW20-ID) sign mounted bock to bock with the reduced size 36" x 18" "END ROAD WORK"(G20-2) sign on low volume crossroads (see Note 4 under "Typical Construction Warning Sign Size and Spacing"). See the "Standard Highway Sign Designs for Texas" monuol for sign details. The Engineer may omit the advance warning signs on low volume crossroads. The Engineer will determine whether a rood is low volume as per TMUTCD Port 5. This information shall be shown in the plans. 3. Based on existing field conditions, the Engineer/Inspector may require additional signs such as FLAGGER AHEAD, LOOSE GRAVEL, or other appropriate signs. When additional signs ore required, these signs will be considered port of the minimum requirements. The Engineer/Inspector will determine the proper location and spacing of any Sign not Shown on the BC Sheets, Traffic Control Plan sheets or the Work Zone Standard Sheets. 4. The "ROAD WORK NEXT X MILES"(G20-IoT)sign shall be required at high volume crossroads to advise motorists of the length of construction in either direction from the intersection. The Engineer will determine whether a roadway is considered high volume. 5. Additional traffic control devices may be shown elsewhere in the plans for higher volume crossroads. 6. When work occurs in the intersection area, appropriate traffic control devices, as shown elsewhere in the plans or as determined by the Engineer/Inspector, shall be in place. T-INTERSECTION ❑ END G20-2bT WORK ZONE BEGIN • * G20-9TP WORK ZONE TRAFFIC • * R20-5T FINES DOUBLE **R20-5aTP ME mg., I - X INTERSECTED 1 Block - City '�:- 1 1000'-1500' - Hwy" ROADWAY 1000'-1500' - Hwy 1 Block - City ROAD WORK a NEXT X MILES G20-1bTL =1 _ X p C20 1bTR ROAD WORK NEXT X MILES b 80, CSJ BEGIN END ❑ Limit WORK ZONE mRn. �' G20-2bT�E1E BEGIN G20 STIROAD WORK WORK NEXT x MILES �E �E G20-97P ZONE NAME T i TRAFFIC ADDRESS R20-5T FINES G20 6T STATE DOUBLE DOUBL E CONTRACTOR R20-5aTP �` w) ROAD WORK / G20-2 CSJ LIMITS AT T-INTERSECTION 1. The Engineer will determine the types and location of any additional traffic control devices, Such as a flogger and accompanying signs, or other signs, that should be used when work is being performed at or near on intersection. 2. If construction closes the rood at a T-intersection, the Contractor shall place the "CONTRACTOR NAME"(G20-6T) sign behind the Type 3 Barricades for the road closure (see BC(10) also). The "ROAD WORK NEXT X MILES" left arrow(G20-1bTL) and "ROAD WORK NEXT X MILES" right arrow (G20-1bTR)" signs sholl be replaced by the detour signing called for in the plans. WORK AREAS IN MULTIPLE LOCATIONS WITHIN CSJ LIMITS SAMPLE LAYOUT OF SIGNING FOR WORK BEGINNING AT THE CSJ LIMITS !,I 0 I.1 BEGIN iE iEG20 9TP WORK SPEED ZONE STAY ALERT BEGIN DO ROAD TRAFFIC * *G20-5T ROAD WORK NOT WORK LIMIT T * * R20-5T FINES /y//,�� NEXT X MILES CWI-4L Ras) PASS AHEAD X X DOUBLE CW20 I D ROAD Lf ADDRESS S CWl 3-1 P MPH appropriate) R2 I * * * * R20 5aTP K iu r TALK OR TEXT LATER ROAD WORK CWI -4R * * G20-6T urr WORK WORK CW20 1D AREA AHEAD surf G20 l OT AHEAD X �( CONTRACTOI 1= 3x =1 CW20 tD mP" CW13 IP Type 3 Barricade or X X X X X X channelizing devices \y I � WORK I /Beginning of J _I SPACE � NO -PASSING 3X Chnelizing CSJ Limit h END line should ROAD WORK coordinate When extended distonces occur between minimal work spaces, the Engineer/Inspector should ensure additional with sign "ROAD WORK AHEAD"(CW20-1D)signs ore placed in advance of these work areas to remind drivers they ore still G20-2 * * location within the project limits. See the applicable TCP Sheets for exact location and Spacing of Signs and channelizing devices. SAMPLE LAYOUT OF SIGNING FOR WORK BEGINNING DOWNSTREAM OF THE CSJ LIMITS BEGIN 0 II * *G20 9TP WORK F BEGIN SPEED ZONE STAY ALERT ROAD ROAD ROAD **G20 5T NEXT MIILES LIMIT TRAFFIC UUU �E �ER20 ST F INES CLOSED Rll 2 CWI-4L WORK WORK NAME �/ �/ DOUBLE Ea AHEAD /2 MILE ADDRESS /� /� Type 3 iE *G20-6T TAT * * R20-5oTP ,a TALK OR TEXT LATER CW1-6 Barricade or X CW20-ID surf 12-1 '"`°""`" G20-IOT CW13-1 P CONTRACTOR * * channelizing CW20-IE devices x x x x x x -4 4 4 4 4 4 4 1 Channelizing I` CSJ Limit �✓ Devices SPEED R2-1 LIMIT 00 X X NOTES OBEY WARNING SIGNS STATE LAW R20-3T ** x 4 / R2-1 SPACE /F✓/ / END I X SPEED I LIMIT 00 END ❑ J ROAD WORK X X WORK ZONE G20-2bT �E a — G20-2 O LL OBEY WARNING SIGNS STATE LAW R20-3TiE1E� X 4 END ❑ WORK ZONE G20-2bT * X- TYPICAL CONSTRUCTION WARNING SIGN SIZE AND SPACINGI.5.6 SPACING SIZE Sign Conventional Expressway/ Posted Sign Q Number Road Freeway y Speed Spacing or Series "X.. CW204 MPH Feet (Apprx.) CW21 30 120 CW22 48" x 48" 48" x 48" CW23 35 160 CW25 40 240 45 320 CW1, CW2, 50 400 CW7, CW8, 36" x 36" 48" x 48" CW9, CW11, 55 5002 CW14 60 6002 65 7002 CW3, CW4, 70 8002 CW59 CW6, 48" x 48" 48" x 48" CW8-3, 75 900 2 CW10, CW12 80 10002 3 For typical sign spacings on divided highways, expressways and freeways, see Port 6 of the "Texas Monuol on Uniform Traffic Control Devices" (TMUTCD) typical application diagrams or TCP Standard Sheets. Q Minimum distance from work area to first Advance Warning sign nearest the work area and/or distance between each additional sign. GENERAL NOTES 1. Special or larger size signs may be used as necessary. 2. Distance between signs should be increased as required to have 1500 feet advance warning. 3. Distance between signs should be increased as required to hove 1/2 mile or more advance warning. 4. 36" x 36" "ROAD WORK AHEAD" (CW20-1D)signs may be used on low volume crossroads at the discretion of the Engineer as per TMUTCD Part 5. See Note 2 under "Typical Location of Crossroad Signs". 5. Only diamond shaped warning sign sizes ore indicated. 6. See sign size listing in "TMUTCD", Sign Appendix or the "Standard Highway Sign Designs for Texas" manual for complete list of available sign design sizes. The Contractor shall determine the appropriate distance to be placed on the G20-1 series signs and "BEGIN ROAD WORK NEXT X MILES"(G20-5T)sign for each specific project. This distance shall replace the "X" and shall be rounded to the nearest whole mile with the approval of the Engineer NO decimals shall be used. ❑ The "BEGIN WORK ZONE"(G20-9TP) and "END WORK ZONE" (G20-2bT) shall be used as Shown on the Sample layout when advance signs are required outside the CSJ Limits. They inform the motorist Of entering Or leaving a part of the work zone lying outside the CSJ Limits where traffic fines may double if workers ore present. CSJ limit Signing is required for highway construction and maintenance work, with the exception of mobile operations. 0 Area for placement of "ROAD WORK AHEAD" (CW20-1D)sign and other signs or devices as coiled for on the Traffic Control Plan. 00 Contractor will install a regulatory Speed limit sign at the end of the work zone. LEGEND Type 3 Barricade O 00 Channelizing Devices i Sign See Typical Construction X Warning Sign Size and Spacing chart or the TMUTCD for sign spacing requirements. SHEET 2 OF 12 Traffic Safety ,Texas Department of Transportation Stands d BARRICADE AND CONSTRUCTION PROJECT LIMIT BC (2) -21 r-EE: be-2" . dgn DN: TxDOT � CK: TxDOT � Dw: TxDO- � a: Tx20T © TxDOT Vovenber 2002 CONT SECT JOB HIGHWAY REVISIONS 9-07 B-14 DIST COUNTY sK -li NO. 7-13 5-21 ft o •- y P L ad >,C Z O C U W LL i+} L •- Zwr 0 TL t—P U •- C a o •- vm- U C 7 t Q W OWL L L N a w C. C E to O NW E7 L C N O 00 -a c W H — OD o�v v • •U L L LC (1)L > L ado T N [ O q,30 L 4) >W0 on O- L In an0 TL C O LOw O 10 L L c C O N OwL W t c) O �XX t C t D TL «no o4)� �0)Vo o 0 — W') 0 ¢L— _ U ~'o )n c C Y O Signing shown for CSJ one direction only. See BC(2) for LIMITS additional advance signing. C SPEED LIMIT 70 R2-1 TYPICAL APPLICATION OF WORK ZONE SPEED LIMIT SIGNS Work zone speed limits shall be regulatory, established in accordance with the "Procedures for Establishing Speed Zones," and approved by the Texas Transportation Commission, or by City Ordinance when within Incorporated City Limits. Reduced speeds should only be posted in the vicinity of work activity and not throughout the entire project. Signing shown for one direction only. CSJ Regulatory work zone speed signs (132- 1 ) shall be removed See BC(2) for LIMITS additional advance or covered during periods when they are not needed. signing. b b b b b b See General (750' - 1500') Note 4 See General Note 4 _ WORK G20 5oP WORK ZONE 4 G20-5oP SPEED VEM-5 ZONE SPEED LIMITLIMITSPEEDLIMIT 60 R2 1 70 R2-1 U O R2-1 A GUIDANCE FOR USE: LONG/INTERMEDIATE TERM WORK ZONE SPEED LIMITS This type of work zone speed limit should be included on the design of the traffic control plans when restricted geometries with a lower design speed are present in the work zone and modification of the geometries to a higher design speed is not feasible. Long/Intermediote Term Work Zone Speed Limit signs, when approved as described above, should be posted and visible to the motorist when work activity is present. Work activity may also be defined as a change in the roadway that requires a reduced speed for motorists to safely negotiate the work area, including: a) rough road or damaged pavement surface b) substantial alteration of roadway geometries (diversions) c) construction detours d) grade e) width f) other conditions readily apparent to the driver As long as any of these conditions exist, the work zone speed limit signs should remain in place. SHORT TERM WORK ZONE SPEED LIMITS This type of work zone speed limit may be included on the design of the traffic control plans when workers or equipment are not behind concrete barrier, when work activity is within 10 feet of the traveled way or actually in the traveled way. Short Term Work Zone Speed Limit signs should be posted and visible to the motorists only when work activity is present. When work activity is not present, signs shall be removed or covered. (See Removing or Covering on BC(4)). GENERAL NOTES See General (750' - 1500') Note 4 r Vk5 WORK ZONE G20-5oP SPEED LIMIT 60 R2-1 1. Regulatory work zone speed limits should be used only for sections of construction projects where speed control is of major importance. 2. Regulatory work zone speed limit signs sholl be placed on supports at a 7 foot minimum mounting height. 3. Speed zone signs ore illustrated for one direction of travel and are normally posted for each direction of travel. 4. Frequency of work zone speed limit signs should be: 40 mph and greater 0.2 to 2 miles 35 mph and less 0.2 to 1 mile 5. Regulatory speed limit signs shall hove block legend and border on a white reflective background (See "Reflective Sheeting" on BC(4)). 6. Fabrication, erection and maintenance of the"ADVANCE SPEED LIMIT"(CW3-5)sign, "WORK ZONE'•(G20-5oP) plaque and the "SPEED LIMIT"(R2-1)signs shall not be paid for directly, but shall be considered subsidiary to Item 502. 7. Turning signs from view, laying signs over or down will not be allowed, unless as otherwise noted under "REMOVING OR COVERING" on BC(4). 8. Techniques that may help reduce traffic speeds include but are not limited to: A. Law enforcement. B. Flogger stationed next to sign. C. Portable changeable message sign (PCMS). D. Low -power (drone) rodor transmitter. E. Speed monitor trailers or signs. 9. Speeds shown on details above ore for illustration only. Work Zone Speed Limits should only be posted as approved for each project. 10.For more specific guidance concerning the type of work, work zone conditions and factors impacting allowable regulatory construction speed zone reduction see TxDOT form 41204 in the TxDOT a -form system. WORK /SPEEDZONE G20-5oP SPEED 70 132-1 LIMIT 60 R2-1 SHEET 3 OF 12 Traffic Safety ,Texas Department of Transportation Stands d BARRICADE AND CONSTRUCTION WORK ZONE SPEED LIMIT BC (3) -21 ILE: be-2I.dgn DN:TxDOT �CK:TxDOT�Dw: TxDO- a:TSITN © TxDOT Vovenber 2002 coNT secs doe RiORwar REVISIONS 9-07 8-14 DIST COUNTY sK-li No. 7-13 5-21 I c o •N ow TC C U N oa)D L C 0 L •- Zwr 0 TL +-a C a.O a •- 00- a C 7 t U 0 OUl L L L U) a v 0 o, CC E uc•-mo L q D 4)E7 C u O DO -a c W H - o0) 0xxw XL w dwi� +a',o T U) C 0 4)30 L N >00 CAL 3. an0 TL D COO 0 D L L o°r W8G o nX + O tR­ D woo 0UO - C na Jt L In D + V1 C a X O TYPICAL MINIMUM CLEARANCES FOR LONG TERM AND INTERMEDIATE TERM SIGNS 12' min. ROA ROAD minimum 2®AD PI'IORK MORK from C ORK AHEAD AHEADcurb �HEAD aD min. N 0 C C 0 7.0' min, o L > 0'-6' 9. 0' max. > 6• or 7.0' min. 7.0' min. O greater x. 1� 9.0' max. � l a i a ii Paved ��y/ �iij���j' Paved shoulder shoulder * When placing skid supports on unlevel ground, the leg post lengths must be adjusted so the sign appears straight and plumb. Objects shall NOT be placed under skids as a means of leveling. * * When plaques ore placed on dual -leg supports, they should be attached to the upright nearest the travel lone. Supplemental plaques (advisory or distance) should not cover the surface of the parent sign. Support shall not protrude above sign Support p shonot protrude above sign Sign supports shall extend more than 1/2 way up the back of the sign substrate. FRONT ELEVATION Wood, metal or Fiber Reinforced Plastic ATTACHMENT FOR SIGN SUPPORTS Splicing embedded perforated square metal tubing in order to extend post height will only be allowed when the splice is made using four bolts, two above and two below the spice point. Splice must be located entirely behind the sign substrate, not near the base of the support. Splice insert lengths should be at least 5 times nominal post size, centered on the splice and of at least the some gouge material. STOP/SLOW PADDLES 1. STOP/SLOW paddles are the primary method to control traffic by flaggers. The STOP/SLOW paddle size should be 24" x 24". 2. STOP/SLOW paddles shall be retroreflectorized when used at night. 3. STOP/SLOW paddles may be attached to a staff with a minimum length of 6' to the bottom of the sign. 4. Any lights incorporated into the STOP or SLOW paddle faces shall only be as specifically described in Section GE.03 Hand Signaling Devices in the TMUTCD. T-r T LTe 24„ �LOM 24"------ 24 " -------- Background - Red BocKgrouno - Orange Legend & Border - White Legend & Border - Biock SHEETING REQUIREMENTS (WHEN USED AT NIGHT) USAGE COLOR SIGN FACE MATERIAL BACKGROUND RED TYPE B OR C SHEETING BACKGROUND ORANGE TYPE B, OR C, SHEETING LEGEND & BORDER ww WHITE TYPE B OR C SHEETING a = LEGEND & BORDER BLACK ACRYLIC NON -REFLECTIVE FILM 0 W SIDE ELEVATION Wood Attachment to wooden supports will be by bolts and nuts or screws. Use TxDOT's or manufacturer's recommended procedures for attaching sign substrates to other types of sign supports Noils shall NOT be allowed. Eoch sign sholl be ottoched directly to the sign support. Multiple signs shall not be joined or spliced by ony meons. Wood supports sholl not be extended or repoired by splicing or other meons. min. CONTRACTOR REQUIREMENTS FOR MAINTAINING PERMANENT SIGNS WITHIN THE PROJECT LIMITS 1. Permanent signs are used to give notice of traffic laws or regulations, call attention t0 conditions that are potentially hazardous to traffic operations, show route designations, destinations, directions, distances, services, points of interest, and other geographical, recreational, specific service (LOGO), or cultural information. Drivers proceeding through a work zone need the same, if not better route guidance as normally installed on a roadway without construction. 2. When permanent regulatory or warning signs conflict with work zone conditions, remove or cover the permanent signs until the permanent sign message matches the roadway condition. For details for covering large guide signs see the TS-CD standard. 3. When existing permanent signs are moved and relocated due to construction purposes, they shall be visible to motorists at all times. 4. If existing signs are to be relocated on their original supports, they shall be installed on croshworthy bases as shown on the SMD Standard sheets. The signs shall meet the required mounting heights shown on the BC Sheets or the SMD Standards. This work should be paid for under the appropriate pay item for relocating existing signs. 5. If permanent signs are to be removed and relocated using temporary supports, the Contractor shall use crashworthy supports as shown on the BC standard sheets, TLRS standard sheets or the CWZTCD list. The signs shall meet the required mounting heights shown on the BC, or the SMD standard sheets during construction. This work should be paid for under the appropriate pay item for relocating existing signs. 6. Any sign or traffic control device that is struck or damaged by the Contractor or his/her construction equipment shall be replaced as soon as possible by the Contractor to ensure proper guidance for the motorists. This will be subsidiary to Item 502. GENERAL NOTES FOR WORK ZONE SIGNS 1. Contractor shall install and maintain signs in a straight and plumb condition and/or as directed by the Engineer. 2. Wooden sign posts shall be pointed white. 3. Barricades shop NOT be used as sign supports. 4. All signs shall be installed in accordance with the plans or as directed by the Engineer. Signs shall be used to regulate, worn, and guide the traveling public safely through the work zone. 5. The Contractor may furnish either the sign design shown in the plans or in the "Standard Highway Sign Designs for Texas" (SHSD). The Engineer/Inspector may require the Contractor to furnish other work zone signs that are shown in the TMUTCD but may hove been omitted from the plans. Any variation in the plans shall be documented by written agreement between the Engineer and the Contractor's Responsible Person. All changes must be documented in writing before being implemented. This can include documenting the changes in the Inspector's TxDOT diary and having both the Inspector and Contractor initial and date the agreed upon changes. 6. The Contractor shall furnish sign supports listed in the "Compliant Work Zone Traffic Control Device List" (CWZTCD) for small roadside signs. Supports for temporary large roadside signs shall meet the requirements detailed on the Temporary Large Roadside Signs (TLRS) standard sheets.The Contractor shall install the sign support in accordance with the manufacturer's recommendations. If there is a question regarding installation procedures, the Contractor shall furnish the Engineer a copy of the manufacturer's installation recommendations so the Engineer can verify the correct procedures are being followed. 7. The Contractor is responsible for installing signs on approved supports and replacing signs with damaged or crocked substrates and/or damaged or marred reflective sheeting as directed by the Engineer/Inspector. 8. Identification markings may be shown only on the back Of the sign substrate. The maximum height of letters and/or company logos used for identification shall be 1 inch. 9. The Contractor shop replace damaged wood posts. New or damaged wood sign posts shop not be spliced. DURATION OF WORK (as defined by the 'Texas Manual on Uniform Traffic Control Devices' Port 6) 1. The types of sign supports, sign mounting height,the size of signs, and the type of sign substrates con vary based on the type of work being performed. The Engineer is responsible for Selecting the appropriate size Sign for the type of work being performed. The Contractor is responsible for ensuring the sign support, sign mounting height and substrate meets manufacturer's recommendations in regard to croshworthiness and duration of work requirements. a. Long-term stationary - work that occupies a location more than 3 days. b. Intermediate -term stationary - work that occupies a location more than one daylight period up to 3 days, or nighttime work lasting more than one hour. C. Short-term stationary - daytime work that occupies a location for more than I hour in a single daylight period. d. Short, duration - work that occupies a location up to I hour. e. Mobile - work that moves continuously or intermittently (stopping for up to approximately 15 minutes.) SIGN MOUNTING HEIGHT 1. The bottom of Long-term/Intermediote-term signs shop be at least 7 feet, but not more than 9 feet, above the paved surface, except as shown for supplemental plaques mounted below other signs. 2. The bottom of Short-term/Short Duration signs shall be a minimum of 1 foot above the pavement surface but no more than 2 feet above the ground. 3. Long-term/Intermediate-term Signs may be used in lieu of Short-term/Short Duration signing. 4. Short-term/Short Duration signs shall be used only during daylight and shall be removed at the end of the workday or raised to appropriate Long-term/Intermediate sign height. 5. Regulatory signs shop be mounted of least 7 feet, but not more than 9 feet, above the paved surface regardless of work duration. 5 € OF SIGNS 1. The Contractor shall furnish the sign sizes shown on BC (2) unless otherwise shown in the plans or as directed by the Engineer. SIGN SUBSTRATESI 1. The Contractor shall ensure the sign substrate is installed in accordance with the manufacturer's recommendations for the type of sign Support that is being used. The CWZTCD lists each substrate that con be used on the different types and models of sign supports. 2. "Mesh" type materials are NOT an approved sign substrate, regardless Of the tightness Of the weave. 3. All wooden individual sign panels fabricated from 2 or more pieces shall have one or more plywood cleat, 1/2" thick by 6" wide, fastened to the back Of the sign and extending fully across the sign. The cleat Shall be attached to the back of the sign using wood screws that do not penetrate the face of the sign panel. The screws shall be placed on both sides of the splice and spaced at 6" centers. The Engineer may approve other methods of splicing the sign face. REFLECTIVE SHEETING 1. All signs shall be retroreflective and constructed of sheeting meeting the color and retro-reflectivity requirements of DMS-8300 for rigid signs or DMS-8310 for roll -up signs. The web address for DMS specifications is shown on BC(1). 2. White Sheeting, meeting the requirements of DMS-8300 Type A, shop be used for signs with a white bockground. 3. Orange sheeting, meeting the requirements of DMS-8300 Type BFL or Type CFL, shop be used for rigid signs with orange backgrounds. SIGN LETTERS 1. All sign letters and numbers shall be clear, and open rounded type uppercase alphabet letters as approved by the Federal Highway Administration (FHWA) and as published in the "Standard Highway Sign Design for Texas" manual. Signs, letters and numbers shall be of first class workmanship in accordance with Department Standards and Specifications. REMOVING OR COVERING 1. When sign messages may be confusing or do not apply, the signs shop be removed or completely covered. 2. Long-term stationary or intermediate stationary signs installed on square metal tubing may be turned away from traffic 90 degrees when the sign message is not applicable. This technique may not be used for signs installed in the medion of divided highways or near any intersections where the sign may be seen from approaching traffic. 3. Signs installed on wooden skids shall not be turned at 90 degree angles to the roadway. These signs should be removed or completely covered when not required. 4. When signs are covered, the material used shall be opaque, such as heavy mil block plastic, or other materials which will cover the entire sign face and maintain their opaque properties under automobile headlights at night, without damaging the sign sheeting. 5. Burlap shall NOT be used to cover signs. 6. Duct tape or other adhesive material Shall NOT be affixed to a sign face. 7. Signs and anchor stubs shall be removed and holes backfilled upon completion Of work. SIGN SUPPORT WEIGHTS SHEET 4 OF 12 1. Where sign supports require the use of weights to keep from turning over, the use of sandbags with dry, cohesionless sand should be used. Traffic 2. The sandbags will be tied shut to keep the sand from spilling and to maintain a - Safety constant weight. ,Texas Department of Transportation Standard 3. Rock, concrete, iron, steel or other solid objects shall not be permitted for use as sign support weights. 4. Sandbags should weigh a minimum of 35 Ibs and a maximum of 50 lbs. 5. Sandbags shall be made of o durable material that tears upon vehicular BARRICADE AND CONSTRUCTION impact. Rubber (such as fire inner tubes) shall NOT be used. 6. Rubber ballasts designed for chonnelizing devices should not be used for bollost on portable sign supports. Sign supports designed and manufactured TEMPORARY SIGN NQ T E S with rubber bases may be used when shown on the CWZTCD list. 7. Sandbags shall only be placed along or laid over the base supports of the traffic control device and shall not be suspended above ground level or hung with rope, wire, chains or other fasteners. Sandbags shall be placed along the length of the Skids to weigh down the Sign Support. �� `• 8. Sandbags shall NOT be placed under the skid and shall not be used to level sign supports placed on slopes. cK: FILE: bc-21.dgn oN: TxDOT TxDOT Dw: TxDOT CK:TxDOT FLAGS ON SIGNS \TxDOT November 2002 coNr SECT iOB HIDHwAY 1. Flags may be used to draw attention to warning signs. When used, the flag shall REVISIONS be 16 inches square or larger and shall be orange or fluorescent red -orange in 9-07 8-14 DIST COUNTY SHEET NO. color. Flags shall not be allowed to cover any portion Of the sign face. 7-13 5-21 CO ON ON TC C U 4 000 L.0 } w L •- Zar O TL .tw o•- c a n •- 4) W - 2 C ] �nw O 0 L L L U) o- 4) 0 CA 0Ca •- NO L Q O 4) 4) E] L coo W - N C c W H - o] XXL . O L 41 04)L ,(D0 T00 0 4,30 L 4) >00 O LL O) NnE D C O 0 C L L o°r NO0 No O X t Coo no O D WC D N100 W ] E N 4) U) 0 J� C U t c N C C % O * Max imun 21 sq. ft. of sign face *4x4 / wood post See BC (4) for sign 30" height requirement I_1 l_l� II I 40 _I Front 4x4 A wood - - post 2x6 4x4 72" block Top 2x4 x 40" 24" 2x6 II 36" Side * Maximum 12 sq. ft. of sign face II II II II Ivl * *4x4 wood post l 24" 2x6 'IA -'skid 2x6 2x6 60" 4x4 block Length of Skids may be increased for additional stability. Too See BC (4) for sign 24" 2x4 brace height requirement 3/8" bolts w/nuts or 3/8" x 3 1/2" U II iT (min.) log Rscrews Front 4x4 block 4x4 block Side SKID MOUNTED WOOD SIGN SUPPORTS * LONG/INTERMEDIATE TERM STATIONARY - PORTABLE SKID MOUNTED SIGN SUPPORTS 9 sq. ft. or less- oX thin extruded thinwall plastic sign only 0 1 3/4" 1 3/4" 11 foot x x go post (D (DO NOT SPLICE) 1 3/4" gory. round with 5/16" holes or 1 3/4" x 1 3/4" square tubing Upright must telescope to provide 7' height above pavement 48" II�JJCCC'''''11'�✓✓ pin at angle ° ° ° ° ° ° ° ° needed to °I 1` match sideslope 36" Welds to start on opposite sides going in opposite directions. Minimum weld, do not bock fill puddle. weld weld = •weld starts here starts here weld 2. 5' II I: 48" -2" x 2" x 12 ga. upright 2"—i..................... 5' SINGLE LEG BASE Side View 16 sq. ft. or less of any rigid sign substrate listed in section J.2.d of the CWZTCD, except 5/8" plywood. 1/2" plywood is allowed. —\ 1 3/4 " x 1 3/4 " x 129" (hole to hole) 12 go. support telescopes into sleeve --- 1 3/4 " x 1 3/4 " x 52" (hole to hole) 12 ga. square perforated tubing diagonal brace ---- 1 3/4 " x 1 3/4 " x 32" (hole to hole) 12 ga. square perforated tubing cross brace 3/8" X 4-1/2 gr. 5 BOLT (TYP.) U (V 7 .......................... NT N \, _ A� S i gn Post ooe yJ<{ , 48" minimum OPTION 1 (Direct Embedment) 0 3/8" x 3" gr. 5 bolt (2 per support) joining sign panel and supports ro Qo- Sign 4r'XI Sign Post : Post o� ape •, 4„ ?j 9„ 4„ •� 9., deesiroble max. I• : desiroble l Ii i 18" 34" min. in Optional strong soils, reinforcing 55" min, in sleeve • • 34" min. in weak soils. (1/2" larger strong soils, than sign i--t 55" min, in past) x 18" weak soils. Anchor Stub (1/4" larger Anchor Stub than sign (1/4" larger post) ► ; than sign post) OPTION 2 OPTION 3 (Anchor Stub) (Anchor Stub and Reinforcing Sleeve)) PERFORATED SOUARE METAL TUBING Sign Post—, {ooe SO, G�°Jos / - 4" max Base See the CWZTCD Post for embedment. GROUND MOUNTED SIGN SUPPORTS Refer to the CWZTCD and the manufacturer's installation procedure for each type sign support. The maximum sign square footage shall adhere to the manufacturer's recommendation. Two post instal lotions can be used for larger signs. 1 3/4 x I 3/4 x 129" (hole to hole) 12 go. square N perforated tubing upright 2" x 2" x 59" (hole to hole) 12 go. perforated tubing skid 601, SKID MOUNTED PERFORATED SQUARE STEEL TUBING SIGN SUPPORTS * LONG/INTERMEDIATE TERM STATIONARY - PORTABLE SKID MOUNTED SIGN SUPPORTS WING CHANNEL Lap-splice/base bolted anchor WEDGE ANCHORS Both steel and plastic Wedge Anchor Systems as shown on the SMD Standard Sheets may be used as temporary sign supports for signs up to 10 square feet of sign face. They may be set in concrete or in sturdy soils if approved by the Engineer. (See web address for "Traffic Engineering Standard Sheets" on BC (1)). OTHER DESIGNS MORE DETAILS OF APPROVED LONG/INTERMEDIATE AND SHORT TERM SUPPORTS CAN BE FOUND ON THE CWZTCD LIST. SEE BC(1) FOR WEBSITE LOCATION. GENERAL NOTES 0 3/8 X 3" gr. 1. Nails may be used in the assembly of wooden sign 5 bolt supports, but 3/8" bolts with nuts or 3/8" x 3 1/2" log screws must be used on every joint for final connection. N 2. No more than 2 sign posts shall be placed within a m 7 ft. circle, except for specific materials noted on the 3" CWZTCD List. 3. When project is completed, oil sign supports and Completely welded foundations sholl be removed from the project site. around tubing This will be considered subsidiary to Item 502. 2" x 2" x 8" (hole to hole) * See BC (4) for definition of "Work Duration." 12 go. square * * Wood sign posts MUST be one piece. Splicing will perforated NOT be allowed. Posts sholl be pointed white. tubing sleeve welded to skid See the CWZTCD for the type of sign substrate _ that can be used for each approved sign support. SHEET 5 OF 12 ® Traffic Safety ,Texas Department of Transportation Stands d BARRICADE AND CONSTRUCTION TYPICAL SIGN SUPPORT BC (5) -21 r-LE: bo-21 . d,r DN: TxDOT I CK: TxDOT I Dw: TxDOT I CK: TxDOT ©TxDOT Vovenber 2002 CONT s"T doe H)DHwAY REVISICKS -- 9-07 8-14 DIST COUNTY SHEET NO. 7-13 5-21 99 WHEN NOT IN USE, REMOVE THE PCMS FROM THE RIGHT-OF-WAY OR PLACE THE PCMS BEHIND BARRIER OR GUARDRAIL WITH SIGN PANEL TURNED PARALLEL TO TRAFFIC PORTABLE CHANGEABLE MESSAGE SIGNS >,C 1. The Engineer/Inspector shall approve all messages used on portable o ° changeable message signs (PCMS). w L 2. Messages on PCMS should contain no more than 8 words (about four to reight characters per word), not including Simple words such as "TO," + o "FOR," "AT," etc. o "W 3. Messages should consist of a single phase, or two phases that a+ y alternate. Three-phase messages are not allowed. Each phase of the 3 + message should convey o single thought, and must be understood by z 0 itself. o 4. Use the word "EXIT" to refer to on exit ramp on a freeway; i.e., r + L "EXIT CLOSED." Do not use the term "RAMP." 5. Always use the route or interstate designation (IH, US, SH, FM) a n } along with the number when referring to a roadway. U 6. When in use, the bottom of a stationary PCMS message panel should be Oy S. a minimum 7 feet above the roadway, where possible. w m 00 7. The message term "WEEKEND" should be used only if the work is to L L w start on Saturday morning and end by Sunday evening at midnight. °c CA o Actual days and hours of work should be displayed on the PCMS if work C N a is to begin on Friday evening and/or continue into Monday morning. y O 8. The Engineer/Inspector may select one of two options which are avail- L able for displaying a two-phase message on a PCMS. Each phase may be 'C o displayed for either four seconds each or for three seconds each. } _ 9. Do not "flash" messages or words included in a message. The message N o y should be steady burn or continuous while displayed. a X v 11 10. Do not present redundant information on a two-phase message; i.e., + keeping two lines of the message the same and changing the third line. a ` 11. Do not use the word "Danger" in message. L > L 12. Do not display the message "LANES SHIFT LEFT" or "LANES SHIFT RIGHT" + o $ on a PCMS. Drivers do not understand the message. n t 13. Do not display messages that scroll horizontally or vertically across D L L the face of the sign. c 3 ° 14. The following table lists abbreviated words and two -word phrases that d .) L are acceptable for use on a PCMS. Both words in a phrase must be 0 as N displayed together. Words or phrases not on this list should not be 0. abbreviated, unless shown in the TMUTCD. o E 15. PCMS character height should be of least 18 inches for trailer mounted v c o units. They should be visible from of least 1/2 (.5) mile and the text o ° should be legible from of least 600 feet at night and 800 feet in v Lp w daylight. Truck mounted units must have a character height of 10 inches ° * and must be legible from at least 400 feet. N :5 a 16. Each line of text should be centered on the message board rather than `T0 o left or right justified. C 0 17. If disabled, the PCMS should default to an illegible display that will >,L not alarm motorists and will only be used to alert workers that the o n va PCMS has malfunctioned. A pattern such as a series of horizontal solid m 100 bars is appropriate. W 7EW NL J� !2 c_ w WORD OR PHRASE ABBREVIATION WORD OR PHRASE ABBREVIATION C % a Access Rood ACCS RD Mo'or MAJ Alternate ALT Miles MI Avenue AVE Miles Per Hour MPH Best Route BEST RTE Minor MNR Boulevard BLVD Mondoy MON Brid4e BRDG Normal NORM Conn. # CANT North N Center CTR Northbound (route) N Construction Parking PKING CONST AHD Ahead Road RD CROSSING XING Rirt Lane RT LN Detour Route DETOUR RTE So urdo SAT Do Not DONT Servic5ood SERV RD East E Shoulder SHLDR Eastbound (route) E SliTAry SLIP Emergency EMER Sou fh S Emergency Vehicle EMER VEH Southbound (route) S Entrance Enter ENT Speed SPD Express one EXP LN Street ST Sunda y YFT �eFeet X�SUN XXXX Telephone PHONE Foa Ahead FOG AHD Temporary TEMP Freeway FRWY FWY Thursdoy THURS Freeway Blocked FWY UD To Down+own TO DWNTN Frida( FRI Traffic TRAF Hazardous Drivigy HAZ DRIVING Travelers TRVLRS Hazardous Material HAZMAT Tuesday Hi Occupancy HOV Time Minutes TIME MIN VeF�ic-le HWY Upper Level UPR LEVEL Highway Vehicles (s) VEHI VEHS Hour(s) HR HRS Warning WARN 40 Information Wednesdo WED It Is ITS Wei gqht Limit WT LIMIT Junction JCT Wesi W Left LFT Westbound (route) W Left Lane LFT LN Wet Pavement WET PVMT Lane Closed LN CLOSED Will Not WONT Lower Level LWR LEVEL Maintenance MAINT w w Roadway a = O E designation a IH-number, US -number, SH-number, FM -number RECOMMENDED PHASES AND FORMATS FOR PCMS MESSAGES DURING ROADWORK ACTIVITIES (The Engineer may approve other messages not specifically covered here.) Phose 1: Condition Lists Phase 2: Possible Component Lists Action to Take/Effect on Travel Location Warning * * Advance Road/Lane/Ramp Closure List Other Condition List List List List Notice List FRONTAGEFREEWAY ROADWORK A CLOSED ROAD REPAIRS I I RIGHT X LOIR ES FM XXXX LIMIT XXE AM- X MILE CLOSED XXXX FT RIGHT XX MPH X PM SHOULDERROAD G ER LANE DETOUR PR AX XX- CLOSED CLOSED XXXX FT NARROWS I X XEXIT RAILROAD SPEED AT X XEXITS RD MPH XPM XAM RCLOSEDN RIGHT LN TWO-WAY UEUSI-XXIT N MSPEEDM BEGINS C SDA AT NARROWS TRAFFIC I EXITSXXX XXT MONDAY FM XXXX XXX FT XXXX FT XX MILE NORTH MILES XX MPH RIGHT X R X MERGING CONST STAY USE PAST ADVISORY BEGINS LANES I TRAFFICXXXX TRAFFIC us XX I X UX SPEED MAYXX CLANES LOSED OPEN I FT X XFT HN TO I XX N EXIT X MPH CENTER DAYTIME TRUCK WATCH XXXXXXX RIGHT MAY X L ANELOOSE LANE EFT U I FOR OXXX LANE XXXPAMNIGHT CLOSED CLOSURES XX XXXEFT US XXSN TRUCKS XXXXSE EXIT I SOUTH DEMILE ROUGH WATCH EXPECT us XXX USE NEXT LA EXIT ROAD FOR I FOR DELAYS TO CAUTION FRI- SUN CLOSURES C XXX M XX VS XIT EX ROADWORK ROADWORK EXPECT PR RE VE M LANES CLOSED T T I LAYS DE TO SAFELY TO CLOSEDX CLOSED X MILE SH XXXX FRI-SUN STOP XX PM EXIT IGHT N RCLOSEDTO P US XXX REDUCE END DRIVE NEXT CLOSED I X X XM FT EXIT I SPCEE SHOULDER I X MILES USE CARE CARE AUG XX ALL X LANES TRAFFIC LANES USE WATCH TONIGHT DCIOSEDY NAL SHIFT OTHER I FOR Xx TUE - RI XXXX FT ROUTES WORKERS XXXXXXXX STAY BLVD * LANES SHIFT in Phase 1 must be used with STAY IN LANE in Phase 2. IN I * * See Application Guidelines Note 6. CLOSED LANE L APPLICATION GUIDELINES 1. Only I or 2 phases are to be used on a PCMS. 2. The 1st phase for both) should be selected from the "Rood/Lane/Ramp Closure List" and the "Other Condition List". 3. A 2nd phase con be selected from the "Action to Take/Effect on Travel, Location, General Warning, or Advance Notice Phase Lists". 4. A Location Phase is necessary only if a distance or location is not included in the first phase selected. 5. If two PCMS are used in sequence, they must be separated by a minimum of 1000 ft. Each PCMS sholl be limited to two phases, and should be understandable by themselves. 6. For advance notice, when the current date is within seven days of the actual work dote, calendar days should be replaced with days of the week. Advance notification should typically be for no more than one week prior to the work. WORDING ALTERNATIVES 1. The words RIGHT, LEFT and ALL can be interchanged as appropriate. 2. Roadway designations IH, US, SH, FM and LP can be interchanged as appropriate. 3. EAST, WEST, NORTH and SOUTH (or abbreviations E, W, N and S) can be interchanged as appropriate. 4. Highway names and numbers replaced as appropriate. 5. ROAD, HIGHWAY and FREEWAY con be interchanged as needed. 6. AHEAD may be used instead of distances if necessary. 7. FT and M1, MILE and MILES interchanged as appropriate. 8. AT, BEFORE and PAST interchanged as needed. 9. Distances or AHEAD con be eliminated from the message if a location phase is used. PCMS SIGNS WITHIN THE R.O.W. SHALL BE BEHIND GUARDRAIL OR CONCRETE BARRIER OR SHALL HAVE A MINIMUM OF FOUR (4) PLASTIC DRUMS PLACED PERPENDICULAR TO TRAFFIC ON THE UPSTREAM SIDE OF THE PCMS, WHEN EXPOSED TO ONE DIRECTION OF TRAFFIC. WHEN EXPOSED TO TWO WAY TRAFFIC, THE FOUR DRUMS SHOULD BE PLACED WITH ONE DRUM AT EACH OF THE FOUR CORNERS OF THE UNIT. FULL MATRIX PCMS SIGNS 1. When Full Matrix PCMS signs ore used, the character height and legibility/visibility requirements sholl be maintained as listed in Note 15 under "PORTABLE CHANGEABLE MESSAGE SIGNS" above. 2. When symbol signs, such as the "Flogger Symbol"(CW20-7) ore represented graphically on the Full Matrix PCMS sign and, with the approval of the Engineer, it sholl maintain the legibility/visibility requirement listed above. 3. When symbol signs ore represented graphically on the Full Matrix PCMS, they shall only supplement the use of the static sign represented, and shall not substitute for, or replace that sign. 4. A full matrix PCMS may be used to simulate a flashing arrow board provided it meets the visibility, flash rote and dimming requirements on BC(7), for the some size arrow. SHEET 6 OF 12 Traffic Safety ,Texas Department of Transportation Stands d BARRICADE AND CONSTRUCTION PORTABLE CHANGEABLE MESSAGE SIGN (PCMS) BC (6) -21 FILE: oc-21.dgn DN: TxDOT �cN: TxDOT �Dw: TxDO- �c::Tx20T © TZOT November 2002 CONT SECT ce dIGHWAY REVISIONS 9-07 8-14 DIST COUNTY SH -I I No. 7-13 5-21 OU Co_ ON ON TC +o C U N O N L N 0 L.0 3++_ 00 Z• E O TL + - C. U•- a o C •- vm- U C 7 •- O In +ad U U1 L OU L L Iq a m aCC0 N 0 LD m C , o -a C . W H - O 7 0�xy X- L G/ • .O L L * C (1)L 4)0 TO C n a •- N30 C « L 0) >00 oa CO0t �Q0 ID LOW 0 D L L COL w8 O N0O -x+ .C_ D �oo ..mvo (X N O + � 7 N N N JC� L U 10. V) C C Y O 1. Barrier Reflectors shall be pre -qualified, and conform to the color and reflectivity requirements of DMS-8600. A list of prequalified Barrier Reflectors can be found at the Material Producer List web address shown on BC(1). 2. Color of Barrier Reflectors shall be as specified in the TMUTCD. The cost of the reflectors shall be considered subsidiary to Item 512. Barrier Reflectors CONCRETE TRAFFIC BARRIER (CTB) See D & OM (VIA) 3. Where traffic is on one side of the CTB, two (2) Barrier Reflectors sholl be mounted in approximately the midsection of each section of CTB. An alternate mounting location is uniformly spaced at one end of each CTB. This will allow for attachment of a barrier grapple without damaging the reflector. The Barrier Reflector mounted on the side of the CTB shall be located directly below the reflector mounted on top of the barrier, as shown in the detail above. 4. Where CTB separates two-way traffic, three barrier reflectors shall be mounted on each section of CTB. The reflector unit on top shall have two yellow reflective faces (Bi-Directionol)while the reflectors on each side of the barrier shall have one yellow reflective face, as shown in the detail above. 5. When CTB separates traffic traveling in the sane direction, no barrier reflectors will be required on top of the CTB. 6. Barrier Reflector units shall be yellow or white in color to match the edgeline being supplemented. 7. Maximum spacing of Barrier Reflectors is forty (40) feet. 8. Pavement markers or temporary flexible -reflective roadway marker tabs shall NOT be used as CTB delineation. 9. Attachment of Barrier Reflectors to CTB sholl be per manufacturer's recommendations. 10.Missing or damaged Barrier Reflectors sholl be replaced as directed by the Engineer. 11.Single slope barriers shall be delineated as shown on the above detail. LOW PROFILE CONCRETE Barrier Reflector on BARRIER (LPCB) USED 16" toll plastic bracket IN WORK ZONES LPCB is approved for use in work zone locations, where the posted III 16„ �� speed is 45mph, or less. See Roadway Standard Sheet LPCB. Max. spacing of barrier reflectors is 20 feet. Attach the delineators as per manufacturer's recommendations. LOW PROFILE CONCRETE BARRIER (LPCB) DELINEATION OF END TREATMENTS END TREATMENTS FOR CTB'S USED 1N WORK ZONES End treatments used on CTB's in work zones shall meet the opppropriote Croshworthy standards as defined in the Manual for Assessing Safety Hardware (MASH). Refer to the CWZTCD List for approved end treatments and manufacturers. minimum of Reflectors iufocturer's )tions. BARRIER REFLECTORS FOR CONCRETE TRAFFIC BARRIER AND ATTENUATORS Type C Warning Light or approved substitute mounted on a drum adjacent to the travel way. Warning reflector may be round or squore.Must have a yellow reflective surface area of at least 30 square inches WARNING LIGHTS 1. Warning lights sholl meet the requirements of the TMUTCD. 2. Warning lights shall NOT be installed on barricades. 3. Type A -Low Intensity Flashing Warning Lights are commonly only used with drums. They are intended to warn of or mark a potentially hazardous area. Their use Shall be as indicated on this sheet and/or other sheets of the plans by the designation "FL". The Type A Warning Lights Shall not be used with signs manufactured with Type BFLor CFI.Sheeting meeting the requirements of Departmental Material Specification DMS-8300. 4. Type-C and Type D 360 degree Steady Burn Lights ore intended to be used in a series for delineation to supplement other traffic control devices. Their use sholl be as indicated on this sheet and/or other sheets of the plans by the designation "SB". 5. The Engineer/Inspector or the plans shall specify the location and type of warning lights to be installed on the traffic control devices. 6. When required by the Engineer, the Contractor Shall furnish a copy of the warning lights certification. The warning light manufacturer will certify the warning lights meet the requirements of the latest ITE Purchase Specifications for Flashing and Steady -Burn Warning Lights. 7. When used to delineate curves, Type-C and Type D Steady Burn Lights should only be placed on the outside of the curve, not the inside. 8. The location of warning lights and warning reflectors on drums shall be as shown elsewhere in the plans. WARNING LIGHTS MOUNTED ON PLASTIC DRUMS 1. Type A flashing warning lights ore intended to worn drivers that they ore approaching or are in a potentially hazardous area. 2. Type A random flashing warning lights ore not intended for delineation and shall not be used in a series. 3. A series of sequential flashing warning lights placed on channelizing devices to form a merging taper may be used for delineation. If used, the successive flashing of the sequential warning lights should occur from the beginning of the toper to the end of the merging toper in order to identify the desired vehicle path. The rate of flashing for each light Shall be 65 flashes per minute, plus or minus 10 flashes. 4. Type C and D steody-burn warning lights Ore intended to be used in a series to delineate the edge of the travel lone on detours, on lane changes, on lane closures, and on other Similar conditions. 5. Type A, Type C and Type D warning lights shall be installed at locations as detailed on other sheets in the plans. 6. Warning lights shall not be installed on a drum that has a sign, chevron or vertical panel. 7. The maximum spacing for warning lights on drums should be identical to the Channelizing device spacing. WARNING REFLECTORS MOUNTED ON PLASTIC DRUMS AS A SUBSTITUTE FOR TYPE C (STEADY BURN) WARNING LIGHTS 1. A warning reflector or approved substitute may be mounted on a plastic drum as a substitute for a Type C, steady burn warning light at the discretion of the Contractor unless otherwise noted in the plans. 2. The warning reflector shall be yellow in color and shall be manufactured using 0 sign substrate approved for use with plastic drums listed on the CWZTCD. 3. The warning reflector shall hove a minimum retroreflective surface area (one -side) of 30 square inches. 4. Round reflectors Shall be fully reflectorized, including the area where attached to the drum. 5. Square substrates must have a minimum of 30 square inches of reflectorized sheeting. They do not hove to be reflectorized where it attaches to the drum. 6. The Side of the warning reflector facing approaching traffic shall have sheeting meeting the color and retroreflectivity requirements for DMS 8300-Type B or Type C. 7. When used near two-way traffic, both sides of the warning reflector Sh011 be reflectorized. 8. The warning reflector Should be mounted on the side of the handle nearest approaching traffic. 9. The maximum spacing for warning reflectors Should be identical to the channelizing device Spacing requirements. Arrow Boards may be located behind chonnelizing devices in place for o shoulder toper or merging toper, otherwise they Shall be del ineoted with four (4) Channel !zing devices placed perpendicular to traffic on the upstream side of traffic. I. The Flashing Arrow Board should be used for all lane Closures on multi - lane roadways, or Slow moving maintenance or construction activities on the travel lanes. 2. Flashing Arrow Boards should not be used on two-lane, two-way roadways, detours, diversions or work on shoulders unless the "CAUTION" display (see detail below) is used. 3. The Engineer/Inspector shall choose all appropriate signs, barricades and/or other traffic control devices that should be used in conjunction with the Flashing Arrow Board. 4. The Flashing Arrow Board should be able to display the following symbols: • • • • OR • 4 CORNER CAUTION ALTERNATING DIAMOND CAUTION • • • • • • • • • • • • • • • • • • • • • • DOUBLE ARROW RIGHT/LEFT ARROW RIGHT/LEFT (right arrow shown; SEOUENTIAL CHEVRON left is similar) (right Chevron shown; left is similar) 5. The "CAUTION" display consists of four corner lamps flashing simultaneously, or the Alternating Diamond Caution mode as shown. 6. The straight line caution display is NOT ALLOWED. 7. The Flashing Arrow Board shall be capable of minimum 50 percent dimming from rated lamp voltage. The flashing rate of the lompS shall not be less than 25 nor more than 40 flashes per minute. 8. Minimum lamp "on time" shall be approximately 50 percent for the flashing arrow and equal intervals of 25 percent for each sequential phase of the flashing chevron. 9. The sequential arrow display i5 NOT ALLOWED. 10. The flashing arrow display is the TxDOT standard; however, the sequential chevron display may be used during daylight operations. II. The Flashing Arrow Board Sh011 be mounted on 0 vehicle, trailer or other suitable support. 12. A Flashing Arrow Board SHALL NOT BE USED to laterally shift traffic. 13. A full matrix PCMS may be used to simulate o Flashing Arrow Board provided it meets visibility, flash rate and dimming requirements on this sheet for the same size arrow. 14. Minimum mounting height of trailer mounted Arrow Boards should be 7 feet from roadway to bottom of panel. REQUIREMENTS MINIMUM MINIMUM NUMBER MINIMUM TYPE SIZE OF PANEL LAMPS VISIBILITY ATTENTION WHEN NOT IN USE, REMOVE DISTANCE Flashing Arrow Boards THE ARROW BOARD FROM THE B 30 x 60 13 3/4 mile shall be equipped with RIGHT-OF-WAY OR PLACE THE C 48 x 96 15 1 mile automatic dimmin devices q . ARROW BOARD BEHIND CONCRETE TRAFFIC BARRIER OR GUARDRAIL. SHEET 7 OF 12 Traffic Safety TRUCK -MOUNTED ATTENUATORS Texas Department of Transportation Standard 1. Truck -mounted ottenuators (TMA) used on TxDOT facilities must meet the requirements outlined in the Manual for Assessing Safety Hardware (MASH). 2. Refer to the CWZTCD for the requirements of Level 2 or Level 3 TMAs. 3. Refer to the CWZTCD for a list of approved TMAs. 4. TMAs ore required on freeways unless otherwise noted in the plans. 5. A TMA should be used anytime that it con be positioned 30 to 100 feet in advance of the area of crew exposure without adversely affecting the work performance. 6. The only reason a TMA should not be required is when a work area is spread down the roadway and the work crew is on extended distance from the TMA. BARRICADE AND CONSTRUCTION ARROW PANEL, REFLECTORS, WARNING LIGHTS S ATTENUATOR BC «1 - 21 FILE: be ?1.dgn DN: TxDOT �CK:TxDOT�DW: TxDOT CK:TxDOT C TxDOT Vovenber 2002 CONT sect doe HIGHWAY REVISIONS 9-07 8-14 DIST COUNTY SHEET NO. 7-13 5-21 101 GENERAL NOTES 1. For long term stationary work zones on freeways, drums shall be used as the primary chonnelizing device. 2. For intermediate term stationary work zones on freeways, drums should be c o used as the primary chonnelizing device but may be replaced in tangent 0 _ sections by vertical panels, or 42" two-piece cones. In tangent sections, L one-piece cones may be used with the approval of the Engineer but only 0 > if personnel are present on the project at oil times to maintain the T C cones in proper position and location. o 0 0 3. For short term stationary work zones on freeways, drums are the preferred � C channelizing device but may be replaced in topers, transitions and tangent °3 } sections by vertical panels, two-piece cones or one-piece cones as 0 0 approved by the Engineer. _ " 0 4. Drums and all related items shall comply with the requirements of the t w current version of the "Texas Manual on Uniform Traffic Control Devices" t _ 0. (TMUTCD) and the "Compliant Work Zone Traffic Control Devices List" u a (CWZTCD). 00 - 5. Drums, bases, and related materials shall exhibit good workmanship and } cc Q. w shall be free from objectionable marks or defects that would adversely a 0 L affect their appearance or serviceability. aL U) 6. The Contractor shall hove a maximum of 24 hours to replace any plastic a °c drums identified for replacement by the Engineer/Inspector. The replace- 0C m o ment device must be on approved device. ID v L GENERAL DESIGN REOUIREMENTS C o o a o a Pre -qualified plastic drums sholl meet the following requirements: C . wig - 1. Plastic drums shall be a two-piece design; the "body" of the drum shall oD be the top portion and the "base" shall be the bottom. 0 o L 2. The body and base shall lock together in such a monner that the body separates from the base when impacted by d vehicle traveling of a speed W N L� of 20 MPH or greater but prevents accidental separation due to normal * (D 0 handling and/or air turbulence created by passing vehicles. U) � 3. Plastic drums shall be constructed of lightweight flexible, and o .'- deformoble materials. The Contractor shall NOT use metal drums or 0 w s 0 single piece plastic drums as chonnelizotion devices or sign supports. � 4,4. Drums shrill present a profile that is a minimum of 18 inches in width > 0 0 at the 36 inch height when viewed from any direction. The height of rn L 0 drum unit (body installed on base) sholl be a minimum of 36 inches and a Q. 0 a maximum of 42 inches. ID c o 5. The top of the drum shall hove a built-in handle for easy pickup and 0 o w shall be designed to drain water and not collect debris. The handle o L L shall hove a minimum of two widely spaced 9/16 inch diameter holes to 0 � .c allow attachment of a warning light, warning reflector unit or approved 0 � o compliant sign. a _ c 0 6. The exterior of the drum body Shall have a minimum of four alternating C o orange and white retroreflective circumferential stripes not less than a 0 4 inches nor greater than 8 inches in width. Any non-reflectorized 0 v D space between any two adjacent stripes shall not exceed 2 inches in 0v o width. W 0 a 7. Bases shall have a maximum width of 36 inches, a maximum height of 4 a 0 0 a inches, and a minimum of two footholds of sufficient size to allow base u v * to be held down while separating the drum body from the base. '2 5 w 8. Plastic drums shall be constructed of ultra -violet stabilized, orange, C k 0 high -density polyethylene (HOPE) or other approved material. 9. Drum body shall have a maximum unballosted weight of 11 IDS. 1O.Drum and base shall be marked with manufacturer's name and model number. RETROREFLECTIVE SHEETING 1. The stripes used on drums shall be constructed of sheeting meeting the color and retroreflectivity requirements of Departmental Materials Specification DMS-8300, "Sign Face Materials." Type A or Type B reflective Sheeting Shall be supplied unless otherwise specified in the plans. 2. The Sheeting Shall be Suitable for use on and shall adhere to the drum surface such that, upon vehicular impact, the sheeting shall remain adhered in-ploce and exhibit no delominating, cracking, or loss of retroreflectivity other than that loss due to abrasion of the sheeting surface. BALLAST 1. Unballosted bases shall be large enough to hold up to 50 lbs. of sand. This base, when filled with the ballast material, should weigh between 35 IDS (minimum) and 50 IDS (maximum). The ballast may be sand in one to three sandbags separate from the base, sand in a sond-filled plastic base, or other ballasting devices as approved by the Engineer. Stacking of sandbags will be allowed, however height of sandbags above pavement surface may not exceed 12 inches. 2. Bases with built-in ballast shall weigh between 40 Ibs. and 50 IDS. Built-in ballast can be constructed of an integral crumb rubber base or o solid rubber base. 3. Recycled truck fire sidewalls may be used for ballast on drums approved for this type of ballast on the CWZTCD list. 4. The ballast shall not be heavy objects, water, or any material that would become hazardous to motorists, pedestrians, or workers when the drum is struck by a vehicle. 5. When used in regions susceptible to freezing, drums Shall have drainage holes in the bottoms so that water will not collect and freeze becoming a hazard when struck by a vehicle. 6. Ballast shall not be placed on top of drums. w 7. Adhesives may be used to secure base of drums to pavement. r� a- O LL Handle 18" min Top should not I I 9/16" did. (typ) allow collection I for mounting of water or signs and debris o warning lights 4J-n 4" mi 8" ma (typ) 2"(t E E � N M Q E Och drum shall hove a minimum of 2 orange and 2 white stripes using Type A or Type B retroreflective sheeting with the top stripe being orange. Taper to allow for stacking a minimum of 5 C-) See Ballast drums 1 I I( 1 Note 3 This detail is not intended for fabrication. See note 3 and the CWZTCD list for providers of approved Detectoble Pedestrian Barricades Continuous smooth 36„ roil for hand trailing Detectable Edge -- 2" Max. DETECTABLE PEDESTRIAN BARRICADES 1. When existing pedestrian facilities are disrupted, Closed, or relocated in a TTC zone, the temporary facilities shall be detectable and include accessibility features consistent with the features present in the existing pedestrian facility. Refer to WZ(BTS-2) for Pedestrian Control requirements for Sidewalk Diversions, Sidewalk Detours and Crosswalk Closures. 2. Where pedestrians with visual disabilities normally use the closed sidewalk, a Detectable Pedestrian Barricade shall be placed across the full width of the closed sidewalk instead of a Type 3 Barricade. 3. Detectable pedestrian barricades similar to the one pictured above, longitudinal chonnelizing devices, some concrete barriers, and wood or chain link fencing with a continuous detectable edging con satisfactorily delineate a pedestrian path. 4. Tape, rope, or plastic chain strung between devices are not detectable, do not comply with the design standards in the "Americans with Disabilities Act Accessibility Guidelines (ADAAG)" and should not be used as a control for pedestrian movements. 5. Warning lights shall not be attached to detectable pedestrian barricades. 6. Detectable pedestrian barricades should use 8" nominal barricade rails as shown on BC(10) provided that the top rail provides a smooth continuous roil suitable for hand trailing with no splinters, burrs, or Sharp edges. 18" x 24" Sign 12" x 24" (Maximum Sign Dimension) Vertical Panel Chevron CW1-8, Opposing Traffic Lane mount with diagonals Divider, Driveway sign D70o, Keep Right sloping down towards R4 series or other signs as approved travel way by Engineer Plywood, Aluminum or Metal sign substrotes sholl NOT be used on plostic drums SIGNS, CHEVRONS, AND VERTICAL PANELS MOUNTED ON PLASTIC DRUMS 1. Signs used on plastic drums sho11 be manufactured using substrates listed on the CWZTCD. 2. Chevrons and other work zone signs with on orange background shall be manufactured with Type BFL or Type CFLOrange sheeting meeting the color and retroreflectivity requirements of DMS-8300, "Sign Face Material," unless otherwise specified in the plans. 3. Vertical Panels shall be manufactured with orange and white sheeting meeting the requirements of DMS-8300 Type A or Type B. Diagonal stripes on Vertical Panels shall slope down toward the intended traveled lone. 4. Other sign messages (text or symbolic) may be used as approved by the Engineer. Sign dimensions shall not exceed 18 inches in width Or 24 inches in height, except for the R9 series signs discussed in note 8 below. 5. Signs shall be installed using a 1/2 inch bolt (nominal) and nut, two washers, and one locking washer for each connection. 6. Mounting bolts and nuts shall be fully engaged and adequately torqued. Bolts should not extend more than 1/2 inch beyond nuts. 7. Chevrons may be placed on drums on the outside of curves, on merging topers or on Shifting topers. When used in these locations, they may be placed on every drum or spaced not more than on every third drum. A minimum of three (3) should be used at each location tolled for in the plans. 8. R9-9, R9-10, R9-11 and R9-IIa Sidewolk Closed signs which are 24 inches wide may be mounted on plastic drums, with approval of the Engineer. SHEET 8 OF 12 ® Traffic Safety ,Texas Department of Transportation Stands d BARRICADE AND CONSTRUCTION CHANNELIZINC DEVICES BC (8) -21 r-LE: 0o-71. dgn � DN: TxDOT � CK: TxDOT � )w: TxDO- � c:: Tx -IN © TxDOT Vovenber 2002 I-T secs doe Rieewar REVISIONS 4-03 8.14 9-07 5-21 Dlsr couNrr - I i No. TC CO O •- N O N +o CUN � N 7 LL 3t+ L •- Zar 0 TL .mow G) N - 2 C 7 t at) SQL L L M 00 a N UCE Na L�D N C N O -0 c+ W H - o.) onxw XrL N �W NNL .00 TNC n0 0 DLL Cso L N >00 ULLM Na0 TL D COO a D L L CON w� o �co xt t ~ D «no O D ID 0 Vo W 7EN Jam• L U IDt N C G X O W W r� a- 0 LLL 8" to 12" if See 45� 4" note 7 4" VP-lL Fixed Base Surface w/ Approved Mount Roadway Adhesive - Bose Surface B" to 12" n T 0 3 N 24" min. O VP- 1R U c v E 'j M 18�� 8L - Self-righting Support FIXED (Rigid or self-righting) 8" to 12" 8" to 12" 1 1r I'� 4 ,/ E O See 4\ 4.. note 7 .I N 0 w/ c Rigid " E Supporter I M 12" minimum embedment depth I V DRIVEABLE 1. Vertical Panels (VP's) are normally used to channelize traffic or divide opposing loner of traffic. 8" to 12" 2. VP's may be used in daytime or nighttime situations. They may be used of the edge of shoulder drop-offs and -,7 other areas such as lane transitions where positive daytime and nighttime delineation is required. The Engineer/Inspector shall refer to the Roadway Design Manual for additional requirements on the use VP's 4„ for drop-offs. 24" See 7 3. VP's should be mounted back to back if used at the edge min. note 36" of cuts adjacent to two-way two lone roadways. Stripes 4 min. are to be reflective orange and reflective white and should always slope downward toward the travel lone. 4^ 4. VP's used on expressways and freeways or other high speed roadways, may hove more than 270 square inches of retroreflective area facing traffic. 5. Self-righting supports are available with portable base. See "Compliant Work Zone Traffic Control Devices List" (CWZTCD). - 6. Sheeting for the VP's shall be retroreflective Type A or - Type B conforming to Departmental Material Specification DMS-8300, unless noted otherwise. 7. Where the height of reflective material on the vertical (Rigid or self-righting) panel is 36 inches or greater, a panel stripe of 6 inches shall be used. PORTABLE VERTICAL PANELS (VPs) 12" CW6-4 Panels 1 mounted back to back 18" I36" Portable, - - Fixed or Driveable Base may be used, or may be mounted on drums. I. Opposing Traffic Lone Dividers (OTLD) ore delineation devices designed to convert a normal one-way roadway section to two-way operation. OTLD's are used on temporary centerlines. The upward and downward arrows on the sign's face indicate the direction of traffic on either side of the divider. The base is secured to the pavement with an adhesive or rubber weight to minimize movement caused by a vehicle impact or wind gust. 2. The OTLD may be used in combination with 42" cones or VPs. 3. Spacing between the OTLD shall not exceed 500 feet. 42" cones or VPs placed between the OTLD's should not exceed 100 foot spacing. 4. The OTLD shall be orange with a black non - reflective legend. Sheeting for the OTLD shall be retroreflective Type BFLOr Type CFLconforming to Departmental Material Specification DMS-8300, unless noted otherwise. The legend shall meet the requirements of DMS-8300. OPPOSING TRAFFIC LANE DIVIDERS (OTLD) 181, Min. 36 12 =1 Fixed Bose w/ Approved Adhesive (Driveable Base, or Flexible Support can be used) 1. The chevron shall be a vertical rectangle with a minimum size of 12 by 18 inches. 2. Chevrons ore intended to give notice of a sharp change of alignment with the direction of travel and provide additional emphasis and guidance for vehicle operators with regard to changes in horizontal alignment of the roadway. 3. Chevrons, when used, shall be erected on the out- side of a sharp curve or turn, or on the for side of an intersection. They shall be in line with and of right angles to approaching traffic. Spacing should be such that the motorist always has three in view, until the change in alignment eliminates its need. 4. To be effective, the chevron should be visible for of least 500 feet. 5. Chevrons shall be orange with a block nonreflec- five legend. Sheeting for the chevron shall be retroreflective Type BFL or Type CFL conforming to Departmental Material Specification DMS-8300, unless noted otherwise. The legend shall meet the requirements of DMS-8300. 6. For Long Term Stationary use on tapers or transitions on freeways and divided highways, self-righting chevrons may be used to supplement plastic drums but not to replace plastic drums. CHEVRONS LONGITUDINAL CHANNELIZING DEVICES (LCD) GENERAL NOTES 1. Work Zone chonnelizing devices illustrated on this sheet may be installed in close proximity to traffic and are suitable for use on high or low speed roadways. The Engineer/Inspector shall ensure that spacing and placement is uniform and in accordance with the "Texas Manual on Uniform Traffic Control Devices" (TMUTCD). 2. Chonnelizing devices shown on this sheet may have a driveable, fixed or portable base. The requirement for self-righting channelizing devices must be specified in the General Notes or other plan sheets. 3. Chonnelizing devices on self-righting supports should be used in work zone areas where chonnelizing devices are frequently impacted by errant vehicles or vehicle related wind gusts making alignment of the channelizing devices difficult to maintain. Locations of these devices shall be detailed else- where in the plans. These devices shall conform to the TMUTCD and the "Compliant Work Zone Traffic Control Devices List" (CWZTCD). 4. The Contractor shall maintain devices in a clean condition and replace damaged, nonreflective, faded, or broken devices and bases as required by the Engineer/Inspector. The Contractor shall be required to maintain proper device spacing and alignment. 5. Portable bases shall be fabricated from virgin and/or recycled rubber. The portable bases shall weigh a minimum of 30 lbs. 6. Pavement surfaces shall be prepared in a manner that ensures proper bonding between the adhesives, the fixed mount bases and the pavement surface. Adhesives shall be prepared and applied according to the manufacturer's recowendotions. 7. The installation and removal of chonnelizing devices shall not cause detrimental effects to the final pavement surfaces, including pavement surface discoloration or surface integrity. Driveable bases shall not be permitted on final pavement surfaces. The Engineer/Inspector shall approve oil application and removal procedures of fixed bases. 1. LCDs are crashworthy, lightweight, deformoble devices that are highly visible, hove good target value and con be connected together. They are not designed to contain or redirect a vehicle on impact. 2. LCDs may be used instead of a line of cones or drums. 3. LCDs shall be placed in accordance to application and installation requirements specific to the device, and used only when shown on the CWZTCD list. 4. LCDs should not be used to provide positive protection for obstacles, pedestrians or workers. 5. LCDs shall be supplemented with retroreflective delineation as required for temporary barriers on BC(7) when placed roughly parallel to the travel lanes. 6. LCDs used as barricades placed perpendicular to traffic should have at least one row of reflective sheeting meeting the requirements for barricade rails as shown on BC(10). Place reflective sheeting near the top of the LCD along the full length of the device. WATER BALLASTED SYSTEMS USED AS BARRIERS 1. Water ballasted systems used as barriers shrill not be used solely to channelize rood users, but also to protect the work space per the appropriate Manual for Assessing Safety Hardware (MASH) croShworthiness requirements based on roadway speed and barrier application. 2. Water ballasted systems used to channelize vehicular traffic shall be Supplemented with retroreflective delineation or channelizing devices to improve daytime/nighttime visibility. They may also be supplemented with pavement markings. 3. Water ballasted systems used as barriers shall be placed in accordance to application and installation requirements specific to the device, and used only when shown on the CWZTCD list. 4. Water ballasted systems used as barriers should not be used for a merging taper except in low speed (less than 45 MPH) urban areas. When used on a toper in a low speed urban area, the toper shall be delineated and the toper length should be designed to optimize rood user operations considering the available geometric conditions. 5. When water ballasted systems used as barriers have blunt ends exposed to traffic, they should be attenuated as per manufacturer recommendations or flared to a point outside the clear zone. If used to channelize pedestrians, longitudinal chonnelizing devices or water ballasted systems must hove a continuous detectable bottom for users of long cones and the top of the unit shall not be less than 32 inches in height. HOLLOW OR WATER BALLASTED SYSTEMS USED AS LONGITUDINAL CHANNELIZING DEVICES OR BARRIERS Minimum Suggested Maximum Desirable Spacing of Posted Formul° Taper Lengths Chonnelizing Speed * Devices 10, 11' 12' On a On a Offset Offset Offset Toper Tangent 30 2 150' 165' 180' 30' 60, 35 WS L= 205' 225' 245' 35' 70' O 60 40 265' 295' 320' 40' 80, 45 450' 495' 540' 45' 90, 50 500' 550' 600' 50, 100, 55 L=WS 550' 605' 660' 55' 110, 60 600' 660' 720' 60' 120' 65 650' 715' 780' 65' 130' 70 700' 770' 840' 70' 140' 75 750' 825' 900' 75' 150' 80 800' 880' 960' 80' 160, Toper lengths have been rounded off. L•Length of Toper (FT.) W•Width of Offset (FT.) S=Posted Speed (MPH) SUGGESTED MAXIMUM SPACING OF CHANNELIZING DEVICES AND MINIMUM DESIRABLE TAPER LENGTHS SHEET 9 OF 12 Traffic Safety ,Texas Department of Transportation Stands d BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES BC (9) -21 r-LE: TV _2' . Cgr DN: TxDOT � CK: TxDOT � Dw: TxDO- CK: Tx20T © TxDOT Vovenber 2002 CONY SECT JOB HIGHWAY REVISIONS 9-07 8-14 DIST COUNTY SH -II No. 7-13 5-21 U, C 0 ° •N o4) ACC C U 0) ow3 LL i+} L - Z.r �O .+w +— P U•- C a n•- 0) o) — .2 cc taW 0 00'' L L L 10 a m CO• C E •-ao L�D 0) C N O a Coo} W H — o° o �x Q) w •U wdL' 4)) 0 T V) n o•- 030 L 0) 4)0 L 'on° Cl�3. Nn0 ID C TL LOW LOW 0 C L L CL O wR_ o NC O L.+ + D «100 owID 0DpO DOE n 0 N N Jam• L U D+ V1 C C Y O W W r� a— O LL TYPE 3 BARRICADES 1. Refer to the Compliant Work Zone Traffic Control Devices List (CWZTCD) for details of the Type 3 Barricades and a list of all materials used in the construction of Type 3 Barricades. 2. Type 3 Barricades shall be used at each end of construction projects closed to all traffic. 3. Barricades extending across a roadway should hove stripes that slope downward in the direction toward which traffic must turn in detouring. When both right and left turns are provided, the chevron striping may slope downward in both directions from the center of the barricade. Where no turns ore provided of a closed rood, striping should slope downward in both directions toward the center of roadway. 4. Striping of rails, for the right side of the roadway, should Slope downward to the left. For the left side of the roadway, striping should slope downward to the right. 5. Identification markings may be shown only on the back of the barricade rails. The maximum height of letters and/or company logos used for identification shall be 1". 6. Barricades shall not be placed parallel to traffic unless an adequate clear zone is provided. 7. Warning lights shall NOT be installed on barricades. 8. Where barricades require the use of weights to keep from turning over, the use of sandbags with dry, cohesionless sand is recommended. The sandbags will be tied shut to keep the sand from spilling and to maintain a constant weight. Sand bags shall not be stacked in a manner that covers any portion of a barricade rails reflective sheeting. Rock, concrete, iron, steel or other solid objects will NOT be permitted. Sandbags Should weigh a minimum of 35 lbs and a maximum of 50 lbs. Sandbags shall be made of a durable material that tears upon vehicular impact. Rubber (such as fire inner tubes) shall not be used for sandbags. Sandbags shall only be placed along or upon the base supports of the device and shall not be suspended above ground level or hung with rope, wire, chains or other fasteners. 9. Sheeting for barricades shall be retroreflective Type A or Type B conforming to Departmental Material Specification DMS-8300 unless otherwise noted. Barricades shall NOT be used as a sign support. t Minimum 8 ' ' 1 Reflective Sheetingth of man i no I 45° /6Sheeting 6" 6„ 7 inches. TYPICAL STRIPING DETAIL FOR BARRICADE RAIL 4' min., 8' max. I i 0 N QD v O N Stiffener II�w AV Flat rail Stiffener may be inside or outside of support, but no more than 2 stiffeners shall be allowed on one barricade. TYPICAL PANEL DETAIL FOR SKID OR POST TYPE BARRICADES Alternate Approx. Drums, vertical panels or 42" cones 50' at 50' maximum spacing I I I Each roadway of a divided highway shall be barricaded in the some manner. PERSPECTIVE VIEW ROAD NAME ADDRESS RII z CLOSED STATE czo 6T cDNTRecTaR M4-IOL 30 feet Detour Roadway The three roils on Type 3 barricades shall be reflectorized orange and reflective white stripes on one side facing one-way traffic and both sides for two-way traffic. I. I W Barricade striping should slant W downward in the direction of detour. 1. Signs should be mounted on independent supports of a 7 foot mounting height in center of roodwoy. The signs should be a minimum of 10 feet behind Type 3 Barricades. 2. Advance signing shall be as specified elsewhere in the plans. I I M I W W W 8' max. length Type 3 Barricades PLAN VIEW TYPE 3 BARRICADE (POST AND SKID) TYPICAL APPLICATION Alternate 0 Approx, 50' Min. 2 drums Min. 2 drums or 1 Type 3 or 1 Type 3 barricade i STOCKPILE barricade `\\i) c:::: :D ❑ ❑ - ❑ ❑ ❑ On one-way roads Desirable downstream drums stockpile location ChOnneliZing devices parallel to traffic or barricade may be is outside should be used when stockpile is omitted here clear zone. — within 30' from travel lane. 1. Where positive redirectional capability is provided, drums N may be omitted. 2. Plastic construction fencing may be used with drums for safety as required in the plans. \ 3. Vertical Panels on flexible support may be substituted for trans when the Typical Shoulder width is less than 4 feet. Plastic Drum 4, When the shoulder width is greater than 12 feet, steady -burn lights PERSPECTIVE VIEW may be omitted if drums ore used. These drums 5. Drums must extend the length are not required of the culvert widening. on one-way roadway ] LEGEND X® Plastic drum O O w r 0 Plastic drum with steady burn light a® or yellow warning reflector o f X \ S B Steady burn warning light t a or yellow warning reflector w o 0 o e Increase number of plastic Bruns on the side of approaching traffic if the crown E ' — width makes it necessary. (minimum of 2 a o and moximun of 4 drums) PLAN VIEW CULVERT WIDENING OR OTHER ISOLATED WORK WITHIN THE PROJECT LIMITS T3"-4" CONES 4" min, orange 1:2" min. 4" min, white 3"-4" 2" min. -16.. min. 1 2" min. orange -2" max. 2" min. �\ 3 4 �I _ 3" min. 2" min. �4" min. 4" min, white 6" min. 42" 2" to 6" ^ 2" min. min. min. / \ 4" min. 3" min. min. 28" 28" min, min. Two -Piece cones TRAFFIC CONTROL FOR MATERIAL STOCKPILES One -Piece cones Tubulor Morker 28" Cones shall hove a minimum weight of 9 112 lbs. 42" 2-piece cones shall hove a minimum weight of 30 lbs. including base. 1. Traffic cones and tubular markers shall be predominantly orange, and meet the height and weight requirements shown above. 2. One-piece cones have the body and base of the cone molded in one consolidated unit. Two-piece cones hove a cone shaped body and a separate rubber base, or ballost, that is added to keep the device upright and in place. 3. Two-piece cones may have a handle or loop extending up to 8" above the minimum height shown, in order to aid in retrieving the device. 4. Cones or tubulor markers shall have white or white and orange reflective bonds as shown above. The reflective bonds sholl have a Smooth, sealed outer surface and meet the requirements of Departmental Material Specification DMS-8300 Type A or Type B. 5. 28" cones and tubular markers ore generally suitable for short duration and short-term stationary work as defined on BC(4). These should not be used for intermediate -term or long-term stationary work unless personnel is on -site to maintain them in their proper upright position. 6. 42" two-piece cones, vertical panels or drums are suitable for oil work Zone durations. 7. Cones or tubular morkers used on each project should be of the some size and shape. SHEET 10 OF 12 Traffic Safety ,Texas Department of Transportation Stands d BARRICADE AND CONSTRUCTION CHANNEIIZING DEVICES BC00)-21 FILE: be-21 . dgn DN: TxDOT � CK: TxDOT � Dw: TxDO- � a: Tx20T © TxNT November 2002 TINT SeTT Joe RiORwar REVISIONS 9-07 8-14 DIST COUNTY F I NI. 7-13 5-21 US WORK ZONE PAVEMENT MARKINGS DEPARTMENTAL MATERIAL SPECIFICATIONS Tc c0 o •- wL 04) TC C 0 0;o4)0 LL 3}} L - Zwr 0 TL .+a �-P a•- a oC •- d)W- 0007 �LQ nm O0) L L L U) a m �c00 C E •- NO L�D 0 C O 0 C W H - WDN 0X0) XL w • �m (1)L L > L * N O TO C n a• - DLL 030 L G) 0 10 L 0'n0 COLN NQO - rE DC0 LOw 0 D L L O�L wO NC O X. LR­ D } TL ID O ID..0,00 ¢ N O . 7 a - OM N J. L U 10. In c a Y O GENERAL 1. The Contractor shall be responsible for maintaining work zone and existing pavement markings, in accordance with the standard specifications and special provisions, on all roadways open to traffic within the CSJ limits unless otherwise stated in the plans. 2. Color, patterns and dimensions Shall be in conformance with the "Texas Manual on Uniform Traffic Control Devices" (TMUTCD). 3. Additional supplemental pavement marking details may be found in the plans or Specifications. 4. Pavement markings sholl be installed in accordance with the TMUTCD and as shown on the plans. 5. When short term markings are required on the plans, short term workings shall Conform with the TMUTCD, the plans and details as shown on the Standard Pion Sheet WZ(STPM). 6. When standard pavement markings ore not in place and the roadway is opened to traffic, DO NOT PASS signs sholl be erected to mark the beginning of the sections where passing is prohibited and PASS WITH CARE signs of the beginning of sections where passing is permitted. 7. All work zone pavement markings shall be installed in accordance with Item 662, "Work Zone Pavement Markings." RAISED PAVEMENT MARKERS I. Raised pavement markers ore to be placed according to the patterns on BC(12). 2. All raised pavement markers used for work zone morkings shall meet the requirements of Item 672, "RAISED PAVEMENT MARKERS" and Departmental Material Specification DMS-4200 or DMS-4300. PREFABRICATED PAVEMENT MARKINGS 1. Removable prefabricated pavement markings sholl meet the requirements of DMS-8241. 2. Non -removable prefabricated pavement morkings (foil bock) sholl meet the requirements of DMS-8240. MAINTAINING WORK ZONE PAVEMENT MARKINGS I. The Contractor will be responsible for maintaining work zone pavement markings within the work limits. 2. Work zone pavement markings shall be inspected in accordance with the frequency and reporting requirements of work zone traffic control device inspections as required by Form 599. 3. The markings should provide a visible reference for a minimum distance of 300 feet during normal daylight hours and 160 feet when illuminated by automobile low-beom headlights at night, unless sight distance is restricted by roadway geometrics. 4. Markings failing to meet this criteria within the first 30 days after placement shall be replaced at the expense of the Contractor as per Specification Item 662. REMOVAL OF PAVEMENT MARKINGS 1. Pavement markings that are no longer applicable, could create confusion or direct o motorist toward or into the closed portion of the roadway shall be removed or obliterated before the roadway is opened to traffic. 2. The above sholl not apply to detours in place for less than three days, where floggers and/or sufficient Chonnelizing devices are used in lieu of markings to outline the detour route. 3. Pavement markings sholl be removed to the fullest extent possible, so as not to leave a discernable marking. This shall be by any method approved by TxDOT Specification Item 677 for "Eliminating Existing Pavement Markings and Morkers". 4. The removal of pavement markings may require resurfacing or seal coating portions of the roadway as described in Item 677. 5. Subject to the approval of the Engineer, any method that proves to be successful on a particular type pavement may be used. 6. Blast cleaning may be used but will not be required unless specifically shown in the plans. 7. Over -painting of the markings SHALL NOT BE permitted. 8. Removal of raised pavement markers shall be as directed by the Engineer. 9. Removal of existing pavement markings and markers will be paid for directly in accordance with Item 677, "ELIMINATING EXISTING PAVEMENT MARKINGS AND MARKERS," unless otherwise stated in the plans. IO.Black-out marking tape may be used to cover conflicting existing markings for periods less than two weeks when approved by the Engineer. Temporary Flexible -Reflective Roadway Marker Tabs TOP VIEW FRONT VIEW SIDE VIEW %%A� 4 Adhesive pad Height of sheeting is usually more than 1/4" and less than 1". STAPLES OR NAILS SHALL NOT BE USED TO SECURE TEMPORARY FLEXIBLE -REFLECTIVE ROADWAY MARKER TABS TO THE PAVEMENT SURFACE I. Temporary flexible -reflective roadway morker tabs used as guidemorks Shall meet the requirements of DMS-8242. 2. Tabs detailed on this sheet ore to be inspected and accepted by the Engineer or designated representative. Sompiing and testing is not normally required, however at the option of the Engineer, either "A" or "B" below may be imposed to assure quolity before placement on the roadway. A. Select five (5) or more Lobs of random from each lot or shipment and submit to the Construction Division, Materials and Pavement Section to determine specification compliance. B. Select five (5) tabs and perform the following test. Affix five l5) tabs at 24 inch intervals on on asphaltic pavement in a straight line. Using a medium size passenger vehicle or pickup, run over the markers with the front and rear tires at a speed of 35 to 40 miles per hour, four (4) times in each direction. No more than one (1) out of the five (5) reflective surfaces shall be lost or displaced as o result of this test. 3. Small design variances may be noted between fob manufacturers. 4. See Standard Sheet WZ(STPM) for tob placement on new pavements. See Standard Sheet TCP(7-1) for tob placement on seal coot work. RAISED PAVEMENT MARKERS USED AS GUIDEMARKS 1. Raised pavement markers used as guidemarks shall be from the approved product list, and meet the requirements of DMS-4200. 2. All temporary construction raised pavement markers provided on a project Shall be of the Same manufacturer. 3. Adhesive for guidemorks shall be bituminous material hot applied or butyl rubber pad for all surfaces, or thermoplastic for concrete surfaces. Guidemorks shall be designated as: YELLOW (two amber reflective surfaces with yellow body). WHITE - lone silver reflective surface with white body). PAVEMENT MARKERS (REFLECTORIZED) DMS-4200 TRAFFIC BUTTONS DMS-4300 EPDXY AND ADHESIVES DMS-6100 BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS DMS-6130 PERMANENT PREFABRICATED PAVEMENT MARKINGS DMS-8240 TEMPORARY REMOVABLE, PREFABRICATED PAVEMENT MARKINGS DMS 8241 TEMPORARY FLEXIBLE, REFLECTIVE ROADWAY MARKER TABS DMS-8242 A list of prequalified reflective raised povement markers, non -reflective traffic buttons, roadway marker tabs and other pavement markings con be found at the Material Producer List web address shown on BC(1). SHEET 11 OF 12 Traffic Safety ,Texas Department of Transportation Stands d BARRICADE AND CONSTRUCTION PAVEMENT MARKINGS BC01)-21 _ FILE: be-21 . dgr, DN: TxDOT I CK: TxDOT I DW: TxDOT I CK: TXDOT W W r� a- 0 LL © TxDOT February 1998 CONr IswrI JOB I NIGHWAY REVISIONS 2-98 9-07 5-21 1-02 7-13 olsr COUNTY snBBr No. 11.02 B-14 10S STANDARD WORK ZONE PAVEMENT MARKINGS DETAILS PAVEMENT MARKING PATTERNS 60" • 3" Type II -A -A Type Y buttons Tc O O RAISED //��/��/JJ �❑ O O O ❑ O O O� O O/ O ❑ O � DOUBLE PAVEMENT 4 to 1 2" 0> 10 to 1 2" a 1 0 to 1 2" Type I I -A-A MARKERS �❑ O O O ❑ O O O❑ O O//�T O ❑ O C . NO -PASSING 4" CO O N N % 000 ❑ 0 0 0 0 0 0❑ 0 0 0❑ O 00 ❑❑ O O O ❑�:O 000❑O•❑0❑REFLECTORIZEDO`000 0 0 0 ❑ O PAVEMENT 4 to 12" 1 I lk 3+ Ye I I ow Ye I I ow Type II -A A Toype Y buttons LINE MARKINGS 00 Z ` a REFLECTORIZED PAVEMENT MARKINGS - PATTERN A RAISED PAVEMENT MARKERS - PATTERN A Yellow t w Type I-C 1-A or II -A-A Type W or Y buttons �- D. EDGE LINE PRAISED S0L I D pVEMENT ❑ O O O o 0 0 0 0 0 0 00 0 0 a n._ ��� a Type II -A -A a OR SINGLE MARKERS LINES 60" •_ s" ff + Q N ON W �E� O O o1D O O❑ O O❑ O�O O❑ O O O❑ O O O❑ O O O❑ 0 0 0 0 0 ❑ o o ❑ A ❑oao o❑o❑ ❑09°❑ REFLECTORIZED NO -PASSING LINE MARKINGS 14" a 0 Yellow C> Type Y I q / White or Yellow c rnco 4 to 8" buttons 6 to 8" Type II A -A W D L c, 0 REFLECTORIZED PAVEMENT MARKINGS - PATTERN B RAISED PAVEMENT MARKERS - PATTERN B Type I C Type W buttons WIDE �❑�O O O ❑ 0 O O ❑ 0�0 0 ❑ O CIO m W ' . Pattern A Prefabricated is the TXDOT Standard, however Pattern B may be used if approved by the Engineer. markings may be substituted for reflectorized pavement markings. PARAISED VEMENT 1 2" LINE MARKERS ❑ O O O ❑ O O O ❑ O O O ❑ O on uo 8" Ox v + CENTER LINE & NO -PASSING ZONE BARRIER LINES FOR TWO-LANE, TWO-WAY HIGHWAYS (FOR LEFT TURN CNANNELIZING LINE REFLECTORIZED OR CNANNELIZING LINE USED TO PAVEMENT .O K N N DISCOURAGE LANE CHANGING.) Wh I to L > t +NO 00 D + •-fir '" Type I-C or II -A -A 30F/j" c 3 0 0❑ 0 0 0 ❑ 0 0 0 ❑ 0 0 0 ❑ 0 0 0 ❑ 0 0 0 ❑ 0 0,�° ❑ O 0 0❑ 0 0 0 ❑ 0 0 0❑ 0 0 0 ❑ RAISED ❑ 0 ❑ O ❑ ❑ ❑ ❑ O ❑ 0 ❑ CENTER PAVEMENT 0 c' c• >00 White Type W buttons Type I-C or II-C-R a LINE MARKERS �10' �}� 30' D a H Ye l I Ow 00000 00000 ❑ ❑o 00000 00000 Yybuttons N n o Type I -A Type Y buttons OR E 1� 00 0 0 0❑ 0 0 0 0 0 0❑ 0 0 00 0 0 00 0 0 00 0 X 0 0 0 00 0 0 00 0 0 00 � 40' � 1' =1 LANE REFLECTORIZED O 0 .0 O O O O O❑ O OffO O O ❑ O O O❑ O O O❑ O O O❑ O O ❑ O O O❑ O O O❑ J' S/ O O O❑ ❑ ❑ PAVEMENT MCON . LINE ARKINGS 1 joWhite ' Or Yellow � Yellow L> Type 1-A Type Y buttons Type 1 C or II A ANa BROKEN 00 ° + mo o E> White ooaoo ❑o❑oo g0❑oG� ❑o❑oo Type W buttons"/fib Type I C or II C R ❑o❑o❑ (when required) LINES TL. ODD REFLECTORIZED PAVEMENT MARKINGS 00 o 0 00 0 0 00 0 0 0❑ 0 0 00 o 0 00 0 0 ❑ 0 0 0 0 0 00 o 0 00 0 0 00 RAISED ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ 1 2" wva W In 9 N RAISED PAVEMENT MARKERS Type I C PAVEMENT ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ MARKERS AUXILIARY d a 0 Prefabricated markings may be substituted for reflectorized pavement markings. 3' 1 9' I Type I-C or II -C-R OR � + In ra EDGE & LANE LINES FOR DIVIDED HIGHWAY LANEDROP _ LINE REFEPA ENT a Type W buttons Type I-C 00000 a MARKINGS hr i Wh i to A 00000 O❑0❑ no00 00000 Type 1 1 -A-A Type Y buttons 00000 REMOVABLE MARKINGS 5' 6" 000 0 0 0 �6 o 00 0 0 00 0 0 00 0 0 00 o ❑ o 0 0❑ o 0 0❑ o 0 0❑ 0 0 0❑ WITH RAISED � 000 O O o ❑'o 0 00 0 0 00 0 0 00 0 0 00 o o❑ 0 0 00o 0 00 0 0 00 o 0 00 PAVEMENT MARKERS �— 10' - 30' —� Yellow Wh i to � ❑0000 ❑0❑0❑ oQ❑00 ❑OMO ❑o❑oo ❑0000 If raised pavement markers are used to supplement REMOVABLE morkings, Roi setl Pavement Markers > � Jf Type W buttons Type I-C the markers shall be applied to the top of the tape at the approximate REFLECTORIZED PAVEMENT MARKINGS RAISED PAVEMENT MARKERS mid length of tape used for broken Prefabricated morkings may be substituted for reflectorized pavement morkings. !-_ lines or at 20 foot spacing forsolid lines. This allows on easier 20' 1' LANE & CENTER LINES FOR MULTILANE UNDIVIDED HI GHWAY S removal of raised pavement markers Centerline only not to be used on edge lines and tape. SHEET 12 OF 12 Traffic �j Type W buttons Type 1 -C " Safety v t_ �White J' ❑❑❑ ❑ 00❑00❑ ❑ ❑0❑ ❑O 0 ❑ ❑0❑❑ 00000 ,Texas Department of Transportation Standard - - - - Yellow 000 0❑ 0 0 0 0 0 0 0❑ 0 0 000 0 000 0 000 0 000 0 00 0 0 - pe ❑a❑ ❑ ❑a❑a❑ ❑0❑a❑ 00000 0 0❑ 0 0 0❑�Toy pe Y buttons Type II -A -A°°°°° BARRICADE AND CONSTRUCTION °°°° °°° ° °°�° °°°°° °°°°° PAVEMENT PATTERNS 0 0❑ 0 0 0❑ o❑ 0 0 0❑ 0 0 00 0 0 0❑ o 0 00 0 0 0❑ 0 0 00 0 0 0❑ 0 0 00 Raised pavement morkers used as standard MARKING C> �> pavement morkings shall be from the opproved ❑0000 00000 ,❑i❑00 ❑OMO ❑o❑o ❑o❑o❑ products list and meet the requirements of "RAISED White Type W buttons J Type I-C Item 672 PAVEMENT MARKERS." BCO2) -21 REFLECTORIZED PAVEMENT MARKINGS RAISED PAVEMENT MARKERS FILE: bc-21.dgn oN: TXDOT CK: TxDOT �DW: TxDO- a:TxLOT Prefabricated markings may be substituted for reflectorized pavement morkings. ©TxDOT February la°a oNT IEIT Jog eNwaY REVISIONS TWO-WAY LEFT TURN LANE 1-97 9_07 5-21 2-98 7-13 ST COUNTY 0 LL 11-02 A-14 iub i m E 8 a V L 8" 2". 6" SEE NOTE 11 2" TO 4" 3 _ } T USUAL t1/2 T (USUAL) PAVEMENT f STEEL (SEE NOTE 131 TYPE I CURB (ONOLITHIC) 2" - 4" HEIGHT 6" 2"• SEE NOTE € I Z' 3" BAR S� USUAL 5" TO 8" PAVEMENT STEEL I5EE NOTE 13) } T I1/2 T IUSUAL) TYPE II CURB (MONOLITHIC) 5" - 8" HEIGHT 24' 6" _Z" _ SEE NOTE 11 7/2 " ■ .�, 5" TO 8" i T i 1/2T ..i.._ TYPE II CURB AND GUTTER 5" - 8" HEIGHT a" 2" 6" SEE NOTE 1J j 2" 7❑ k" 3 H rf BAR C ! J T Y2 T CONST JTJ TYPE I CURB 2" - 441 HEIGHT -fi 2" SEE -NOTE -1-1 • ti 5" TO B" V rBAR C T T CONST Jr TYPE I I CURB 5" - 8" HEIGHT DOWELED VERTICAL JOINT VARIES L - (T/2) tH- 1'/z"1 WHERE "H" CURB HEIGHT FOR NEW PAVEMENT, EMBED 7/2 INTO FRESH CONCRETE. FOR EXISTING PAVEMENT, DRILL 3/8" DIAM HOLE T/2 • 1/4" INTO PAVEMENT. SECURE WITH TY Tit EPDXY, CLASS "E" OR "F". 10'-0" CURB TRANSITION (0" TO 2"1 20'-0" CURB TRANSITION (0" TO 5") 30'•0" CURB TRANSITION (OVER 5") TOP OF CURB CHANGE IN HEIGHT TOP OF PAVEMENT T CURB TRANSITION {,TOTE: TO BE PAID FOR AS WIGNEST CURB 24" _2' 6" SEE NOTE 11 2" TO 4" T • .. /P T _'"'--_ TYPE I CURB AND GUTTER 2" - 4" HEIGHT B y 6' 2 SEE NOTE is 2Y MFF 4 BAR B� CONST JT Jj r 12" BAR C EMBED 6" INTO CXJSTING CONCRETE PAVEMENT- DR€LL 3/9" X 6 1/4" HOLE SECURE WITH TY ICI EPDXY, CLASS "E" OR "F". USUAL 5" TO /45 PAVEMENT STEEL EE NOTE 131 }} T €1/2 T (USUAL) TYPE iI CURB 5" - 8" HEIGHT DOWELED HORIZONTAL JOINT 8" SEE NOTE 11 61 FOR CURB HEIGHT- 5" 7" T" FOR CURB HEIGHT- 53`4" y p: s" TO 5r," 2". ! " BAR C T CONST JT S/7T TYPE IIA CURB 5" - 5 3/. 4" HEIGHT /2" WIDE EXPANSION JOINT MATERAL rTOP OF CURS TOP OF PAVEMENT SUITABLE SLEEVE MATERIAL 2 EA - 7/$"x 24" TO WRAP BARS AND PLUG END SMOOTH DOWELS - _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ .. ---------------------------------------------- T '/2 T , 10" 14" GENERAL NOTES 1. ALL MATERIALS ANG CONSTRUCTION SHALL BE IN ACCORDANCE WITH ITEM 529, "CONCRETE CURB. GUTTER, AND COMBINED CURB AND GUTTER". 2. ALL CONCRETE SHALL BE CLASS "A". 3. ALL REINFORCING BARS SHALL BE Rk, UNLESS OTuERWISE SHOWN, 4. CURB HEIGHT SHALL BE AS SHOWN ON TYPICAL SECTIONS OR PLAN -PROFILE SHEETS. S. ROUND EXPOSED SMARP EDGES WITH A ROUNDING TOOL, TO A MINIMUM RADIUS OF Y,". 6. ALL EXISTING CURBS AND DRIVEWAYS TO BE REMOVED SHALL BE SAKI CLIT FULL DEPTH OR REMOVED AT EXISTING JOINTS. 7. WHERE CONCRETE CURS IS PLACED ON EXISTING CONCRETE PAVEMENT, THE PAVEMENT SHALL BE DRILLED AND THE REINFORCING BARS CJTOUYEO OR EPDXIED IN PLACE. 6, EXPANSION ANp CONTRACTION JOINTS SHALL 5E CONSTRUCTED TO MATCH PAVEMENT JOINTS IN ALL CURBS OR CURB AND GUTTER ADJACENT TO .JOINTED CONCRETE PAVEMENT. W$IERE PLACEMENT OF CURB OR CURB AND GUTTER I NOT ADJACENT TO CONCRETE PAVEMENT, EXPANSION JOINTS SHALL BE PROVIDED AT STRUCTURES, CURB RETURNS AT STREETS OR DRIVEWAYS, AND AT LOCATIONS DIRECTED BY THE ENGINEER. 9. VERTICAL AND HORIZONTAL DOWELS BARS AND TRANSVERSE REINFORCING BARS SHALL BE PLACED AT 4' C-C. 10. DIMENSION "T" SHOWN IS THE THICKNESS OF ADJACENT CONCRETE PAVEMENT, OR, WHEN CURB IS INSTALLED ADJACENT TO FLEXIBLE PAVEMENT, "T" 15 6" MINIMUM, B" MAXIMUM. 11. USUAL PROFILE GRADE LINE. REFER TO TYPICAL SECTIONS AND PLAN -PROFILE SHEETS FOR EXACT LOCATIONS. 12. A SEALED, '112" EXPANSION JOINT SHALL BE PROVIDED WHERE CURB AND GUTTER IS ADJACENT TO SIDEWALK OR RIPRAP, 13. LONGITUDINAL AND TRANSVERSE PAVEMENT STEEL SHALL BE PLACED IN ACCORDANCE WITH PAVEMENT DETAILS SHOWN ELSEWHERE IN THE PLANS. EXPANSION JOINT DETAIL 02019 by Texas department of Transportation; A#1 Rights Reserved 24" 8" SEE NOTE 11 1" 7" FOR CURB HEIGHT- 5 f" 2" 6" FOR CURB HEICHT- 3" ■ 5" TO 5Y'4" 41} ----T 0[ 1/2 T - 3 , TYPE IIA CURB AND GUTTER 5" - 5 3/4" HEIGHT Fort worth AFstrict Texas Departme-ni of nansportaffnn Standard Cr W LLI W > IN U Ed �-+ O r r In 0 U r o r aa�.. aa. 3o0 zo ow¢L, zlnrE, ow a c Ed wEc nz zdxr r� or 0 Z ZlLln LEI aoLEI r ¢oov x L� LEI W N U �rlr¢ o W < o>a =x0 r } U o > CC W co _v) wrr o III, J wawa Z M 00 EL' L� LEIw In Ir o rr CD z. U Z J W �.` c Y m lY cr > N U <zzz aao� o a Z LA N aow0 nr ln¢zo z m: xx1n n r<wr ate¢ CC0 0f WO oleUr o (f)LLI LL av .ram L) U = O W n W r X 2 0x _rar0 Co Co 0 0 a c c 0 v U 1~ v 0 E + 0 -C o a .0 U 0 / O C v a C v o \ 0 o w C D a "a m c + v+ U) H 7 a LL x v N + M / a)MN mot° 0-r 0 + x o r c 3 Ncri3 30 w+ \N�<F \ \ 01 0 ¢ C,a-a a] + \ / + 81 EXIST CONC PVMTI NEW PAVEMENT: USE 3-LUG TERMINAL ANCHORAGE E A 3" MIN., 6" MAX. ►= A 11/2" EXPANSION JT _ 2" (SEE JS (FTW) STANDARD)— -� /1 10, REINF STEEL I> I I TREATED SUBGRADE 2 LAYERS 30# ROOFING FELT HOT MIX TY "D" WITH GRAPHITE LIGHTLY UNDERLAYMENT SPRINKLED BETWEEN LAYERS L- CONCRETE PAVEMENT TIE TO EXIST. CONCRETE PAVEMENT (TRANSVERSE JOINTS W/EXISTING "SLEEPER" SLAB) N.T.S. EXISTING CRCP no EXISTING PAVEMENT EDGE PROPOSED PAVEMENT SAWED CONTRACTION JOINT CONCRETE CURB SEAL METHOD "B" TO BE REMOVED___--�--,`' (SEE JS (FTW) STANDARD) (IF APPLICABLE) JOINT SEALING MATERIAL (SEE JS (FTW) STANDARD) T T/2 25" TIE BARS DRILL & GROUT WIT L 0" FOR #6 BAR TPYE III, CLASS C EPDXY MIN 21" NEW CRCP T/3 1 r PARTIAL DEPTH SAWCUT NEW LONGITUDINAL STEEL BARS D�. MIN.36" TI - � o --- ; p • D o a D o D o /2' D EXPOSED EXISTING STEEL BARS �( TRANSVERSE PAVEMENT REINFORCING IN THIS AREA, THE BREAKING OF THE EXISTING CONCRETE WILL BE ACCOMPLISHED BY LIGHTWEIGHT JACK HAMMERS AS APPROVED BY THE ENGINEER. TIED TRANSVERSE CONSTRUCTION JOINT DETAIL EXISTING CRCP TO NEW CRCP BREAKBACK AND LAP N.T.S. FOR #5 BAR 1.13EFORE WIDENING WORK, DEMONSTRATE THAT THE BOND STRENGTH OF THE EPDXY -GROUTED TIE BARS MEETS THE REQURIMENTS OF PULL-OUT TEST SPECIFIED IN ITEM 361. 2.SPACE TIE BARS AT 24" SPACING. USE #6 TIE BARS FOR 8" AND THICKER SLABS, USE #5 TIE BARS FOR LESS THAN 8" THICK SLABS. LIMIT OF NEW _ 2'-0" CONCRETE PAVING USUAL EXIST CURB & GUTTER LIP OF EXIST.CURB & GUTTER OR FULL -DEPTH SAW CUT. SEAL JOINT, METHOD "B". (SEE JS (FTW) STANDARD)) ............ "I i —i I TRANSVERSE ---------------- 21" MIN. 12" PAVING -� 2q" MAX. � -�MIN� DRILL 3/4-7/8" DIA. HOLE & STEEL SECURE TIE BAR WITH TY. III, #5 x 36" TIE BAR CLASS C EPDXY. METHODS OF MATCH TRANSVERSE CLEANING AND APPLICATION SHALL PAVEMENT REINF BE APPROVED BY THE ENGINEER PRIOR TO PLACEMENT. T I E TO EXIST. CONC. CURB & GUTTER N. T. S. LONGITUDINAL WIDENING JOINT DETAIL N. T. S. _ EXISTING CRCP NEW CRCP MIN.10"�I MIN.30" _ EDGE OF CRCP PAVEMENT OR LONGITUDINAL JOINT p p p Jp p TRANSVERSE CONSTRUCTION JOINT / p p p p p p ° p DRILL AND GROUT WITH TYPE III, CLASS C EPDXY. NOTE: TIE BAR SIZE AND SPACING TO MATCH LONGITUDINAL REINFORCING. FOR LONGITUDINAL BAR SIZE AND SPACING, REFER TO CONCRETE PAVEMENT STANDARDS. IF, IN THE OPINION OF THE ENGINEER, THE LENGTH OF AREA OF NEW PAVEMENT DOES NOT WARRANT STAGGERED LAPPING AS SHOWN, THIS REQUIREMENT MAY BE WAIVED. i EXISTING CRCP DRILL & GROUT WITH ,0.1 TPYE 1 1 1 , CLASS C EPDXY _MII�N. D D� D � NEW CRCP IE NEW LONGITUDINAL STEEL BARS D D D D D D D D EXISTING STEEL BARS NOTE: SAWING OF PAVEMENT AND REMOVAL OF EXISTING CONC. WILL NOT BE PAID FOR DIRECTLY, BUT WILL BE SUBSIDIARY TO THE VARIOUS BID ITEMS. GENERAL NOTES TIE BARS SHALL BE SECURED INTO THE EXISTING CONCRETE THE MINIMUM LENGTHS SHOWN, USING TY III EPDXY, CLASS "C" AND MUST MEET THE REQUIREMENTS OF THE PULL-OUT TEST SPECIFIED IN ITEM 361. ALL HOLES FOR TIE BARS OR CONCRETE ANCHORS SHALL BE DRILLED WITH A CORE OR ROTARY DRILL. THE USE OF HAMMER DRILLS WILL NOT BE PERMITTED. �ya�l~��ars►>��r��uz�:ul•r.�:�Ln.r�.�ar_n��( SEE CONCRETE PAVEMENT STANDARD FOR ADDITIONAL INFORMATION Fort Worth District ,Texas Department of Transportation Standard �D CONCRETE PAVEMENT T/2" TIES TO EXISTING PAVEMENT CP-TEP (FTW) ORIGINAL DRAWING: 05/2019 I Cptep-ftw. d9n FED.- PROJECT NO. DIED.- N TIED TRANSVERSE CONSTRUCTION JOINT DETAIL DATE REVISIONS 6 EXISTINGN 05/2019 NEW STANDARD STATE DRILL AND EPDXY 06/2020 ADD LONGITUDINAL AND TRAVERSE JOINTS , TEXAI N.T.S. ©2020 b Texas Department of Transportation; 11/2020 Y P P , All Rights Reserved ADD DRILL AND EPDXY TRANSVERSE JOINT DETAIL, REVISED JOINT NOMCONCNPAVINGE' ANOAD'AREFERENCE TO I CONT. am STATE COUNTY D IST. NO. FTW SECT. JOB HIGHWAY NO. Cr w LLi W > IN U W O F-Or'n U H 0 r a3o0 Z O 0w¢L, L'I —0 ow Ira 0 wcl� nz zdxr r� zr 0 Z Z0 Ld w -Xw OE In It z ¢ O O I/I xL��w w oo r0LuQ O W < ozo x H r } U O >mw m as v) wrr c E J W¢==) z M 00 cr L� w w In cl: O Q.r.0 Z J W .�.��& Y m � O cr > N U <zzz a¢o� o a Z W N 0 Q OwO r �W o> r0� l2zzo m: xx1n(n ..rxwr CC0f W 0 N � O In 0 wz¢W ¢ N .r F- L) U = O W �LLj S U X r 0 r ¢ r O / GO GO 0 L 0 0 a C m c 0 O U 4- v O E / + 0 _c o .0 U 0 / o c 0 0 v .U) > \ N c U) 0, "aa m c + v} NCH I LL x N L() } N / (D N }vim o—r 0 x o r v / c 30H"O 3 N U 30w3 \ N � } \ \ O 4 Q W 1 aN a-0 +\/3 + 0 Lao I _ 2' MIN of _ �I`\ B,_ VARIES - 6' USUAL LIMIT OF PAY TY A SDWLK 2. F #4 BARS a 0 BARS V W 12" C-C LL ' M x, a 12„ �x ;n #4 BARS 0 16" C-C o %2" ISOLATION JT OPTIONAL CONST JT CONC CURB OR o CURB AND GUTTER �� 1.50% 2" MIN 1 3 1" SAND CUSHION I _ 2' MIN 31 ¢I 8' _ VARIES - 6' USUAL _ _ VARIES +�OLIMIT OF PAY TY B SDWLK 4 11 ��#4 BARS w 0 r vJi BARS V ! 12" C-C x M x, Mx in s #4 BARS P 16" C-C x " o OPTIONAL CONST JT _= 3" o _ - CONC CURB OR 1.50% CURB AND GUTTER \ 2"�,,,,,,,,, 12BARS H 3" T O1 3" 0 12" C-C 1" SAND CUSHION) #4 BARS _9'_ BACKFILL PLACE 12" X 12" WALL HARDWARE CLOTH OA" MESH) CENTERED BEHIND OPENING 1 CU FT TY "E" 12„ FILTER MAT, L 2" DIAM. WEEP HOLES 1Q 2" MINIMUM REQUIRED FOR LATERAL SUPPORT PLACE CURB AND GUTTER COMPACT ® INSTALL 6" PIPE UNDERDRAIN (TY. 5, 6, 7, OR 8) PAVEMENT BACKFILL BEFORE ENTIRE LENGTH OF WALL. USE TY. "E" FILTER MATERIAL. BACKFILLING BEHIND WALL SLOPE TO DRAIN AND CONNECT TO STORM DRAIN. ® IF, IN THE OPINION OF THE ENGINEER, USE OF TYPE A SIDEWALK -ADJACENT TO CURB UNDERDRAIN IS IMPRACTICAL, INSTALL WEEP HOLES AS SHOWN. TYPE B SIDEWALK -REMOTE FROM CURB 4Q 34" CHAMFER I4�il `N SPECIAL CONCRETE SIDEWALK w/ INTEGRATED RETAINING WALL N. T. S. 5-0" USUAL _ A 10' MIN 4 _ -ROADWAY- It - SHOULDER #3 BARS 016" C-C EDGE OF EACH WAY_ DRIVING LANE � 1 4„ 1.50% ,LIN •° .0 •0 p'pn 1' SAND CUSHION J I. SIDEWALK TO BE 10' MIN. FROM EDGE OF SHOULDER OR 2' MIN. FROM TOP OF DITCH BACK SLOPE, WHICHEVER IS GREATER (10' MIN. FROM EDGE OF CONCRETE SIDEWALK SHOULDER IF NO DITCH.) (ROADWAY W/O CURB) SIDEWALK (5'-0" MIN AND USUAL) (6'-0" IF ADJACENT TO RAILING OR WALL) —BACK OF CURB #3 BARS 016" C-C EACH WAY 4' 1. 50% ISOLATION JOINT p °° p ° p o° • p p • �• p CONCRETE CURB OR p o 9 • p • •o • • 9 • C CURB AND GUTTER I" SAND CUSHION CONCRETE SIDEWALK (ADJACENT TO CURB) � F JOINT SEALING COMPOUND (CL. 5 OR 8) I Iii6 CONCRETE SIDEWALK 1" SAND CUSHION 14" PREMOLDED ASPHALT BOARD 1 P 1 5' C-C (MAX. ) SLOPE IJ"/FT TO DRAIN N SIDEWALK FILTER 34 FABRIC (ALL SIDE) WEEP HOLE DETAIL SIDEWALK WIDTH * 4" #4 BARS H 0 12" C-C #4 BARS V 0 12" C-C REINFORCING STEEL DETAILS GENERAL NOTES: 1ALL CONCRETE SHALL BE CLASS "C". CONCRETE CURB OR 2,. ALL REINFORCING STEEL SHALL BE GRADE 60, # 4 BARS UNLESS OTHERWISE CURB AND GUTTER INDICATED. 3. SEE PLAN SHEETS FOR LOCATIONS OF SIDEWALKS AND RETAINING WALLS. 4. LONGITUDINAL SLOPE OF SIDEWALKS SHALL NOT EXCEED 5% EXCEPT IN CASES WHERE THE ADJACENT ROADWAY SLOPE EXCEEDS 5%. IF ROADWAY SLOPE EXCEEDS 5%, LONGITUDINAL SLOPE OF SIDEWALK MAY MATCH THAT OF ROADWAY. 5. IF SIDEWALK WIDTH IS LESS THAN 5', PROVIDE 5' X 5' PASSING AREAS AT ' INTERVALS NOT TO EXCEED 200' SPACING. 6. RETAINING WALL WILL BE SUBSIDIARY TO THE ITEM, "CONC SIDEWALKS (SPECIAL) (TYPE A)" OR "CONC SIDEWALKS (SPECIAL)(TYPE B)", WITH LIMITS OF PAY AS SHOWN. 7. SURFACE TREATMENT OF RETAINING WALL FACE DETAILED ELSEWHERE IN THE PLANS. 8. SEE PED STANDARDS FOR TREATMENT AT INTERSECTIONS AND CROSSWALKS. 1/2" ISOLATION JOINT (SIDEWALK ADJACENT TO CURB) 5-0" USUAL 5' USUAL FFACE OF CURB #3 BARS 016" C-C 3' MIN EACH WAY L J, 1.50% _ �4„ CONCRETE CURB OR • p•° .o° • ° • p • •o• ^•� CURB AND GUTTER 1" SAND CUSHION CONCRETE SIDEWALK DETAILS N. T. S. CONCRETE SIDEWALK (REMOTE FROM CURB) 14" 10" 3" MIN 6" MAX 18" MIN 24" MAX (TYP) -- SUITABLE SLEEVE #3 X 24" MATERIAL TO WRAP SMOOTH BARS AND PLUG END DOWEL (TYP) I ! 3" MIN 6" MAX PREMOLDED ASPHALT BOARD TRANSVERSE EXPANSION JOINT ©2020 by Texas Department of Transportation; All Rights Reserved ® Fort Worth District ,Texas Department of Transportation Standard CONCRETE SIDEWALK DETAILS CSWD (FTW) ORIGINAL DRAWING: 05/2019 I CSwd-ftw. dgn PROJECT NO. 111ET DATE REVISIONS 05/2019 NEW STANDARD STATE STATE COUNTY 11 /2020 REVISE JOINT REVISE ALLOWABLE SEALANTTYPESTEXAS oFTW CONT. SECT. JOB HIGHWAY N0. co_ °u ow TC 0 cN o LL 0*w L •- Zwr 0 TL .tw -a O•- C d)W— VOa t O 4)04) L LL U) a m 00 cc0 • N 0 d) d) C W O N c° W H — oU) on 0x4) 0 •O 4, 4) L t N O T0C C30 L G) >00 oa °3. m a 0 TL DC0 L O '� ° D L L O�L 000 NO o Li- + D >1 O O D �Nvo — N q J� L u D+ ,n c C 90 /-Edge of Pavement r6" min. Shoulder \ 4" Solid r Yellow J Edge Line o 4" White Lone L i ne�4 30' 110' 4" Solid White o 0 0 0 Edge Line EDGE LINE AND LANE LINES ONE-WAY ROADWAY WITH OR WITHOUT SHOULDERS Edge of Pavement r6' min. 4" Solid } 4" White } /L White J Lane Line \� Edge Line � 30' I J 0'' a 4" Solid 1 Yellow Lin J 0 0 0 4" Solid White 3" min.-4" usual Edge Line (12" max. for traveled way / greater than 48' only) CENTERLINE AND LANE LINES FOUR LANE TWO-WAY ROADWAY WITH OR WITHOUT SHOULDERS Edge of Pavement no min. when shoder Shoulder width } exists may vary (typ.) 4" Yellow 4" Solid White Centerline Edge Line 3" min. 4" max. I 30' I J O'1 4" Solid % 4" Solid White } Yellow Line J Edge Line Shoulder width} may vary (typ) TWO LANE TWO-WAY ROADWAY WITH OR WITHOUT SHOULDERS PUBLIC ROADWAY a 4" Solid White Edge Line a PUBL I C ROADWAY 4" Solid White Edge Line 4" Solid Yellow Line 11 ALLEY PRIVATE ROAD OR DRIVEWAY TYPICAL TWO-LANE. TWO-WAY PAVEMENT MARKINGS THROUGH INTERSECTIONS PUBLIC I 4" Solid White ROADWAY a I l Edge Line a a _ 4" White Lane Line I; PUBLIC 4" Solid ROADWAY White v Edge Line ALLEY, PRIVATE ROAD OR DRIVEWAY TYPICAL MULTI -LANE. TWO-WAY PAVEMENT MARKINGS THROUGH INTERSECTIONS 10" min. - 12" max. 4" Solid 1f Yellow Line Pavement Edge N'�'-4" Solid White 4" White Lane Line Edge Line 0 0 0 0 0 0 4" Solid Yellow I 30' 10' q" Solid Edge Line � I= I -See Note 2 Yellow Line Toper c —Se e 1 10" min.- 1 4 4 4 4 4 Optional 12" mox. E c Dotted 8" Solid ° L 8" White White Line 3 D Extension See note 3 TSee 5 3 Line Note 1 z L48" min. Yield from edge line to Triangles 4" Solid Yellow Storage f stop/yield Edge Line Deceleration "I line 4" Solid White �\ Edge Line mot/ White Lone Line FOUR LANE DIVIDED ROADWAY CROSSOVERS 12" 3 to 1 2'L.--I F- " For posted speed on road being marked equal to or less than 40 MPH. YIELD LINES 211611*1 GENERAL NOTES 1. Edgeline striping shall be as shown in the plans or as directed by the Engineer. The edge line should not be placed less less than 6 inches from the edge of pavement. This distance may vary due to pavement raveling or other conditions. Edgelines are not required in curb and gutter sections of roadways. 2. The traveled way includes only that portion of the roadway used for vehicular travel. It does not include the parking lanes, sidewalks, berms and shoulders. The traveled ways shall be measured from the inside of edgeline to the inside of edge line of a two lane roadway. MATERIAL SPECIFICATIONS PAVEMENT MARKERS (REFLECTORIZED) DMS-4200 EPDXY AND ADHESIVES DMS-6100 4" Solid Yellow Line BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS DMS-6130 TRAFFIC PAINT DMS-8200 HOT APPLIED THERMOPLASTIC DMS-8220 24" 3 to 12"_{ �►{ 36'1 V V V V For posted speed on rood being marked equal to or greater than 45 MPH. 1. Where divided highways are separated by median widths at the medion opening itself of 30 feet or more, median openings shall be signed as two separate intersections. Each median opening has two width measurements, with one measurement for each approach. The narrow medion width will be the controlling width to determine if signs are required. Yield signs are the typical intersection control. Stop signs are optional as determined by the Engineer. 2. Install median striping (double yellow centerlines and stop bars/yield triangles) when a 50' or greater median centerline can be placed. Stop bars shall only be used with stop signs. Yield traingles shall only be used with yield signs. 3. Length of turn bays, including toper, deceleration, and storage lengths shall be as shown on the plans or as directed by the Engineer. PERMANENT PREFABRICATED PAVEMENT MARKINGS DMS-8240 All pavement marking materials shall meet the required Departmental Material Specifications as specified by the plans. 4' min. \\ 4' min. 30' mox. STOP LINES \ 30' max.1 / Solid White Width: 12" min. 24" mox. EDGE LINE 4" Solid White CENTERLINE 4" Yelow 6" min. F Length: 10' (typ. ) Gap: 30' OPTIONAL 4" Solid Yellow line on approaches to intersections Minimum Requirements (500' min.) for Edgelines Traveled Way Width z 20' Minimum Requirements for Centerlines without Edgelines Pavement W i dth 16' < W < 20' GUIDE FOR PLACEMENT OF STOP LINES. EDGE LINE & CENTERLINE Based on Traveled Way and Pavement Widths for Undivided Highways ® Traffic Safety ,Texas Department of Transportation Standard TYPICAL STANDARD PAVEMENT MARKINGS PM M - 20 F I YE: pml-20. dgn DN: ICK: Dw: ICK: ©TROT November 1978 :0NT SECT Doe NIOHwar 8 95 3-03REVISIONS 5-00 2-12 DIST COUNTY SHEET NO. 8-00 6.20 LLA Tc CO 0 •- N 0 L ow TC Type I I -A-A 0 0�0 O C N O d)W- O C 7 a4) O4) L L L N a 4) co C° 0 C E •-N 0 d) N EIII)7 C 4 O REFLECTIVE RAISED PAVEMENT MARKERS FOR VEHICLE POSITIONING GUIDANCE See Detail B ° I _1 1 40' i CENTERLINE FOR ALL TWO LANE ROADWAYS 80 _ W ❑ O C00 W H - 0x0 Type II A A of L L 4) 4,4) L ❑ +aa)0 T0C 0 030 ❑ L a) >00 oa °3+ ma0 DC0 L O O D L L B�L 0- 0 NOO _X+ Li- + D TL 0 O O D wv0 ¢0 ❑ E a () 0 U) J� L 0 c+ I c 90 1„-4„ 4" See Detail A O a O O O 40' 40' Type I 0 0 0 0 0 See Detail C ❑ / ❑ � I !❑ 80 ❑ I O ❑ O O ❑ O CENTERLINE & LANE LINES FOR FOUR LANE TWO-WAY HIGHWAYS Type II-A- 4" 1„-4" 4„ 4" 3-4" 1"-4" 4„ 4' Type II-A- t 2' Centerline Symmetrical around centerline Continuous two-way left turn lone Type II -A -A i 40 � 40 � 40 i O 7ype ❑ -C 80, CENTERLINE AND LANE LINES FOR TWO-WAY LEFT TURN LANE Type I-C or II-C-R Type 1-C or II-C-R �o o ❑ o 80, O O C O ❑ C .I LANE LINES FOR ONE-WAY ROADWAY (NON -FREEWAY FACILITIES) Raised pavement markers Type II-C-R shall have clear face toward normal traffic and red face toward wrong-woy traffic. DETAIL "A" DETAIL "B" DETAIL "C" 0 D I 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 CENTER OR EDGE LINE -1 I�12"1 1" 10 0 01Ill 01 0 0 0 0 0 01 10 0 0 0I 0 0 0 0 0 0 01 \T �/ 10' I _ 30' _ BROKEN LANE LINE REFLECTORIZED PROFILE PATTERN DETAIL USING REFLECTIVE PROFILE PAVEMENT MARKINGS 1 ' 1 l 3O0 hto gSOO Mil 12 " - 1 I I 5��2 - i/z ht in ei ❑4„} 31�4" Y4�❑ OR �6„I ❑ 2 � A quick field check for the thickness to 3" 2 to 3"� of base line and profile marking is approximately equal to a stock of 5 quarters to a maximum height of 7 quarters. 4" EDGE LINE, OPTIONAL 6" EDGE CENTER LINE LINE, CENTER LINE NOTE OR LANE LINE OR LANE LINE Profile markings sholl not be placed on roadways aoaL with a posted speed limit of 45 MPH or less. GENERAL NOTES 1• All raised pavement markers placed in broken lines shall be placed in line with and midway between the stripes. 2. On concrete pavements the raised pavement markers should be placed to one side of the longitudinal joints. MATERIAL SPECIFICATIONS PAVEMENT MARKERS (REFLECTORIZED) DMS-4200 EPDXY AND ADHESIVES DMS-6100 BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS DMS-6130 TRAFFIC PAINT DMS-8200 HOT APPLIED THERMOPLASTIC DMS-8220 PERMANENT PREFABRICATED PAVEMENT MARKINGS DMS-8240 All pavement marking materials sholl meet the required Departmental Material Specifications as specified by the plans. Type I (Top View) 350 max- 25° min \ Roadway I / ` Adhesive Surface 1/ SECTION A RAISED PAVEMENT MARKERS Traffic Safety ,Texas Department of Transportation Standard POSITION GUIDANCE USING RAISED MARKERS RELECTORIZED PROFILE MARKINGS PM(2) -20 FILE: pm2 -20' dgn JN: �CK. DW: CK: ©Tx�OT Ap Yi 1977 CONT SECT JOB HIGHWAY 4-92 2-10 REVISIONS 5-00 2-12 DIST couNTv SHEET HO. 8-00 6-20 22B w L. W > U U W 0 D —0 H H U U U H 0 H aa�.. a3o� z0 owact z(nrW —0 L' w a CD wcUz w 7) Z d r 2 H r z� Z W U waow of a000 X1l W w Uo a owM o>a EC: 0 H r U o rCol w m xU w-� c 0 J W a(r0 Z M O U cr LE W w L,) /r >�r 0 F H off. U z J W w Ymct 0 r U U K Z Z Z aa0� o a Z WUw aow0 � KW Ur Uzzo m: a =xUU ..rxw� a�a CC0f W 0 U OUO �wzaW aU .r- L) U = O W U W H X 2 U 0 F-<-0 ��o GO GO 0 L 0 0 L d c m c 0 v U w v 0 + o -c o a .0 U L / O C v o c v v 0 0 0 w C D U L N v a "o m c 1 0 + v+ w U) Data X N U + O / N N N +- N O •• c0 o � v / U 30U01 3 N wID \NO3 .. a,a a- o w + — N L—a• METHOD B: JOINT SEALING COMPOUND JOINT %8" - 'A SEALING COMPOUND o i LONGITUDINAL SAWED CONTRACTION JOINT JOINT v4 ire _ 1/4 SEALING COMPOUND n \ p LONGITUDINAL OR TRANSVERSE CONSTRUCTION JOINT 31 V8 'A z JOINT SEALING O COMPOUND ' BACKER ROD TRANSVERSE SAWED CONTRACTION JOINT JOINT SEALING COMPOUND 1. 1 �12 �/8 .. _ 1/4 1 BACKER ROD PREFORMED BITUMINOUS FIBER MATERIAL BOARDS OR EQUIVALENT. TRANSVERSE FORMED EXPANSION JOINT GENERAL NOTES JOINT /2" SEALING COMPOUND 1A BACKER ROD I 1 PREFORMED \ BITUMINOUS FIBER MATERIAL BOARDS OR EQUIVALENT. FORMED ISOLATION JOINT 1. PREFORMED COMPRESSION SEALS (METHOD A) WILL NOT BE PERMITTED. 2. DIMENSION "T" IS THICKNESS OF CONCRETE PAVEMENT. 3. THE LOCATION OF JOINTS SHALL BE AS SHOWN ELSEWHERE IN THE PLANS. 4. THE JOINT RESERVOIR FOR SEALANT FOR THE LONGITUDINAL AND TRANSVERSE CONSTRUCTION JOINTS AND SAWED JOINTS SHALL BE SAWED UNLESS OTHERWISE SHOWN ON THE PLANS. 5. REFER TO DMS-6310 "JOINT SEALANTS AND FILLERS" FOR SEALANT CLASSIFICATIONS. 6. FOR SAWED LONGITUDINAL JOINTS, LONGITUDINAL OR TRANSVERSE CONSTRUCTION JOINTS, USE JOINT SEALANT CLASS 5 OR 8 UNLESS OTHERWISE SHOWN ON THE PLANS OR APPROVED. 7. FOR TRANSVERSE SAWED CONTRACTION JOINTS, TRANSVERSE FORMED EXPANSION JOINTS, AND ISOLATION/EXPANSION JOINTS, USE JOINT SEALANT CLASS 5 OR 8 AT NEW JOINTS. USE JOINT SEALANT CLASS 4,5,7,OR 8 FOR MAINTAINING EXISTING JOINTS. 8. THE JOINTS SHALL BE CLEANED IN ACCORDANCE WITH THE ITEM 438 "CLEANING AND SEALING JOINTS" OR ITEM 713 "CLEANING AND SEALING JOINTS AND CRACKS (CONCRETE PAVEMENT)". 9. ISOLATION JOINTS ACCOMMODATE HORIZONTAL AND VERTICAL MOVEMENTS THAT OCCUR BETWEEN A PAVEMENT AND A STRUCTURE. ISOLATION JOINTS MAY BE USED FOR BRIDGE ABUTMENTS, INTERSECTIONS, CURB AND GUTTER, OLD AND NEW PAVEMENTS, OR AROUND DRAINAGE INLETS, MANHOLES, FOOTINGS AND LIGHTING STRUCTURES. ® Fort Worth District ,Texas Department of Transportation Standard CONCRETE PAVING DETAILS JOINT SEALS JS (FTW) ORIGINAL DRAWING: 05/2019 I jS-ftw. dgn PROJECT 10. SHEET DATE REVISIONS o[vE 05/2019 REPLACES JS-03(FW) STATE STATE COUNTY 11/2020 REVISE NOMENCLATURE FOR ISOLATION JOINTS (OMIT "EXPANSION") TEXAS FTW ©2020 by Texas Department of Transportation; CONT. SECT. JOB HIGHWAY NO. All Rights Reserved I� TLN C N 7 O> CN WO+ O U•- TO) E }LO C+L Lorn 3wc T+ O:t - N .0L aC4) oU � NO }LID DOL L C O aNN via)+ C77 LNN 00L C + DO U w04) XLC N N•- ra0 N0 T30 7N0 C aL L L O > n+ Q.TN C L NO0 L a4-+0 -oI-v COL 000 yxc v N T+ }NN v •- oE+ U) 0 7vc Nco -C E U In 0 ROAD WORK CW20-1D AHEAD 48" X 48" (F I ags- See note 1) T ■ ■ Channelizing Devices (See note 2)A Channelizing devices may be omitted if the work area is a minimum of 30' from the nearest traveled way. ------ Shadow Vehicle with TMA and high intensity rotating, flashing, oscillating or strobe lights. (See notes 4 & 5) Channelizing Devices (See note 2)A \IQ N E O IOn O. N E 0 In L L � O ro X �■ Ir ■ ec•: U ■ C N L o ■ 3 ■ N a) L N E L O o In L L E > O 0 In o L 0 } W7 ■ X I L I L N N o 0 ROAD WORK AHEAD CW20-1D 48" X 48" I (Flags - See notes 1 & 7) TCP (1-1a) WORK SPACE NEAR SHOULDER Conventional Roads ROAD WORK AHEAD CW20-1D \ 48" X 48" (Flags - See note 1) N L E L O O In E > 0 0 In L 0 L 4-- 0 4-- X M X Shadow Vehicle with TMA and high intensity rotating, flashing, oscillating or strobe lights. (See notes 4 & 5' 4) v 0 END N ROAD WORK G20-2 48" X 24" (See note 2)A ■ ■ Channelizing ■ Devices (See note 2)A END ROAD WORK G20-2 48" X 24" (See note 2)A I I Channelizing Devices (See note 2)A I , L U +UN V 4 In - a)7 X U+ O v a) v o L MN•ac I In U N N o•>_ N O NON C I 0 In y E L O O In E0) 0 0 L o w X X„rM ROAD' WORK AHEAD 'WCW20-1D TCP (1 -1 b) (FIags- See notes 1 & 7) WORK SPACE ON SHOULDER Conventional Roads Channelizing Devices (See note 2) ROAD WORK AHEAD e CW20-1D 48" X 48" (Flags - See note 1) �r ■ U) ■ N N a L E O O L In N L E (D > 7 O O o In L L L o o CH- 4-- X X Work vehicles or other equipment necessary for th( work operation, as trucks, moveat cranes, etc., she remain in areas separated from lanes of traffic channelization devices at all t Shadow Vehicle with TMA and high intensity rotating, flashir oscillating or strobe lights. (See notes 4 & 5' Channelizing Devices (See note 2) A i ■ END ROAD WORK J� G20-2 48" X 24" (See note 2)A N FMEM F END AD WORK I G20-2 48" X 24" ( See note 2 ) AI ■ , L Ov + C v •- N MaNi°aco r N U N N O >. a)O N O In CON`-' c Inactive work o vehicle In (See Note 3)I I NIC J I OI Di �J �-•• In I • L L 0 3 J N" U) N 0. L E o O In C L(1) 0 0 In L L o w x LEGEND ® Type 3 Barricade ■ ■ Channelizing Devices Elflo Heavy Work Vehicle ® Truck Mounted Attenuator (TMA) itTrailer Mounted Portable Changeable Flashing Arrow Board M Message Sign (PCMS) J- Sign < Traffic Flow Flag L10 Flogger Minimum Suggested Maximum Minimum Desirable Spacing of Suggested Posted Formula Taper Lengths Sign Channelizing Longitudinal Speed Spacing Devices „X„ Buffer Space 10, 11' 12' On a On a 'B" Offset Offset Offset Taper Tangent Distance 30 2 150' 165' 180' 30' 60, 120' 90, 35 L= WS 205' 225' 245' 35' 70' 160, 120' 40 60 265' 295' 320' 40' 80' 240' 155' 45 450' 495' 540' 45' 90, 320' 195' 50 500' 550' 600' 50' 100, 400' 240' 55 L=WS 550' 605' 660' 55' 110, 500' 295' 60 600' 660' 720' 60, 120' 600' 350' 65 650' 715' 780' 65' 130' 700' 410' 70 700' 770' 840' 70' 140' 800' 475' 75 750' 825' 900' 75' 150' 900, 540' �E Conventional Roads Only **Toper lengths have been rounded off. L=Length of Taper(FT) W=Width of Offset(FT) S=Posted Speed(MPH) TYPICAL USAGE MOBILE SHORT SHORT TERM INTERMEDIATE LONG TERM DURATION STATIONARY TERM STATIONARY STATIONARY GENERAL NOTES 1. Flags attached to signs where shown are REQUIRED. 2. All traffic control devices illustrated are REQUIRED, except those denoted with the triangle symbol may be omitted when stated elsewhere in the plans, or for routine maintenance work, when approved by the Engineer. 3. Inactive work vehicles or other equipment should be parked near the right-of-way line and not parked on the paved shoulder. 4. A Shadow Vehicle with a TMA should be used anytime it can be positioned 30 to 100 feet in advance of the area of crew exposure without adversely affecting the performance or quality of the work. If workers are no longer present but road or work conditions require the traffic control to remain in place, Type 3 Barricades or other channelizing devices may be substituted for the Shadow Vehicle and TMA. 5. Additional Shadow Vehicles with TMAs may be positioned off the paved surface, next to those shown in order to protect wider work spaces. 6. See TCP(5-1)for shoulder work on divided highways, expressways and freeways. 7. CW21-5 "SHOULDER WORK" signs may be used in place of CW20-ID "ROAD WORK AHEAD" signs for shoulder work on conventional roadways. For construction or maintenance contract work, specific project requirements for shadow vehicles can be found in the project GENERAL NOTES for Item 502, Barricades, Signs and Traffic Handling. I Texas Department of Transportation Traffic Operatlons Division VAHEAD 20-1D TCP (1-1c) (F gs- See notes 1 & 7) WORK VEHICLES ON SHOULDER Conventional Roads TRAFFIC CONTROL PLAN CONVENTIONAL ROAD SHOULDER WORK TCP(1-1)-12 © TxDOT December 1985 IN: TXIOT � CH: TXDOT I DW: TXDOT � CK: TXDOT REVISIONS CONT SECT JOB HIGHWAY 2-94 2-12 8-95 1-97 DIST COUNTY SHEET NO. 4-98 1 h T L U) °cN HOt O a•- TL O c t L a L ow c a T+ o+- z•- � - y nL +- Q C 0 dno UL10 tLD � ° co a In Cot, 5 :),3 yd dOL CH-t c00 0 W F L X L C a! N •_ UNO ,O TL3 doE LQL L0 >n °CL �Oo _ L '000 DH-D COL t �XD W H- c Ana .c a W 10•- 0E in 0 ADC dco H Y•N w s a 0 O ROAD WORK AHEAD CW20-1D 48'X 48. (FIagS- See note 1) w N L d n E L o o ,n aL E > 0 0 0 L L o O w x X M Shadow Vehicle with TMA and high intensity rotating, flashing, oscillating or strobe lights.(See notes 4 & 5) N m f END ROAD WORK -I_,J,G2O-2 48" X 24" r „ J TR 48" L L a) w 'a ID O i � .0 N 4/^\a �/^\a X V 1..1 1..1 _ I EROAD ND WORK ROADWORK AHEAD G20-2 48" X 24" CW20-1D 48" X 48" (Flags - See note 1) TCP (1-4o) ONE LANE CLOSED ROAD WORK CW20-1D AHEAD 48" X 48" _ (Flags - See note 1) X ,1 LEFT LANE CW20-5TL CLOSED x 48" X 48" �1 x vv 44 END ROAD WORK G20-2 48" X 24" J �I I CW1-6aT ■ I 36" X 36" ■♦ ■ ■ ■ (See note 7) - Shadow Vehicle with TMA and high intensity rotating, flashing, oscillating or strobe lights.(See notes 4 & 5) END ROAD WORK G20-2 48" X 24" w D 0 0 L N TWO ■ ■ ■ v D 0 O L Ut t o U _ In O L L CW1 4R �/ 48" X 48" X/� CW13 1P MPH 24" X 24" (See note 2)A ■ 0 ■ ■ ■ ■ m ■ ■ • • J • • C • • CW1-6aT • • 36" X 36" • • �� (See note 2)A ■ I J 4 CW1-4L • 48" X 48" • • J X X CW13-1P • MPH 24" X 24" • (See note 2)A • F II J y RIGHT x LANE CLOSED i CW20-5TR x 48" X 48" vv44 x" i TCP (I -4b) ROAD WORK AHEAD CW2LANES CLOSED 48" X D 48" X 48" (Flags - See note 1) LEGEND ® Type 3 Barricade ■ ■ Channelizing Devices r�19 F7t Heavy Work Vehicle ® Truck Mounted Attenuator (TMA) Trailer Mounted Portable Changeable Flashing Arrow Board M Message Sign (PCMS) -2- Sign <�3 Traffic Flow 0 Flog 0-0 Flogger Minimum Suggested Moximum Minimum Desirable Posted Formula Taper Lengths Spacing Chonnelizing of Sign Suggested Longitudinal Speed �E9E Devices Spacing „X.. Buffer Space * 10' 11' 12' On a On a Distance "B.. Of fse t Of f se t Of fset Toper Tangent 30 2 150' 165' 180' 30' 60, 120' 90, 35 L= WS 205' 225' 245' 35' 70' 160, 120' 60 40 265' 295' 320' 40' 80' 240' 155, 45 450' 495' 540' 45' 90, 320' 195' 50 500' 550' 600' 50' 100, 400' 240' 55 550' 605' 660' 55' 110, 500' 295' L=WS 60 600' 660' 720' 60, 120' 600, 350' 65 650' 715' 780' 65' 130' 700' 410' 70 700' 770' 840' 70' 140' 800' 475' 75 750' 825' 900' 75' 150' 900, 540' iE Conventional Roads Only Taper lengths have been rounded off. L=Length of Toper(FT) W=Width of Offset(FT) S=Posted Speed(MPH) TYPICAL USAGE MOBILE SHORT SHORT TERM INTERMEDIATE LONG TERM DURATION STATIONARY TERM STATIONARY STATIONARY GENERAL NOTES 1. Flogs attached to signs where shown are REQUIRED. 2. All traffic control devices illustrated ore REQUIRED, except those denoted with the triangle symbol may be omitted when stated elsewhere in the plans, or for routine maintenance work, when approved by the Engineer. 3. The CW20-ID "ROAD WORK AHEAD" sign may be repeated if the visibility of the work zone is less than 1500 feet. 4. A Shadow Vehicle with a TMA Should be used anytime it con be positioned 30 to 100 feet in advance of the area of crew exposure without adversely affecting the performance or quality Of the work. If workers are no longer present but road or work conditions require the traffic control to remain in place, Type 3 Barricades or other chonnelizing devices may be substituted for the Shadow Vehicle and TMA. 5. Additionol Shadow Vehicles with TMAs may be positioned off the paved surface, next to those shown in order to protect wider work spaces. TCP (1-4o) 6. If this TCP is used for a left lane closure , CW20-5TL "LEFT LANE CLOSED" signs shall be used and channelizing devices shall be placed on the Centerline where needed to protect the work space from Opposing traffic with the arrow panel placed in the closed lane near the end Of the merging toper. TCP (1-4b) 7. Where traffic is directed over a yellow centerline, chonnelizing devices which separate two-way traffic should be spaced on topers at 20' or 15' if posted speeds ore 35 mph or slower, and for tangent sections, at 1i2S where S is the speed in mph. This tighter device spacing is intended for the areas of conflicting markings, not the entire work zone. AIIIIIIII Texas Deportment of Transportatlon If Troffic Operations Division For construct or Tointenanceon TRAFFIC CONTROL PLAN contract work, specific project LANE CLOSURES ON MULTILANE requirements for shadow vehicles can be found in CONVENTIONAL ROADS the project GENERAL NOTES for Item 502, TCP (1 - 4) - 1 2 Barricades, Signs and Traffic Handling. (DTxDOT December 1985 IN! TWIT I CK: T%DOT I Dw: T%DOT I CK: T%DOT REVISIONS CONT SECT JOB HIGHWAY 2-94 2-12 8-95 1-97 DIST COUNTY SHEET 10. 4-98 1 b4 X-27463 FoRTVVoRTH MATTIE PARKER MAYOR DAVID COOKE CITY MANAGER MICHAEL OWEN, P.E. CITY ENGINEER, TRANSPORTATION AND PUBLIC WORKS DEPARTMENT CHRISTOPHER P. HARDER, P.E. DIRECTOR, WATER DEPARTMENT / ROBERT D. FOSTER 146079 1i�s�0 N AL THE SEAL APPEARING ON THIS DOCUMENT WAS AUTHORIZED BY ROBERT D. FOSTER, P.E. 146079 ON 12/13/2022. ALTERATION OF A SEALED DOCUMENT WITHOUT PROPER NOTIFICATION TO THE RESPONSIBLE ENGINEER IS AN OFFENSE UNDER THE TEXAS ENGINEERING PRACTICE ACT. I PRC RECORD NO. THE CITY OF FORT WORTH, TEXAS PLANS FOR THE CONSTRUCTION OF WATER IMPROVEMENTS TO SERVE FORT WORTH I.S.D. CURRENT CONSTRUCTION STANDARDS FOR DEVELOPMENTS (MARCH 11, 2022) SHALL GOVERN ON THIS PROJECT NEW C NTRA ADMINISTRATION BUILDING IPRC22-0144 CITY PROJECT NO. 104280 FID NO. 30114-0200431-104280-EO7685 FILE NO. N/A (BLOCK 19, 20,21) _I ELIZAB -T 183 I CHAPI � 1 PROJECT LOCATION I ELIZABEI H TARRANT COUNTY MAPSCO F74-N VICINITY MAP (NOT TO SCALE) MAPSCO NO. F74-N COUNCIL DISTRICT 3 DECEMBER 2022 FOR • #++�+ too 040 t.04W Fart Worthl INDEPENDENT SCHOOL DISTRICT FORT WORTH I.S.D. 100 N. UNIVERSITY DR. DENNIS BROWN DENNIS.BROWN®FWISD.ORG IAV:»M I:»il=WI Pacheco Koch a Westwood company 4060 BRYANT IRVIN RD. ■ FORT WORTH, TX 76109 ■ 817.412.7155 TX REG. ENGINEERING FIRM F-469 TX REG. SURVEYING FIRM LS-10008001 DRAWING SHEET INDEX SHEET DESCRIPTION 1 COVER 2 GENERAL NOTES 3 GENERAL NOTES 4 PLAT 5 WATER PLAN & PROFILE W-1 6 UTILITY DETAILS 7 UTILITY DETAILS BC(1)-(12) BARRICADE & CONSTRUCTION GENERAL NOTES & REQUIRMENTS CCCG (13) CONCRETE CURB & CURB & GUTTER DETAILS CP-TEP (14) CONCRETE PAVING TIES TO EXISTING PAVEMENT CSWD (15) CONCRETE SIDEWALK DETAILS PM (16)-(17) TYPICAL STANDARD PAVEMENT MARKING JS (18) CONCRETE PAVING DETAILS JOINT SEAL TRAFFIC CONTROL PLAN TCP(1-1)-12 CONVENTIONAL ROAD SHOULDER WORK TRAFFIC CONTROL PLAN LANE TCP(1-4)-12 CLOSURE ON MULTILANE CONVENTIONAL ROADS DIRECTOR'S DESIGNEE FOR CONSTRUCTION DATE: PLAN APPROVAL RESOLUTION NO. 01-10-2020 REVIEWED: DATE: PROJECT MANAGER X-27463 cD 0 U I J D 00 N I 0 0 o' n 0 N 0 N) 0 J_ 0 / CD 0 / 00 N I 0 / 0 PROTECT EXIST TREES SEE SHEET 2, CITY TREES NOTE 10 755 750 745 735 730 725 rie 3 N 21' it 14' 0 4- w �l Z N —i W O Z a. 5 o � X< NMGO fN Z I I �Q 4 APPROXIMATE R CEIVING PIT-IMITS. CONTRACTOR TO RETURN DISTURBED AREA BACK TO ORIGINAL STATE OR BETTER, APPROXIMATE BORE PIT LIMITS. CONTRACTOR TO RETURN DISTURBED AREA BACK TO ORIGINAL STATE OR BETTER, 'ROPOSED Ih-TALLATION BY TRADITIONAL AUGER BORE WORK REQUIRES A TXDOT PERMIT PER SUBDIVISION SECTION 31-63 (d)(1)(1) & (3)(b)(6) PRIOR TO PLAN APPROVAL STA 0+00.00 LINE "W-1" CONTRACTOR TO FIELD VERIFY LOCATION AND ELEVATION OF EXISTING LINE PRIOR TO CONSTRUCTION AND NOTIFY ENGINEER INSTALL: 1-36"X8" TAPPING SLEEVE 1-8" GATE VALVE w wit r ~ I w Q -. 46 z ��? � � J ->16 u uj N �s I w I w I STA 1+41.00 LINE "W-1" wF- h `; I INSTALL: 1-8"X6" REDUCER 1—STD. FIRE HYDRANT ASSY. 0a I N:6947888.95 E:2295302.14 I � 7777777777 csz - 745 25' CAUTION! ! ! EXISTING TELE—COMM CAUTION! ! ! EXISTING ELECTRIC Lv J W (0 W 1 W + J t �QtX J p J/ a F_ n °0 F W I W vZ� APPROXIMATELY LOCATION OF EXISTING ELECTRICAL LINt. (ELEVATION UNKNOWN) EXISTING GRADE APPROXIMATELY LOCATION OF EXISTING TELEPHONE LINE Z (ELEVATION UNKNOWN) t0 PROP. 8" WATER ® 0.64% 4 LF OF 8" C900 20 LF OF 8" C900 DR 14 PVC DR 14 PVC 112 LF OF 8" DUCTILE IRON PIPE W/20" SREEL CASING PER DETAIL D106 PROPOSED PIPE BY TRADITIONAL AUGER BORE \ 4 LF OF EMBEDMENT PER STD. 33 05 10—D101 SHEET 6 FOR DETAIL. AND BACKFILL PER STD. 33 05 10—DO01 25 LF OF EMBEDMENT PER STD. 33 05 10—D101 AND BACKFILL PER STD. 33 05 10—DO01 0+00 1 +00 5 LF OF 6" C900 DR 14 PVC ,1-*1 755 750 745 -H 735 730 725 720 1 +70 CIAPIN I TARRANT COUNTY 33 ,PRtia MAPSCO F74-N VICINITY MAP (NOT TO SCALE) COORDINATE! ! DIG—TESS 1-800—DIG—TESS ATMOS ENERGY 1-800-332-8667 ONCOR ELECTRIC 972-888-1359 AT&T 1-817-589-1056 CHARTER SPECTRUM 1-817-205-8177 TXU 1-800-711-9112 TEXAS ONE CALL 811 48 HOURS PRIOR TO CONSTRUCTION PRE—EXISTING MEDIANS/PARKWAYS ALL EXISTING. MEDIANS/ROWS DISTURBED DURING CONSTRUCTION SHALL BE RETURNED TO THEIR ORIGINAL STATE OR BETTER UPON COMPLETION OF THE PROJECT. IN THE EVENT THAT GRASS HAS BEEN DISTURBED, GRASS SHALL BE ESTABLISHED AT 100% BY CONTRACTOR. PRIOR TO SOD OR SEEDING, REMOVE ALL ROCKS GREATER THAN 1"(32 92 13—SODDING — REVISED MAY 13, 2021 OR 32 92 14—NON—NATIVE SEEDING — REVISED MAY 13, 2021). ALL DIRT MOUNDS SHALL BE REMOVED FROM MEDIANS/ROWS PRIOR TO SEEDING AFTER CONSTRUCTION IS COMPLETED. NO. 0 1 0 3 Q REVISIONS DESCRIPTION DATE 0 10 20 40 60 GRAPHIC SCALE IN FEET 0 2 4 8 12 VERTICAL SCALE IN FEET Ls*LIGHT STANDARD X EXISTING FENCE TPRBEI PULL BOX ELECTRIC EX OHL EXISTING OVERHEAD UTILITY LINE PP W/ LIGHT Ex E EXISTING UNDERGROUND ELECTRIC LINE �. PP W/ GUY ANCHOR Ex T EXISTING UNDERGROUND TELEPHONE LINE PP W/ CROSS Ex C EXISTING UNDERGROUND CABLE LINE PP(�)• ARM (LENGTH IN FEET) Ex F EXISTING UNDERGROUND FIBER OPTIC LINE SIGN TRAFFIC SIGN —Ex 6' G— EXISTING UNDERGROUND GAS LINE ssaSAN. SEWER MANHOLE """"" EXISTING STORM DRAIN LINE TEL❑ TELEPHONE BOX EX 6"W EXISTING WATER LINE TEL— UG TELEPHONE MARKER EX 6"SS - EXISTING SANITARY SEWER LINE TSP. TRAFFIC SIGNAL POLE 613 EXISTING CONTOUR sTM O STORM SEWER MANHOLE — - - — PROPERTY LINE wMo WATER METER — EASEMENT LINE wv® WATER VALVE SETBACK LINE oB PAINT MARK BLUE — —613— — EXISTING CONTOUR (LIDAR SOURCE) iY PIN FLAG YELLOW FH-(�- FIRE HYDRANT PROPOSED AUGER BORE 4 ®��P.••" �y�1� ® ............................... it ROBERT.D:. FOSTER ® ....... .....O ®� 146079 j� ftB�FssCENs'*;��� �o TONAL NOTE: CONTRACTORS SHALL CALL THE TxDOT THE SEAL APPEARING ON THIS DOCUMENT WAS INSPECTOR NOTED ON THE APPROVED AUTHORIZED BY ROBERT D. FOSTER, P.E. 146079 ON PERMIT 48—HOURS PRIOR TO THE 12/13/2022. ALTERATION OF A SEALED DOCUMENT START OF CONSTRUCTION. THE WITHOUT PROPER NOTIFICATION TO THE RESPONSIBLE CONTRACTOR IS REQUIRED TO CONTACT ENGINEER IS AN OFFENSE UNDER THE TEXAS TxDOT DISTRICT TRAFFIC SIGNAL SHOP ENGINEERING PRACTICE ACT. AT 817-370-3661 FOR LINE LOCATES TX REG. ENGINEERING FIRM F-469 IF BURIED PORTION OF THIS WORK IS NEAR TxDOT TRAFFIC SIGNALS. TX REG. SURVEYING FIRM LS-10008001 Pacheco Koch 4060 BRYANT IRVIN ROAD FORT WORTH, TX 76109 a Westwood company 817.412.7155 CONSTRUCTION NOTES 1. CONTRACTOR SHALL PROTECT ALL EXISTING TREES, FENCES, RETAINING WALLS AND STRUCTURES UNLESS OTHERWISE NOTED. 2. ALL STREET RADII SHALL BE 15' AND ALL DRIVEWAY RADII SHALL BE 5' UNLESS OTHERWISE NOTED. 3. CONTRACTOR SHALL RELOCATE EXISTING FENCES AS NOTED TO ONE FEET OF PROPOSED RIGHT OF WAY. THE CONTRACTOR SHALL CONTACT THE FOLLOWING AT LEAST 48 HOURS PRIOR TO EXCAVATING AT EACH LOCATION: AT&T 1-800-878-8711 FORT WORTH WATER DEPT.-FIELD OPERATIONS (817) 392-8296 FORT WORTH T&PW (817) 871-8100 ATMOS ENERGY (817) 215-4366 ONCOR GAS & ELECTRIC (817) 215-6214 TXU ENERGY 1-800-233-2133 SBC TELEPHONE (817) 338-6819 CHARTER COMM. (817) 509-6272 EXT. 3363 ALL OTHER FACILITIES 1-800-DIG-TESS HORIZONTAL & VERTICAL CONTROL Q CITY BM# 34-5-25 A STANDARD WATER DEPARTMENT h--I BENCH MARK ON TOP OF A CONCRETE CURB TO STORM SEWER ham- J1 DROP INLET ON THE NORTHEAST CORNER OF THE INTERSECTION OF INWOOD ROAD AND LOVERS LANE. BM#1 CUT SET ON THE EDGE SURFACE NORTHING:6,996,781.14 OF A CONCRETE SIDEWALK ON SURFACE EASTING:2,484,025.109 THE WEST SIDE OF INWOOD O ELEV=545.34 ROAD, ±42 FEET WEST OF BM#3 CUT SET ON A CONCRETE THE CENTERLINE INTERSECTION CUT SET ON THE SOUTH 2 OF INWOOD ROAD AND BOAZ BM # ~ �-i RAMP AT THE NORTHEAST CORNER STREET, ±12 FEET WEST OF EDGE OF A CONCRETE SIDEWALK OF WEST GREENWAY BOULEVARD THE BACK OF CURB, AND ±15 ON THE NORTH SIDE OF BOAZ Q, AND DRUID LANE, ±21 FEET EAST FEET SOUTH OF A POWER STREET, ±169 FEET WEST OF THE OF THE CENTERLINE OF WEST POLE. CENTERLINE INTERSECTION OF GREENWAY BOULEVARD, t25 FEET SURFACE WEST GREENWAY BOULEVARD AND NORTH OF THE CENTERLINE OF NORTHING:6,996,995.59 BOAZ STREET, ±24 FEET NORTH DRUID LANE, AND ±11 FEET SOUTH OF THE CENTERLINE OF BOAZ SURFACE EASTING:2,484,286.12 OF A FIRE HYDRANT. STREET, AND ±29 FEET EAST OF gM4 CUT SET ON THE SURFACE NORTHING:6,996,681.45 # A POWER POLE. SOUTHWEST EDGE OF A SURFACE EASTING:2,485,039.89 SURFACE NORTHING:6,997,013.73 ELEV=541.13 CONCRETE SIDEWALK AT THE I`-{ F--� SOUTHWEST CORNER OF THE SURFACE EASTING:2,484,848.56 BM#6 CUT SET ON THE WEST INTERSECTION OF GLENWICK ELEV=547.29 EDGE OF A CONCRETE SIDEWALK LANE AND WEST GREENWAY BM#5 CUT SET ON THE SOUTH EDGE ON THE WEST SIDE OF INWOOD BOULEVARD, ±35 FEET SOUTH OF A CONCRETE SIDEWALK ON THE ROAD, ±329 FEET SOUTH OF THE OF THE CENTERLINE OF SOUTH SIDE OF GLENWICK LANE, ±87 CENTERLINE INTERSECTION OF GLENWICK LANE, ±29 FEET FEET EAST OF THE CENRLINE TE INWOOD ROAD AND BOAZ STREET, WEST OF THE CENTERLINE OF INTERSECTION OF INWOOD ROAD AND ±114 FEET NORTH OF A FIRE WEST GREENWAY BOULEVARD, GLENWICK LANE, ±25 FEET EAST OF HYDRANTN, AND t9 FEET WEST AND t7 FEET SOUTHWEST OF AN 8 FOOT CONCRETE INLET, AND OF THE BACK OF CURB. THE BACK OF CURB. t5 FEET SOUTH OF THE BACK OF SURFACE CURB. SURFACE NORTHING:6,996,666.04 NORTHING:6,996,277.37 SURFACE NORTHING:6,996,215.02 SURFACE EASTING:2,484,290.64 SURFACE EASTING:2,485,002.20 SURFACE EASTING:2,484,421.06 ELEV=535.10 ELEV=535.65 ELEV=531.75 CITY PROJECT NO. 104280 X—xxxxx w IPRC 22-0144 MAPSCO NO. F47—N FID 30114— 0200431-104280—E07685 TAD MAP NO. 2060-416 W/SS STUDY #NS-2022-2136 r 7w CITY OF FORT WORTH, TEXAS Q FORT WORTH I.S.D. NEW CENTRAL ADMINISTRATION BUILDING WATER PLAN & PROFILE W-1 DESIGNED: WMS,TVW PK JOB NO. DATE: SHEET Q DRAWN: BCH,CDS 3423-21.620 SEPT 2022 5 OF 7 REVISIONS NN OR PVC PPE WATER AN P�09ES ��-� - 3 i EUN HYDRANT W .� EADE (PYE w"usr"� ? '• aR oIP)//// •• �TNNI IA- OR W y, ® � HgbZOXTK �wNXd On1ER SURFACE �19ERN1 B3OCIW0 PFR WAIFR MAIN i ] I1 OD-D1]0 PLAN VIEW AS ME BETEON SSAOS to O1NER SURFACE 1 P RDrosEso"CURB J-o' FAIN BACK CE Wa IN- v) BNEANR NNO WaNEAKd slot X-8• MN. T-V MAx II I MNIMUM awn] "' ORUr_ NtdND BASE DD NOT iST COVFP MEEP HNE. SO HORIZONT.LL BLOCNNO PER 03 It 00-11" 6' E E HYCRANT LEAD i-EREST WA1d MAIN URE (PVC OR OiP) W.12•Al' YANOIOR TES OR g 0 EO�NiOaEN MA CHOR CC11PM11G RETNNEY OAR vALTf REREYMN OLPIIO Pd 33 12 20-D129 NOTE: 1. DO NOT LOCATE ENE NYORANT IN SIOEWALK. 2 PRONCE NUR (4) FOOT CUUM ANCE AROUND FIRE 3. E%1FIISION SECMRIS MAY BE USES AS REgNED n AsPEn MNUEAzYREN•S sTnucnax 4 pPE, PRONG AN ISOLATION xR AHD "TES I. 10 PETROLATUM AND E_MMM A vµ nNO PER _ON A a ORT WORT I CITY OF FORT WORTH, TEXAS I REVISED. 06-28-2013 STANDARD FIRE HYDRANT (STRAIGHT) 331240-D120 UNOSTURaDE PROFIT VIEW I CONCRETE CRA-)LE TABLE I Bo• arcs 4e• Bdos S. MINDS Tlse• S RDSI In(SFI ANt(9FI MN(sFl xN(sFl I f�(. �. n.Ge aT4 ti.ea 4.DD• I ,.2. ' 0 U.. MINE A� AIM N II 4 =- FEET. S TO SE_'K T�0 a A Y NA OF droE PFUURONT DBE BUNx 1NIGd ' BUS'rT IUNC STUBBED = MTMM. NOTES: 1.1 T1B TP.S PUOCKINSi PARREEAS SMORM NE BASSO W: I BOW PSF -T- TAL OR LATERAL IMAINNG PRESSURE FOR ACOFPTABIE SOWS S 1.aY /M,iUEM1 REACTOR OF I.S. MEET THE A R W ALL PRONG A SEPPILAR -1. TABLE N1EN ME CCHCMCHS DO NOT 3. NNE CCHRACICH 5 REgNiES N PRONG BE - R-. SUBS. - BY NF. T K 1MNST BL01%IxG NR PLL NPES MIS ITCH SXALL a CCHSIOFXES SUBSBIMT M ME NW Ws 4. ,u1°Ti uAn'iTN 5. CRALILES f pW�ld UNES LARGER MAN 2a' SHU)CATA1L a atlpED Apt ME SOECNC 6 WCiIIE TRW iITTNBSTSNAUL`RABY.RMPES N POLYEMYIENE ENCASEMENT PRICH N ]. CONCRETE MALiERI& S TAU. CWFGRM TO SECTION Da SO 00. p/\\\\..\\\ 8 /AA/1 \ CMSai ! 1,ES 7� o � L 1,T 7'� II���9� I MIN MENCSj C-) SURFACES ONLY P NO E CONCAIFnO it� -3i NNWFER (TIP.) 1. ..UF I -1EOAu BE `PNNI 3MIN. OF COYNER OMUt RENfptpDENI N 1 auAlRs Blau BE 4,000 PSI CONCRETE Pd SECRON y IF VALVE OPERATING MIT IS W SO OU' ABRMA 1W0-PECE PAYEMENT AIRFAM PROADE M VPROND� TnEWK PAM1ENT SIIIEAp:. 1' BSLOW FOR VALE£ MAINT fdff�d' LYE )V• CHAMFER OUTAGE SHOCK _ CRI-C IA MRoucl9y w - T� pE; `S _ 7 _ Bd05 P25 BENDS tt.PS SITE DI ' MEA AREA MN. A 11 M AREA x NEA MIx.� W) (w) (a) xI W) 11 8^ Y-0^ zz.Bz ]1.� 11s 4 e"IS.6 1 A 2O• d ]5.34 49.9 2].05 // 1119 EEN J •MINIMRN 1NRIISf aOCI�RIG SURFAGI ! AREA SHNL BE 4 SCR ARE FEES •• EY ON N' TO BE A MINIMUM OF ONE FOOT AND SIX INCHES, BUT IS TO BEEIx�ASSFOdNERE EfESSMT TO PROwE MAR MO AGAINST UNCI OR4 ROTE: A Y SWAB I,tt MRUST LOtl(INC AREAS SHOWN NE BASFD ON: ASN A-IOB-EI. SAE 10SO, 1.2 ],000 RSTSY XONZONTIL di ldil AiBENiINC _NE idt AOCFPTIBI£ VANES COLD CRAMN OR aT1EA. rolls 2 2-)r SCUAa nIBMO PER ASIM • -312-A. 020, MID 1 MSAFEtt FACTOR K 1.5. SAE 1ORABN OR a R. 2 *ME ENdEd SX LL PRO LE A SEP A E NOC WO TABLE x E ME -IT- ON NOT MEET TIE ABOVE ASOUMPTICHS S. CODE FOR PNiOCFDU�=INQS 1 THE CgIIRACTgt IS FECUIISDP IR M `RCIE THINUST "NESWAINT BY MEANS OF AND nUNttt OF MELDS. RY ro TIME MAIRZ ITEMS ND. Au. MU FrtSNOS SNAu. EE .T ONALLr RESTRANES NM RETAINEN 0.NiD5. S SPS EOP1C LOCAIITW ANo SN01M bINTNE O 2rA.SN BE DESIGNED FOR THE 6. AU. OUCRE IRON FITDNGs SNALL BE NLAPPES N PWYETNYLENE ENCASEMENT ). TWONCH I CTO I REYE MATERIAL SHA"U D_ CC OFORM TO SECTION 03 ]0 00. 0�117/ RT CITY OF FORT WORTH, TEXAS REVISED 10-18-2018 ORT WORT ��V WATER DISTRIBUTION GATE VALVE &BOX (12" AND SMALLER) 33 12 20-D126 �� 6• MIN. • ^ ✓ ,w,w •vT, of -DOWN AS DOMINATES, TABLE ,�J:! :•: fptCNG MAYBE IN +�-QLF•,•Y6_y ;: f Y.CtiT, T:2 ewcBE ACAINST l uNOIs11.11O 7/7 Ec yLaN yEw 1100I( TE DOWN L cx BNIs Nro AG�w SAT BN AT UENMDISNR IVERTICAL TIE -DOWN BLOCKING TABLET ............ � ;f%): ,L• ;-S. BENDS!SuM. MIM NFpItlN6 VAT. WRLME YpLMEJMµN VCWAE nµBARSa W ocEw ( a e calBdoS SNUL �I txx a ae.zB z w.m t NOT BCIL YE MN BL 1. MUTES Sl10rN NE BASD OM Y23 RB NEST PPESSME iz 1. PCF COIICRETE DENSITY 2 BAR 2. 20 KBI #4 SSIIAEEaLRONFipI RCEDE1T BAR OU� 2.1x 1dFSI � MINNI WMUM CF 18'DE A. d THE CONOI %S oO NOT MEET AR ME ABOVE ASOUNPnCHS BLOIXING TABLE 4 THE CCHTRACTgt IS REWIRES TO PROMCE THRUST RESTRAINT BY MEANS OF VERnCAI. nE-DOWN BLOIMING FOR ALL NPES MIS ITCH BALL BE CdSIOFRES SIJBSIDIARY TO ME -OUS ITEMS BID. S BTWNGS SNAIL a ADg1KK1ALLY RESRANES WM RETNHd OL.WDi 8. 1H56LEMIC1HS AND OERTIiS MAY VARY BUT SAn3ACTNN OU ASOLE MINIMUM T. STRATED XESP WNEAETE acAR a El. UONTS AN S eaR. S. YE SPPEEolc UICASON AND S NOWN a Tile ORAMNGS. dau BE DEsdED FGR 9. oucn NON nTSNCs SHALL BE WRAPPED IN POUYEMYLENE ENCASEMENT IC. OONC 0 YATEPoN SNALL =fTR N TO SECIICH 03 ]D CO. CITY OF FORT WORTH, TEXAS HORIZONTAL THRUST BLOCKING FVAAL lAICIff11 49 Lwo PAYlIBIL� NON -PA REVISED. 12-30-2016 33 11 00-D130 WIEIALA AOOOIOANLE VAIN $1.9N01N 33 00 10 FM ALL NOIFPAVF) MEAD �I . . . . . . . . . . . \ - -� II I uum sA10 5 10 1t III AI IIIIIIIIIIIIII-III 35 05 10-D001 ACCEPTABLE BACKFILL 33 05 10-D104 EMBEDMENT FOR WATER FWI%bMCITY OF FORT WORTH, TEXAS REVISED. 12-30-2016 CITY OF FORT WORTH, TEXAS REVISED 12-30-2016 SERVICES, STA 0+00 TO STA 0+21.00 I 1 CONCRETE CRADLE `33 11 00-D131 I VERTICAL TIE -DOWN BLOCKING `33 11 00-D132 NOT TO SCALE N0. DESCRIPTION DATE 3 A ,T..EOF rfkll E IVC/ --- 113369 ��j t`SI • •• NOTE: CONTRACTORS SHALL CALL THE TxDOT THE SEAL APPEARING ON THIS DOCUMENT WAS INSPECTOR NOTED ON THE APPROVED AUTHORIZED BY TIM V. WALLACE II, P.E. 113369 ON PERMIT 48-HOURS PRIOR TO THE 09/30/2022 ALTERATION OF A SEALED DOCUMENT START OF CONSTRUCTION. THE WITHOUT PROPER NOTIFICATION TO THE RESPONSIBLE CONTRACTOR IS REQUIRED TO CONTACT ENGINEER IS AN OFFENSE UNDER THE TEXAS TxDOT DISTRICT TRAFFIC SIGNAL SHOP ENGINEERING PRACTICE ACT. AT 817-370-3661 FOR LINE LOCATES TX REG. ENGINEERING FIRM F-469 IF BURIED PORTION OF THIS WORK IS NEAR TxDOT TRAFFIC SIGNALS. TX REG. SURVEYING FIRM LS-10008001 Koch FORT WORTH!TX1761109 INPacheco a Westwood company 817.412.7155 I CONSTRUCTION NOTES 1. CONTRACTOR SHALL PROTECT ALL EXISTING TREES, FENCES, RETAINING WALLS AND STRUCTURES UNLESS OTHERWISE NOTED. 2. ALL STREET RADII SHALL BE 15' AND ALL DRIVEWAY RADII SHALL BE 5' UNLESS OTHERWISE NOTED. 3. CONTRACTOR SHALL RELOCATE EXISTING FENCES AS NOTED TO ONE FEET OF PROPOSED RIGHT OF WAY. THE CONTRACTOR SHALL CONTACT THE FOLLOWING AT LEAST 48 HOURS PRIOR TO EXCAVATING AT EACH LOCATION: AT&T 1-800-878-8711 FORT WORTH WATER DEPT.-FIELD OPERATIONS (817) 392-8296 FORT WORTH T&PW (817) 871-8100 ATMOS ENERGY (817) 215-4366 ONCOR GAS & ELECTRIC (817) 215-6214 TXU ENERGY 1-800-233-2133 SBC TELEPHONE (817) 338-6819 CHARTER COMM. (817) 509-6272 EXT. 3363 ALL OTHER FACILITIES 1-800-DIG-TESS HORIZONTAL & VERTICAL CONTROL Q CITY BM/ 34-5-25 A STANDARD WATER DEPARTMENT I --I BENCH MARK ON TOP OF A CONCRETE CURB TO STORM SEWER DROP INLET ON THE NORTHEAST CORNER OF THE INTERSECTION OF INWOOD ROAD AND LOVERS LANE. BM+II CUT SET ON THE EDGE OF A CONCRETE SIDEWALK ON z SURFACE NORTHING: 6,996,781.14 SURFACE EASTING.2,484,025.109 THE WEST SIDE OF INWOOD O ELEV=545.34 ROAD, ±42 FEET WEST OF THE DENTERUNE INTERSECTION 1--I BM#3 CUT SET ON A CONCRETE OF INWOOD ROAD AND BOAZ BM#2 CUT SET ON THE SOUTH RAMP AT THE NORTHEAST CORNER STREET 212 FEET NEST OF EDGE OF A CONCRETE SIDEWALK OF NEST GREENWAY BOULEVARD THE BACK OF CURB, AND f15 ON THE NORTH SIDE OF BOAZ AND DRUID LAN 321 FEET EAST STREET, ±169 FEET WEST OF THE E' THE CENTERUNE OF WEST FEET SOUTH OF A POWER PULL ERUEE INTERSECTION OF GREENWAY B HEEVARD, t2M FEET GREENWAY WESTBOULEVARD AND NORTH OF THE OF SURFACE NEST EET BOA2 STREET, RU FEET NORTH FEET SOUTH NORTHING: 6, STREET, DRUID LANE, AND 11 S OF THE CENTERUNE OF BOAZ T. ST295.59 OF A FIRE HYDRANT. SURFACE FASTING 2,484,286.1E STREET, AND 229 FEET EAST OF SURFACE NORTHING: 6,996,681.45 BM/4 CUT SET ON THE A POWER POLE. SURFACE EASTING:2,485,039.89 SOUTHWEST EDGE OF A SURFACE NORTHING: 6,997,013.73 ELEV=541.13 CONCRETE SIDEWALK AT THE SURFACE EASTING2,484,848.58 SOUTHWEST CORNER OF THE ICI BM116 CUT SET ON THE WEST OF GLENNCK ELEV=547.29 INTERSECTION �y EDGE OF A CONCRETE SIDEWALK LANE AND WEST GREENWAY BM/5 CUT SET ON THE SOUTH EDGE ^ ON THE WEST SIDE OF INWOOD BOULEVARD, 235 FEET SOUTH OF A CONCRETE SIDEWALK ON THE H ROAD, ±329 FEET SOUTH OF THE OF THE CENTERUNE OF SOUTH SIDE OF GLFNWICK LANE, ±87 �I CENTERUNE INTERSECTION OF GLENWICK FEET FEET EAST OF THE CENTERUNE �lI LANE, ±29 INWOOD ROAD AND BOAZ STREET, WEST OF THE CENTERUNE OF INTERSECTION OF INWOOD ROAD AND ±114 FEET NORTH OF A FIRE WEST GREENWAY BOULEVARD, GLENWICK LANE, 325 FEET EAST OF HYDRANTN, AND ±9 FEET NEST AND 17 FEET SOUTHWEST OF AN 8 FOOT CONCRETE INLET, AND OF THE BACK OF CURB. THE BACK OF CURB. 35 FEET SOUTH OF THE BACK OF SURFACE NORTHING: 6,996,666.04 SURFACE CURB. NORTHING: SURFACE NORTHING: L SURFACE EASTING2,484,290.64 SURFACE EASTING`2,484,421.06 SURFACE L� ELEV-53510 SURFACE EASTING:2,485,002.20 ELEV=535.65 ELEV-531.75 CITY PROJECT NO. 104280 X-xxxxx W IPRC 22-0144 MAPSCO NO. F47-N U F7D 30114-0200431-104280-EO7685 TAD MAP NO. 2060-416 W/SS STUDY INS-2022-2136 r� z CITY OF FORT WORTH, TEXAS A v� FORT WORTH I.S.D. NEW CENTRAL x ADMINISTRATION BUILDING UTILITY DETAILS � DESIGNED: WMS,TVWI PK JOB NO. DATE: SHEET Q DRAWN: BCH,CDS 5057-21.468 I SEPT 2022 I 6 OF 7 w REVISIONS NOTE TO DESIONER: NO. A DESCRIPTION DATE PIPE LARGER MAN42' I\, fv`// 1 Q TO BE CASED IN SHALL BE DESIGNED BY DaNNEER cxs RPE salmu E 2 3 A CAIII S E0. PPEHG GARNER P�REWIRED CA9N0 DUCT,PIPERPE SIZE W STEEL 10 .Am PIPE 8 ,..ON 8 20 I 6" I1.18" 20- 11" 13.25" 21" 1Y 1B.— 21 I 14- 17.75 ]0" N.1 s ALL BE I 1n" 1-30 _ PROTECTED TREE TO CENTEF I 18- Tv]n- NE_ INED STNNLESS STEEL I zD- z4zB' 3n- _�Y ) REMAIN U IESS SHOWN CASINO SPACERS OTiERMSE IN PER SECAON 33 I 24" 29.n8" {r _ + 4S ORANGE VINYL ore Nc DUCTILE IRON 'PIPE I x- 4zen- BIT �\1\ CONSTRUCTION FENCE CMGI jjj (yy �ijG WITH I 4Y 49.9Y eD- y'TE�EL i.'j�"IN `{ PROMOS HOLD DOWN JACI(S AT--------.- NcreE E ENDS OF z METAL T—POST (DIRECT PaE S ou1SDE CASING CASING PIPE SCHEgRE - CONCRETE PRESSURE/STEEL PIPE OIAMEIER SA11 N-INAL P CARPI cARRI BURIED 24° MIN) CASNG CARRIER PIPE BELL MIN CASING ppE BELL MIN CASING CARRIER MN CASING "'TAR RPE PIPE SIZE STEEL 10 (C_303) STEEL ID PIPJJEBELL STEEL ID O BANG 24" {2"{2- W SOE PIPE BELL - 30" 36.5" 48- }5" 48" 1f1.75" 4B" 36" 43.5- 5{" {1" 54" ]6.75- 54" � — IRON 'C' CHANNEL 42" 50.5" 80- 4T 60" 42.75" BO" OR WENG SODS (NO GROUT BOTTOM ANGLE IRON AEEGiw ) NOTE: - j?P'(M."A.r"+k�S,, ? 'J ��``(((111 C,L7ETE AND 1. MINMUM INSTA ulna REREOU ARE uNMEET �C(rj. '�T,� r g ME DR CASNG SAES O INNC CAST G "�MI \NrAT[H\ IL �C,^ E ME NRMNGS SHALL AS INDICATED ATED IN "•""""•"""•" SAES MAY BE INCREASED TO ALLOW FOR TIM V. WALLACE II g�LITYLLa+ GAS,T""nrWDeaNa TREE PROTECTION FENCE S��'"i;3"ss 02N.T.S. CONTRACTORS O CRACTORS SHALL CALL THE RTXDOTOVED THE SEAL APPEARING AL THIS DOCUMENT WAS INSPECTOR NO ON THE APPROVED 09/30 2 2 BY TIM T WALLACE II, P.E. DOCUMENT ON I ORT WORT I CITY OF FORT WORTH, TEXAS I REVISED: 05-15-2015 PERMIT 48-HOURS PRIOR TO THE 09/30/2022 ALTERATION OF A SEALED DOCUMENT WATER CARRIER PIPE INSTALLATION IN I[ START OF CONSTRUCTION. THE WITHOUT PROPER NOTIFICATION TO THE RESPONSIBLE CONTRACTOR IS REQUIRED TO CONTACT ENGINEER IS AN OFFENSE UNDER THE TEXAS STEEL CASING 33 05 24-D706 TxDOT DISTRICT TRAFFIC SIGNAL SHOP ENGINEERING PRACTICE ACT. AT 817-370-3661 FOR LINE LOCATES TX REG. ENGINEERING FIRM F-469 IF BURIED PORTION OF THIS WORK IS NEAR TKDOT TRAFFIC SIGNALS. TX REG. SURVEYING FIRM LS-10008001 Pacheco Koch I FN ROAD ORT WORTH, TX1761109 IN a Westwood company 817.412.7155 CONSTRUCTION NOTES 1. CONTRACTOR SHALL PROTECT ALL EXISTING TREES, FENCES, RETAINING WALLS AND STRUCTURES UNLESS OTHERWISE NOTED. 2. ALL STREET RADII SHALL BE 15' AND ALL DRIVEWAY RADII SHALL BE 5' UNLESS OTHERWISE NOTED. 3. CONTRACTOR SHALL RELOCATE EXISTING FENCES AS NOTED TO ONE FEET OF PROPOSED RIGHT OF WAY. THE CONTRACTOR SHALL CONTACT THE FOLLOWING AT LEAST 48 HOURS PRIOR TO EXCAVATING AT EACH LOCATION: AT&T 1-800-878-8711 FORT WORTH WATER DEPT.-FIELD OPERATIONS (817) 392-8296 FORT WORTH T&PW (817) 871-8100 ATMOS ENERGY (817) 215-4366 ONCOR GAS & ELECTRIC (817) 215-6214 TXU ENERGY 1-800-233-2133 SBC TELEPHONE (817) 338-6819 CHARTER COMM. (817) 509-6272 EXT. 3363 ALL OTHER FACILITIES 1-800-DIG-TESS HORIZONTAL & VERTICAL CONTROL Q CITY BM/ 34-5-25 A STANDARD WATER DEPARTMENT I --I BENCH MARK ON TOP OF A CONCRETE CURB TO STORM SEWER DROP INLET ON THE NORTHEAST CORNER OF THE INTERSECTION OF INWOOD ROAD AND LOVERS LANE. BM+R CUT SET ON THE EDGE SURFACE NORTHING: 6,996,781.14 OF A CONCRETE SIDEWALK ON z SURFACE EASnNG2,484,025.109 THE WEST SIDE OF INWOOD O ELEV=545.34 ROAD, ±42 FEET WEST OF o BI CUT SET ON A CONCRETE THE CENTERUNE INTERSECTION 1--I OF INWOOD ROAD AND BOAZ BM#2 CUT SET ON THE SOUTH RAMP AT THE NORTHEAST CORNER STREET 212 FEET NEST OF EDGE OF A CONCRETE SIDEWALK OF NEST GREEN W±2 BOULEVARD THE BACK OF CURB, AND f15 ON THE NORTH SIDE OF BOAZ AND DRUID LANE, 321 FEET EAST TES SOUTH OF A POKER STREET, ±169 FEET WEST OF THE OF THE CENTERUNE OF WEST CENTERUNE INTERSECTION OF a GREENWAY BOULEVARD, ±25 FEET SURFADE NEST GREENWAY BOULEVARD AND F NORTH OF THE CENTERUNE OF SURFACE EASTIN995.59 ,286.12 so STREET, t24 FEET NORTH DRUID LANE, AND t11 FEET SOUTH SURFACE:6,996,995.5I OF THE CENTERUNE OF BOAZ OF A FIRE HYDRANT. STREET, AND 229 FEET EAST OF SURFACE NORTHING: 6,996,681.45 BM/4 CUT SET ON THE A POWER POLE. SURFACE EASTING:2,485,039.89 SOUTHWEST EDGE OF A SURFACE NORTHING:6,997,.13.73 ELEV=541.13 CONCRETE SIDEWALK AT THE SURFACE FASTING 2,484,848.56 SOUTHWEST CORNER OF THE ICI BM118 CUT SET ON THE NEST INTERSECTION OF GLENWCK ELEV=547.29 �y N EDGE OF A CONCRETE SIDEWALK LANE AND NEST GREENWAY BM/5 CUT SET ON THE SOUTH EDGE ^ ON THE NEST SIDE OF INWOOD BOULEVARD, 235 FEET SOUTH OF A CONCRETE SIDEWALK ON THE H j ROAD, ±329 FEET SOUTH OF THE OF THE CENTERUNE OF SOUTH SIDE OF GLENWICK LANE, ±87 Li CENTERUNE INTERSECTION OF GLENWICK LANE, ±29 FEET FEET EAST OF THE CENTERUNE INWOOD ROAD AND BOAZ STREET, WEST OF THE CENTERUNE OF INTERSECTION OF INWOOD ROAD AND f114 FEET NORTH OF A FIRE WEST GREENWAY BOULEVARD, GLENWICK LANE, 325 FEET EAST OF HYDRANTN, AND f9 FEET NEST AND f7 FEET SOUTHWEST OF AN 8 FOOT CONCRETE INLET, AND ,I OF THE BACK OF CURB. THE BACK OF CURB. 35 FEET SOUTH OF THE BACK OF p SURFACE NORTHING: 6,996,666.04 SURFACE CURB. SURFACE EASTING2,484,290.64 SURFACE FASTING .37 SURFACE NORTHING: L ELEV-53510 SURFACE EASTING:2,485,002.20 SURFACE FASTING 2,484,421.06 L� ELEV=535.65 ELEV-531.75 CITY PROJECT NO. 104280 X—xxxxx W 3 IPRC 22-0144 MAPSCO NO. F47—N U F7D 30114-0200431-104280—EO7685 TAD MAP NO. 2060-416 W/SS STUDY INS-2022-2136 r� z CITY OF FORT WORTH, TEXAS A V� 3 FORT WORTH I.S.D. NEW CENTRAL x o ADMINISTRATION BUILDING N3 UTILITY DETAILS � DESIGNED: WMS,TVWI PK JOB No. I DATE: I SHEET Q �� DRAWN: BCH,CDS 5057-21.468 SEPT 2022 7 OF 7 w FORT WORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 03/07/2023 Note: All water or sewer pipe larger than 1S inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding maybe required for some pipes. Approval IModel INational Water & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16) ` 07/23/97 33 05 13 Urethane Hydrophilic Waterstop Asahi Kogyo K.K. Adeka Ultra -Seal P-201 ASTM D2240/D412/1)792 04/26/00 33 05 13 Offset Joint for 4' Diam. MH Hanson Concrete Products Drawing No. 35-0048-001 04/26/00 33 05 13 Profile Gasket for 4' Diam. MIR. Press -Seal Gasket Corp. 250-4G Gasket ASTM C-443/C-361 SS MH 1126199 33 05 13 HOPE Manhole Adjustment Rings Ladtech, Inc HDPE Adjustment Ring Traffic and Non -traffic area 5/13/05 33 05 13 Manhole External Wrap Canusa - CPS WrapidSeal Manhole Encapsulation System er - Manholes & Bases/Fiberelass 33-39-13 (1/8/13 1/26/99 33 39 13 Fiberglass Manhole Fluid Containment, Inc. Flowti[e ASTM 3153 Non -traffic area 08/30/06 33 39 13 Fiberglass Manhole L.F. Manufacturing Non -traffic area 1 j Water & Sewer - Manholes & Bases/Frames & Covers/Rectammlar 33-05-13 (Rev 2/3/16) 1 * 33 05 13 (Manholc Frames and Covers Western Iron Works, Bass & Hays Foundry 1001 24"x40" WE) Water & Sewer - Manholes & Bases/Frames & Covers/Standard Boundl 33-05-13 (Rev 2/3/16) 3305 13 Manhole Frames and Covers Western Iron Works, Bass & Hays Foundry 30024 24" Dia. * 3305 13 Manhole Frames and Covers McKinley Iron Works Inc. A 24 AM 24" Dia. 1 08/24/18 3305 13 Manhole Frames and Covers Neenah Foundry R-1272 ASTM A48 & AASHTO M306 24" Dia. 1 08/24/18 3305 13 Manhole Frames and Covers Neenah Foundry R- 165-LM (Hinged) ASTM A48 & AASHTO M306 24" Dia. 1 08/24/18 3305 13 Manhole Frames and Covers Neenah Foundry NF 1274 ASTM A48 & AASHTO M306 30" Dia. 1 08/24/18 3305 13 Manhole Frames and Covers Neenah Foundry R-1743-LM (Hinged) ASTM A48 & AASHTO M306 30" dia. 1 33 05 13 Manhole Frames and Covers Sigma Corporation MH-144N 1 33 05 13 Manhole Frames and Covers Sigma Corporation MH-143N 1 33 05 13 Manhole Frames and Covers Pont-A-Mousson GTS-STD 24" dia. 1 33 05 13 Manhole Frames and Covers Neenah Casting 24" dia. 1 10/31/06 33 05 13 Manhole Frames and Covers (Hinged) Powerseal Hinged Ductile Iron Manhole ASTM A536 24" Dia. 1 7/25/03 3305 13 Manhole Frames and Covers Saint-Gobain Pipelines (Pamrex/rexus) RE32-R8FS 30" Dia. 1 01/31/06 3305 13 30" Dia. MH Ring and Cover East Jordan Iron Works V1432-2 and V1483 Designs AASFITO M306-04 30" Dia. 11/02/10 3305 13 30" Dia. MH Ring and Cover Sigma Corporation MH165IFWN & MH16502 30" Dia 1 07/19/1 t 3305 13 30" Dia. MH Ring and Cover Star Pipe Products NIH32FTWSS-DC 30" Dia 1 08/10/11 3305 13 30" Dia. MH Ring and Cover Accucast 220700 Heavy Duty with Gasket Ring 30" Dia 30" ERGO XL Assembly 10/14/13 3305 13 30" Dia. MH Ring and Cover, (Hinged & Lockable) East Jordan Iron Works with Cam Lock/MPIC/T-Gasket ASSEITO MI 05 & ASTM A536 30" Dia 06/01/17 3405 13 30" Dia. MH Ring and Cover (Hinged & Lockable) CI SIP Industries 2280 (32") ASTM A 48 30" Dia. CAP-ONE-30-FTW, Composite, w/ Lack .111111 33 OS 13 30" Dia. MH Ring and Cover Composite Access Products, L.P. w/o Hmg 30" Dia. 10/07/21 3405 13 30" Dia. MH Ring and Cover Trumbull Manufacturing 32"(30") Frame and Cover 30" Dia. Water &der - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/1� 33 05 13 Manhole Frames and Covers Pont-A-Mousson Pamtight 24" Dia. * 3305 13 Manhole Frames and Covers Neenah Casting 24" Dia. * 3305 13 Manhole Frames and Covers Western Iron Works,Bass & Hays Foundry 300-24P 24" Dia. * 3305 13 Manhole Frames and Covers McKinley Iron Works Inc. WPA24AM 24" Dia. 03/08/00 3305 13 Manhole Frames and Covers Accucast RC-2100 ASTM A 48 24" Dia. 04/20/01 3305 13 Manhole Frames and Covers (SIP)Serampore Industries Private Ltd. 300-24-23.75 Ring and Cover ASTM A 48 24" Dia. �Wr - Manholes & Bases/Precast Concrete l2ev 33 39 10 Manhole, Precast Concrete 1/8/13 Hydro Conduit Corp SPL Item 449 ASTM C 478 41" * 33 39 10 Manhole, Precast Concrete Wall Concrete Pipe Co. hic. ASTM C-443 48" 09/23/96 33 39 10 Manhole, Precast Concrete Concrete Product Inc. 48" I.D. Manhole w/ 32" Cone ASTM C 478 48" w/32" cone 05/08/18 33 39 10 Manhole, Precast Concrete The Turner Company 48", 60" I.D. Manhole w/ 32" Cone ASTM C 478 48", 60" 10/27/06 33 39 10 Manhole, Precast Concrete Oldeastle Precast Inc. 48" I.D. Manhole w/ 24" Cone ASTM C 478 48" Diam w 24" Ring 1 06/09/10 33 39 10 Manhole, Precast (Reinforced Polymer)Conaete US Composite Pipe Reinforced Polymer Concrete ASTM C-76 48" to 72" 1 09/06/19 33 3920 Manhole, Precast Concrete Forterra Pipe and Precast 60" & 72" I.D. Manhole w/32" Cone ASTM C-76 60" & 72" 10/07/21 32 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 48" I.D. Manhole w/32" Cone ASTM C-77 48" 10/07/21 33 3920 Manhole, Precast (Reinforced Polymer) Concrete Armorock 48" & 60" I.D. Manhole w/32" Cone 48" & 60" 10/07/21 33 3920 Manhole, Precast (Hybrid) Polymer & PVC Predl Systems 48" & 60" I.D. Manhole w/32" Cone 48" & 60" Non Traffic Areas ASTM C-478; ASTM C-923; 03/07/23 33 3920 Manhole, Precast Concrete AmeriTex Pi a and Products, LLC 48" & 10" I.D. Manhole w/32" Cone ASTM C-443 03/07/23 33 3920 IManhole, Precast (Reinforced Pol er) Concrete P3 Polymers, RockHards 48" & 60" I.D. Manhole w/32" Cone 04/28/07 IManholc, Precast (Reinforced Polymcr) Concrete Amitech USA Meyer Polycrete Pipe Eater & Sewer - Manholes & Bases/Rehab Svstems/Cementitlous EI-14 Manhole Rehab Systems Quadex 04/23/01 EI-14 Manhole Rehab Systems Standard Cement Materials, Inc. Relmer MSP E1-14 Manhole Rehab Systems AP/M Permaform 4120101 E I-14 Manhole Rehab System Strong Company Strong Seal MS2A Rehab System 5/12/03 EI-14 Manhole Rehab System (Liner) Triplex Lining System MH repair product to stop infiltration ASTM D5813 08/30/06 General Concrete Repair FlexKrete Technologies Vinyl Polyester Repair Product Mise. Use * From Original Standard Products List CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 03/07/2023 Note: All water or sewer pipe larger than 1S inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding maybe required for some pipes. Approv pec No./ IManufacturer Model1. National Spec Water &Sewer - an o es Bases/Rehab Svstems/NonCementitiousI mmmmw`Moir 05/ 00/96 E1-14 Manhole Rehab Systems Sprayroa, Spray Wall Polyurethane Coating ASTM D639/D790 I 12/14/01 Coating for Corrosion protection(Exterior) ERTECH Series 20230 and 2100 (Asphatic Emulsion) Structures Only I01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1BB, Sl, S2 Acid Resistance Test Sewer Applications I8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications » v�33 nu�pP�ooung i�P�ayolloull- x `Structures 03/19/18 I 39 20� Coating for Corrosion orotection(Exterim) Sherwin Williams Grade (Asohatic Emulsion) Only I 33 05 13 Manhole Insert ME Knutson Enterprises Made to Order - Plastic ASTM D 1248 For 24" dia. I * 33 05 13 Manhole Insert South Western Packaging Made to Order - Plastic ASTM D 1248 For 24" dia. I I * 3305 13 Manhole Insert Noflow-Inflow Made to Order - Plastic ASTM D 1248 For 24" dia. I I 09/23/96 3305 13 Manhole Insert Scuthwestcon Packing & Seals, Inc. Lifesaver - Stainless Steel For 24" dia. I I 09/23/96 3305 13 Manhole Insert Southwestern Packing & Seals, Inc. TetherLok - Stainless Steel For 24" dia I I 711111.72 ara e�Sewer - Pine Casim SDacers 33-05-24 (07/01/13) I Steel Band Casing Spacers Advanced Products and Systems, Inc. Carbon Steel Spacers, Model SI IO2/02/93 Stainless Steel Casing Spacer Advanced Products and Systems, Inc. Stainless Steel Spacer, Model SSI I04/22/87 Casing Spacers Cascade Waterworks Manufacturing Casing Spacers I09/14/10 Stainless Steel Casing Spacer Pipeline Seal and Insulator Stainless Steel Casing Spacer Up to 48" I09/14/10 Coated Steel Casin Spacers Pipeline Seal and Insulator Coated Steel Casin Spacers Up to 48" I 05/10/11 Stainless Steel Casing Spacer Powerseal 4810 Powerchock Up to 48" 03/19/18 Casing Spacers BWM SS-12 Casing Spacer(Stainleas Steel) 03/19/18 Casing Spacers BWM FB-12 Casing Spacer (Coated Carbon Steel) for Non_pressure Pipe and Grouted Casing 03/29/22 33 05 13 Casing Spacers CCI Pipeline Systems CSC12, CSS12 PEW I Water & Sewer - Pines/Ductile Iron 33-11-10(1/8/13) i I * 33 11 10 Ductile Iron Pipe Griffin Pipe Products, Co. Super Bell-Tite Ductile Iron Pressure Pipe, AW WA C150, C151 3" thrn 24" OS/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Fastite Pipe (Bell Spigot) AW WA C150, C151 4" thrn 30" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Flex Ring (Restrained Joint) AW WA C150, C151 4" thin 30" * 33 11 10 Ductile Iron Pipe U.S. Pipe and Foundry Co. AW WA C150, C151 * 33 11 10 Ductile Iron Pipe McWane Cast Iron Pipe Co. AW WA C150, C151 I Water & Sewer - Utility Line Marker (08/24/2018) I I ewer - Coatinss/EDD -39-60 (01/08/13) I INEK 02/25/02 Epoxy Lining System Sauereisen, Inc SewerGard 21 ORS LA County 9210-1.33 I 12/14/01 Epmv Lmmg System Ertech Technical Coatings Ertcch 2030 and 2100 Series I I 04/14/05 Interim Ductile Iron Pipe Coating Induron Protecto 401 ASTM B-117 Ductile Iron Pipe Only I I01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1HB, Sl, S2 Acid Resistance Test Sewer Applications I I8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications I I INNE Sewer - Coatings/Polvurethane I I Sewer - Combination Air Valves I I 05/25/18 I 33-31-70 Air Release Valve A.R.I. USA, Inc. D121LTP02(Compwite Body) 2" I I Sewer - Pines/Concrete I * EI-04 C. Pipe, Reinforced Wall Concrete Pipe Co. Inc. ASTM C 76 I E I-04 Conc. Pipe, Reinforced Hydro Condun Corporation Class III T&G, SPL Item #77 ASTM C 76 I I E I-04 Conc. Pipe, Reinforced Hanson Concrete Products SPL item 495 hirsaliele, 998 Pipe ASTM C 76 I IE I-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. Inc. ASTM C 76 I I Sewer - Pine Enlargment Svstem (Method)33-31-23 (01/18/13). I Svstem PIM Corporation Polyethylene PIM Corp., Piscata Way, N.J. Approved Previously �Plm McConnell Systems McLat Construction Polyethylene Houston, Texas Approved Previously I TRS Systems Trenchless Replacement System Polyethylene Calgary, Canada Approved Previously I I Sewer - PiDe/Fibere as_ss Reinforced/ 33-31-13(1/8/13) I Hobas Pipe USA, Inc. Holies Pipe (Non -Pressure) ASTM D3262/D3754 I 7/21 /97 33 31 13 Cent. Cast Fiberglass (FRP) I 03/22/10 333 13 Fiberglass It,. (FRP) Ameroa Bondstmod RPMP Pipe AST- D3262-3154 I 04/09/21 33 31 13 Glass -Fiber Reinforced Polviner Pipe FRP Thompson Pie Group Thompson Pipe Flowtite ASTM D32621D3754 03/07/23 3331 13 lFiber.lass Pine (FRP) Future Pine Industries Fiberstron¢ FRP ASTM D3212. ASTM D3681. ASTM D4161. AW WA M45 Sewer - PiDe/Polvmer Pine 4/14/OS Polvmer Modified Concrete Pioe Amrtech USA Meyer Polycrete Pioe ASTM C33, A276, F477 8" tp 1112", Class V I06/09/10 El-9 Reinforced Polymer Concrete Pipe US Composite Pipe Reinforced Polymer Concrete Pioe ASTM C-76 I I I /HDPE 33-31-23(1/8/13) * From Original Standard Products List CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 03/07/2023 Note: All water or sewer pipe larder than 1S inch diameter shall be approved for use by the Water Department on a proiect specific basis. Special bedding maybe required for some I ' hdsity polyethylene pipe Phillips Driswpipe, Inc. Opticore Ductile Polyethylene Pipe ASTM D 1248 8" I * gh-density polyethylene pipe �'Ih�gh_d_maitv PI- Inc. ASTM D 1248 8" * gh-density polyethylene pipe Polly Pipe, Inc. ASTM D 1248 8" polyethylene pipe CSR Hydro CondmUPioelme Systems McConnell Pipe Enlargement ASTM D 1248 Sewer - PiDes/PVC (Pressure Sewer) 33-11-12 (4/1/13) 12/02/11 33-11-1� DR -Id PVC Pressure Pipe Prpelife Jetstream PVC PressurePipe AWWA C900 4"[tiro 12" 10/22/14 33-11-12 DR-14 PVC Pressure Pipe Royal Building Products Royal Seal PVC Pressure Pipe AW WA C900 4" thru 12" 33-31-20 PVC Sewer Poe 12/23/97* 33-31-20 PVC Sewer Pipe * 33-31-20 PVC Sewer Pipe 01/18/18 33-31-20 PVC Sewer Pipe 11/11/98 33-31-20 PVC Sewer Pipe * 33-31-20 PVC Sewer Pipe 09/11/12 33-31-20 PVC Sewer 05/06/05 33-31-20 , PVC Sohd Wall Pipe 04/27/06 33-31-20 PVC Sewer Fittings * 33-31-20 PVC Sewer Fittings 1 3/19/2018 33 3120 PVC Sewer Pipe 1 3/19/2018 33 3120 PVC Sewer Pre 1 3/29/2019 33 3120 Gasketed Fittings (PVC) 1 10/21/2020 33 3120 PVC Sewer Pipe 1 10/22/2020 33 3120 PVC Sewer Pipe 1 10/21/2020 33 3120 PVC Sewer Pipe P 33-31-12 1 * Cured in Place Pipe 05/03/99 Cured in Place Ape 05/29/96 Cured in Place Pipe Sewer - Pipes/Rehab/Fold & Form Fold and Form Pi 11/03/98 Fold and Form Pipe Fold and Form Pipe 12/04/00 Fold and Form Pipe 06/09/03 Fold and Form Pipe 1-M Manufacturing Co., Inc. (JM Eagle) Diamond Plastics Corporation Lamson Vylon Pipe Vinyltech PVC Pipe Diamond Plastics Corporation J-M Manufacturing Co, Inc. (JM Eagle) P,qq life Jet Stream Diamond Plastics Corporation Harco Plastic Trends, Inc.(Westlak ) Pipelife Jet Stream Pipelife Jet Stream GPK Products, Inc. NAPCO(Westlake) Sanderson Pipe Corp. NAPCO(Westlake) Insimfrrm Texark, Inc National Envirotech Group Remolds Inc/Inliner Technolgy (Inliner USA) Cullum Pipe Systems, Inc. Insimfirm Technologies, Inc. American Pipe & Plastics, Inc. Ultralmer Miller Pipeline Corp. Sewer - PiDes/ODen Prot -de Laree Diameter i 09/26/91 E100-2 PVC Sewer Pipe, Ribbed Lamson Vvlon Pipe 09/26/91 E100-2 PVC Sewer Pipe, Ribbed Extmsim Technologies, Inc. E100-2 PVC Sewer Pipe, Ribbed Up -or ETI Company 11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Double Wall Advanced Drainage Systems (ADS) 11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Triple Wall Advanced Drainage Systems (ADS) 05/16/11 Steel Reinforced Polyethylene Pipe ConTech Construction Products SDR-26 SDR-26 Gravity Sewer "S" Gravity Sewer Pipe SDR 26/35 PS 115/46 SDR-26 and SDR-35 SDR 26/35 PS 115/46 SDR-26 and SDR-35 Gasket Fittings Gasketed PVC Sewer Main Finings SDR 35 SDR 26 SDR 26 SDR 26 SDR 26 SDR 26/35 PS 115/46 National Liner, (SPL) Item #27 Inliner Technology Insim "NuPIpe" Ultralmer PVC Alloy Pipelmer EX Method Carlon Vylon H.C. Closed Profile Pipe, Ultra -Rib Open Profile Sewer Pipe SaniTite HP Double Wall (Corrugated) SamTne HP Triple Wall Pipe Durmaxx ASTM D 3034 ASTM D 3034 ASTM F 789 ASTM D3034 ASTM F 679 ASTM F 679 ASTM F-679 ASTM F-679 ASTM D-3034, D-1784, etc ASTM D 3034 ASTM F679 ASTM D3034 ASTM D3034/F-679 ASTM D3034 ASTM D3034 ASTM F-679 ASTM F 1216 ASTM F-1216/D-5813 ASTM F 1216 ASTM F-1504 ASTM F-1504, 1871, 1867 ASTM F-1504, F-1947 ASTM F 679 ASTM F 679 ASTM F 2736 ASTM F 2764 ASTM F 2562 4" - 15" 4" thru 15" 4" thru 15" 4" thru 15" 18" to 27" 18" - 28" 18" 18" to 48" 4" - 11" 18"- 24" 4"- 15" 4"- 15" 4" - 15" 4"- 15" 18"- 36" Demo. Purpose Only Up to 18" diameter 18" to 48" 18" to 48" 24"-30" 30" to 60" 24" to 72" * From Original Standard Products List CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 03/07/2023 Note: All water or sewer pipe larger than 1S inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding maybe required for some pipes. Approval Spec I on 1W Manufacturer Model1. National Spec Water - Aoour�enancesgig -10 (07/Ol/13) Ol/18/18 33-12-10 Double Strap Saddle Romac 202NS Nylon Coated AWWA C800 1"-2"SVC, no 124"Pipe 08/28/02 Double Strap Saddle Smith Blair 4317 Nylon Coated Double Strap Saddle 07/23/12 33-12-10 Double StrapService Saddle Mueller Company U-S Double SS Strap DI Saddle AWWA C800 1"-2" SVC, u to 24" Pi e 03/07/23 33-12-10 Double StrapService Saddle Powerseal 3450AS, Inc. Corp. Stop, ON Strap, Stainless NSF ANSI 372 1"-2" SVC, u to 24 Pi e 10/27/87 Curb Stops -Ball Meter Valves McDonald 6100M,6100MT & 610MT 3/4" and 1" 10/27/87 Curb Stops -Ball Meter Valves McDonald 4603B, 4604B, 610UM, 6100TM and 6101M 1 h" and 2" FB600-7NL, FB1600-7-NL, FV23-777-W-NL, 1/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. L22-77NL AWWA C800 2" FB600-6-NL, FB1600-6-NL, FV23-666-W- 1111018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. NL, L22-66NL AWWA C800 1-1/2" FB600-4-NL, FB1600-4-NL, B11-444-WR- 1111018 33-12-1. Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. NL, B22444-WR-NL, L28-44NL AWWA C800 I " 13-25000N, B-24277N-3, B-20200N-3, H- AWWA C800, ANSF 61, 1/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15000N, , H-1552N, H142276N ANSI/NSF 372 _ B-25000N, B-20200N-3, B-24277N-3,H- AWWA C800, ANSF 61, 1111.1. 33-12-1. Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15000N, H-14276N, H-15525N ANSI/NSF 372 1-1/2" 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15530N ANSI/NSF 372 V, 01/26/00 Coated Tapping Saddle with Double SS Straps 1CM Industries, Inc. #406 Double Band SS Saddle 1"-2" Taps on up to 12" 0/5/21/12 33-12-25 Tapping Sleeve (Coated Steel) 1CM Industries, Inc. 412 Tapping Sleeve ESS AWWA C-223 Up to 30" w/12" Out 03/29/22 33-12-25 Tapping Sleeve (Coated or Stainless Steel) 1CM Industries, Inc. 415 Tapping Sleeve AWWA C-223 Concrete Pipe Only 05/10/11 Tapping Sleeve (Stainless Steel) Powerseal 3490AS (Flange) & 3490MJ 4"-1" and 16" 02/29/12 33-12-25 Tapping Sleeve (Coated Steel) Romac FTS 420 AWWA C-223 U p to 42" w/24" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST Stainless Steel AWWA C-223 Up to 24" w/12" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST III Stainless Steel AWWA C-223 Up to 30" w/12" Out 05/10/11 Joint Repair Clamp Powerseal 3232 Bell Joint Repair Clamp 4" to 30" Plastic Meter Box w/Composite Lid DFW Plastics lnc. DFW37C-12-lEPAFFTW Plastic Meter Box w/Composite Lid DFW Plastics lnc. DFW39C-12-lEPAFFTW 08/30/06 Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW65C-14-lEPAF FTW Class "A" Concrete Meter Box Bass & Hays CMB37-B12 1118 LID-9 Concrete Meter Box Bass & Hays CMB-18-Dual 1416 LID-9 Concrete Meter Box Bass & Hays CMB65-B65 1527 LID-9 r Water - Combination Air Release 33-31-70 (01/08/13) 1 E I -I I Au Release Valve GA Industries, Inc. Empve Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A 1" &W21' * EI-11 [oribriation ombmation Ar Release Valve Multiplex Manufacturing Co. Crispin Air and Vacuum Valves, Model No. 1/2", 1" & 2" EI-11 ombination Air Release Valve Valve and Primer Corp. APCO #143C, #145C and #147C 1", 2" & 3" Water Barrel Fire Hvdrants 10/Ol/87 E-1-12 Dry Barrel Fire Hydrant American -Darting Valve Drawing Nos. 90-18608, 94-18560 AWWA C-502 03/31/88 E-1-12 Dry Barrel Fire Hydrant American Darling Valve Shop Drawing No. 94-18791 AWWA C-502 09/30/87 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Shop Drawing No. D-19895 AWWA C-502 01/12/93 E-1-12 Dry Barrel Fire Hydrant American AVK Company Model 2700 AWWA C-502 08/24/88 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Drawings D20435, D20436, B20506 AWWA C-502 E-1-12 Dry Barrel Fire Hydrant ITT Kennedy Valve Shop Drawing No. D-80783FW AWWA C-502 0.1.7 E-1-12 Dry Barrel Fire Hydrant M&H Valve Company Shop Drawing No. 13476 AWWA C-502 Shop Drawings No. 6461 t0/14/87 E-1-12 Dry Barrel Fire Hydrant Mueller Company A-423 Centurion AW WA C-502 01/15/88 E1-12 Dry Barrel Fire Hydrant Mueller Company A-423 Super Centurion 200 AWWA C-502 10/09/87 E-1-12 Dry Barrel Fire Hydrant U.S. Pipe & Foundry Shop Drawing No. 960250 AWWA C-502 09/16/87 E-1-12 Dry Barrel Fire Hydrant American Flow Control (AFC) Waterous Pacer WB67 AWWA C-502 08/12/16 33-12-40 Dry Barrel Fire Hydrant EI (East Jordan Iron Works) WaterMaster 5CD250 I 02/05/93 E101-5 Detector Check Meter Ames Company Model 1000 Detector Check Valve AWWA C550 4" - 10" 08/05/04 Magnetic Drive Vertical Turbine Hersey Magnetic Drive Vertical AWWA C701, Class 1 3/4" - 6" * From Original Standard Products List CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 03/07/2023 Note: All water or sewer pipe larger than 1S inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding maybe required for some pipes. Approval IModel INational Water -Pines/PVC(Pressure Waterl33-31-70(01/08/13) -W MEL M` —AL I 01/18/18 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR14 ASTM D1784 V-12" I I 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR14 AWWA C900 4"-12" I I 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR18 AWWA C900 16"-24" I I 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 14 AWWA C900 4"-12" I 5/25/2018 3311 12 PVC Pressure Pipe Diamond Plastics Corporation DR 18 AWWA C900 16"-24" AWWA C900-16 UL 1285 12/6/2018 3311 12 PVC Pressure Pipe J-M Manufacnrring Co., Inc d/b/a JM Eagle DR 14 ANSI/NSF 61 4"-28" FM 1612 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 18 ° 16"-24" 9/6/2019 33 11 12 PVC Pressure Pipe Underground Solutions Inc. DR14 Fusible PVC AWWA C900 4" - 8" 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR18 AWWA C900 16"-24" 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR14 AWWA C900 4"-12" 9/6/2019 33 11 12 PVC Pressure Pipe Sanderson Pipe Corp. DR14 AWWA C900 4"- 12" I Water - Pines/Valves & Fittin¢s/Ductile Iron Fittines 33--11 (01/08/13) I 07/23/92 EI-07 Ductile Iron Fittings Star Pipe Products, Inc. Mechanical Joint Finings AW WA C153 & C110 I EI-07 Ductile Iron Fittings Griffin Pipe Products, Co. Mechanical Joint Fittiq @ AWWA C 110 I * E1-07 Ductile Iron Fittings McWane/Tyler Pipe/ Union Utilmes Division Mechanical Joint Finings, SSB lass 350 AWWA C 153, C 110, C 111 I 08/11/98 E1-07 Ductile Iron Fittings Sigma, Co. Mechanical Joint Finings, SSB Class 351 AWWA C 153, C 110, C 112 I 02/26/14 E1-07 MJ Fittings Accucast Class 350 C-153 MJ Fittings AW WA C153 4"-12" I 05/14/98 E1-07 Ductile Iron Joint Restraints Ford Meter Box Co./Uni-Flange Uni-Flange Series 1400 AW WA C111/C153 4" to 36" I 05/14/98 E1-24 PVC Joint Restraints Ford Meter Box Co./Uni-Flange Uni-Flange Series 1500 Circle -Lock AW WA C111/C153 4" to 24" I 11/09/04 E1-07 Ductile Iron Joint Restraints One Bolt, Inc. One Bolt Restrained Joint Fitting AWWA C111/C116/C153 4" to 12" I I 02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 1100 (for DI Pipe) AWWA C111/C116/C153 4" to 42" I I 02/29/12 33-11-11 PVC Pipe Mechanical Joint Restraint EBAA Iron, hic. Megalug Series 2000 (for PVC Pipe) AWWA C111/C116/C153 4" to 24" I I 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLC4 - SLC10 AW WA C111/C153 4" to 10" I I 03/06/19 33-11-11 Mechanical Joint Retainer GlandaFVC) Sigma, Co. Sigma One-Lok SLCS4 - SLCS12 AW WA C111/C153 4" to 12" I I 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCE AW WA C111/C153 12" to 24" I I 08/10/98 E1-07 MJ Fiffir IP) Sigma, Co. Sigma One-Lok SLDE AW WA C153 4" - 24" I I 10/12/10 E1-24 Interim Restrained Joint Svatem S & B Techncial Products Bulldog System ( Diamond Lok 21 & JM ASTM F-1624 4" to 12" I I 08/16/06 E1-07 Mechanical Joint Fittings SIP Ind-nies(Serampore) Mechanical Joint Fittings AW WA C153 4" to 24" I I 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. PVC Stargrip Series 4000 ASTM A536 AW WA CI I I I I 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. DIP Stmgrip Series 3000 ASTM A536 AW WA CI I I I EZ Grip Joint Restraint (EZD) Black For DIP 03/19/18 33-11-I1 Mechanical Joint Retainer Glands SIP Industries(Seramnore) ASTM A536 AW WA CI I I 3"-48" EZ Grip Joint Restraint (EZD) Red for C900 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) DRl4 PVC Ape ASTM A536 AW WA CI I I 4"-12" 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Sersmpore) �` vuP, V11i. nn, oa„ �,.t.�`VJ nGLL �V1 �J°✓ ASTM A536 AW WA CI11 16"-24" I Water - Pioes/Valves & Fittings/Resilient Seated Gate Valve* 33-12-20 (05/13/15). I Resilient Wedged Gate Valve w/no Gears American Flow Control Series 2500 Drawing # 94-20247 16" I 12/13/02 Resilient Wedge Gate Valve American Flow Control Series 2530 and Series 2536 AWWA C515 30" and 36" I I 08/31/99 Resilient Wedge Gate Valve American Flow Control Series 2520 & 2524 (SD 94-20255) AW WA C515 20" and 24" I I 05/18/99 Resilient Wedge Gate Valve American Flow Control Series 2516 (SD 94-20247) AWWA C515 16" I I 10/24/00 E1-26 Resilient Wedge Gate Valve American Flow Control Series 2500 (Ductile Iron) AWWA C515 4" to 12" I I 08/05/04 Resilient Wedge Gate Valve American Flow Control 42" and 48" AFC 2500 AWWA C515 42" and 48" I I 05/23/91 E1-26 Resilient Wedge Gate Valve American AVK Company American AVK Resilient Seeded GV AWWA C509 4" to 12" I I01/24/02 E1-26 Resilient Wedge Gate Valve American AVK Company 20" and smaller I I * E1-26 Resilient Seated Gate Valve Kennedy 4" - 12" I I E1-26 Resilient Seated Gate Valve M&H 4" - 12" I I * E1-26 Resilient Seated Gate Valve Mueller Co. 4" - 12" I I 11/08/99 Resilient Wedge Gate Valve Mueller Co. Series A2361 (SD 6647) AWWA C515 16" I I 01/23/03 Resilient Wedge Gate Valve Mueller Co. Series A2360 for 18"-24" (SD 6709) AWWA C515 24" and smaller I 05/13/05 Resilient Wedge Gate Valve Mueller Co. Mueller 30" & 36", C-515 AW WA C515 30" and 36" I 01/31/06 Resilient Wedge Gate Valve Mueller Co. Mueller 42" & 48", C-515 AW WA C515 42" and 48" I 01/28/88 EI-26 Resilient Wedge Gate Valve Clow Valve Co. AWWA C509 4" - 12" I 10/04/94 Resilient Wedge Gate Valve Clow Valve Co. 16" RS GV (SD D-20995) AW WA C515 16" I 11/08/99 EI-26 Resilient Wedge Gate Valve Clow Valve Co. Clow RW Valve (SD D-21652) AW WA C515 24" and smaller I 11/29/04 Resilient Wedge Gate Valve Clow Valve Co. Clow 30" & 36" C-515 AWWA C515 30" and 36" (Note 3) 11/30/12 Resilient We Crate Valve Clow Valve Co. Clow Valve Model 2638 AW WA C515 24" to 48" (Nora 3) 05/08/91 E1-26 Resilient Seat Gate Valve Stockham Valves & Fittings AWWA C 509, ANSI 420 - stem, 4" - 12" I E1-26 Resilient Seated Gate Valve U.S. Pipe and Foundry Co. Mcoesw1250, regwremerts SPL #74 3" to 16" 11/26/16 33-12-20 Resilient Seated Gate Valve EJ (East Jordan Iron Works) EJ Fluo Master Gat. Valve & Boxes 08/24/18 I Mateo Gate Valve Matco-Norca 225 MR AWWA/ANSI C115/An21.15 4" to 16" I * From Original Standard Products List FORT WORTH® Note: All water or CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST than 1S inch diameter shall be approved for use by the Water basis. for some Updated: 03/07/2023 I * E1-30 Rubber Seated Butterfly Valve Henry Pratt Co. AW WA C-504 24" I * E1-30 Rubber Seated ButterFly Valve Mueller Co. AW WA C-504 24"and smaller 1/11/99 E1-30 Rubber Seated Butterfly Valve De ik Valves Co. AW WA C-504 24" and larger 06/12/03 E1-30 Valmatm American Butterfly Valve Valmanc Valve and Manufacturing Cert. Valmatic American Butterfly Valve. AW WA C-504 Up to 84" diameter 04/06/07 E1-30 Rubber Seated ButterFly Valve M&H Valve M&H Style 4500 & 1450 AW WA C-504 24" to 48" 03/19/18 33 12 21 Rubber Seated Butterfly Valve G. A. Industries (Golden Anderson) AW WA C504 Butterfly Valve AW WA C-504 30"-54" Water�ne Encasement 33-11-10 (01/08/13) 05/12/OS EI-13 Polyethylene Encasment Flessol Packaging Fulton Enterprises AW WA C105 8 mil LLD 05/12/05 EI-13 Polyethylene Encasment Mountain States Plastics (MSP) and AEP Ind. Standard Hardware AW WA C105 8 mil LLD 05/12/05 E1-13 Polyethylene Encasment AEP Industries Bullstrong by Cowtown Bolt & Gasket AW WA C105 8 mil LLD 09/06/19 33-11-11 Polyethylene Encasment Northtown Products Inc. PE Encasement for DIP AW WA C105 8 mil LLD Water - Samnlint= Station 03/07/23 33 12 50 Water Sam lin Station I Eclipse Number 88 , 12-inch Depth of Bur As shown in spec. 33 12 50 00,1,-k Water - Automatic Flusher Automated Flushing System Mueller Hydrogaud HG2-A-IN-2-PVC-018-LPLG(Permanent) 04/09/21 Automated Flushing System Kupf le Foundry Company Eclipse #9800wc 04/09/21 Automated Flushing System Kupf le Foundry Company Eclipse 99700 (Portable) * From Original Standard Products List