Loading...
HomeMy WebLinkAboutContract 62630CONTRACT FOR THE CONSTRUCTION OF Downtown Cast Iron Water Main Replacements City Project No. 105064 Mattie Parker David Cooke Mayor City Manager Chris Harder, P.E. Director, Water Department Prepared for The City of Fort Worth Water Department Issued for Bid September 2024 Freese and Nichols, Inc 801 Cherry Street, Ste. 2800 Fort Worth, TX 76102 Texas Registered Engineering Firm F-2144 09/12/24 09/12/2024 CSC No. 62630 Adopted September 2011 City of Fort Worth Standard Construction Specification Documents 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 6 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised March 8, 2024 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions Last Revised 00 05 10 Mayor and Council Communication 07/01/2011 00 05 15 Addenda 07/01/2011 00 11 13 Invitation to Bidders 02/08/2024 00 21 13 Instructions to Bidders 01/17/2024 00 35 13 Conflict of Interest Statement 02/24/2020 00 41 00 Bid Form 09/30/2021 00 42 43 Proposal Form Unit Price 01/20/2012 00 43 13 Bid Bond 09/11/2017 00 43 37 Vendor Compliance to State Law Nonresident Bidder 06/27/2011 00 45 11 Bidders Prequalifications 08/13/2011 00 45 12 Prequalification Statement 09/30/2021 00 45 13 Prequalification Application 08/13/2021 00 45 26 Contractor Compliance with Workers' Compensation Law 07/01/2011 00 45 40 Business Equity Goal 10/27/2021 00 52 43 Agreement 3/08/2024 00 61 13 Performance Bond 12/08/2023 00 61 14 Payment Bond 12/08/2023 00 61 19 Maintenance Bond 12/08/2023 00 61 25 Certificate of Insurance 07/01/2011 00 72 00 General Conditions 03/08/2024 00 73 00 Supplementary Conditions 03/08/2024 Division 01 - General Requirements Last Revised 01 11 00 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 07/01/2011 01 31 19 Preconstruction Meeting 08/17/2012 01 31 20 Project Meetings 07/01/2011 01 32 16 Construction Schedule 10/06/2023 01 32 33 Preconstruction Video 07/01/2011 01 33 00 Submittals 12/20/2012 01 35 13 Special Project Procedures 03/11/2022 01 45 23 Testing and Inspection Services 03/09/2020 01 50 00 Temporary Facilities and Controls 07/01/2011 01 55 26 Street Use Permit and Modifications to Traffic Control 03/22/2021 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 58 13 Temporary Project Signage 07/01/2011 01 60 00 Product Requirements 03/09/2020 01 66 00 Product Storage and Handling Requirements 07/01/2011 01 70 00 Mobilization and Remobilization 11/22/2016 01 71 23 Construction Staking and Survey 02/14/2018 01 74 23 Cleaning 07/01/2011 01 77 19 Closeout Requirements 03/22/2021 01 78 23 Operation and Maintenance Data 12/20/2012 01 78 39 Project Record Documents 07/01/2011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 6 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised March 8, 2024 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project’s Contract Documents Division 33 - Utilities 33 01 31 Closed Circuit Television (CCTV) Inspection 33 05 10 Utility Trench Excavation, Embedment, and Backfill 33 11 10 Ductile Iron Pipe 33 12 10 Water Services 1-inch to 2-inch 33 12 20 Resilient Seated Gate Valve 33 12 21 AWWA Rubber-Seated Butterfly Valves Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City’s website at: http://fortworthtexas.gov/tpw/contractors/ or https://apps.fortworthtexas.gov/ProjectResources/ Division 02 - Existing Conditions Last Revised 02 41 13 Selective Site Demolition 03/11/2022 02 41 14 Utility Removal/Abandonment 12/20/2012 02 41 15 Paving Removal 02/02/2016 Division 03 - Concrete 03 30 00 Cast-In-Place Concrete 03/11/2022 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 Modifications to Existing Concrete Structures 12/20/2012 Division 26 - Electrical 26 05 00 Common Work Results for Electrical 03/11/2022 26 05 10 Demolition for Electrical Systems 12/20/2012 26 05 33 Raceways and Boxes for Electrical Systems 12/20/2012 26 05 43 Underground Ducts and Raceways for Electrical Systems 07/01/2011 26 05 50 Communications Multi-Duct Conduit 02/26/2016 Division 31 - Earthwork 31 00 00 Site Clearing 03/22/2021 31 23 16 Unclassified Excavation 01/28/2013 31 23 23 Borrow 01/28/2013 31 24 00 Embankments 01/28/2013 31 25 00 Erosion and Sediment Control 04/29/2021 31 36 00 Gabions 12/20/2012 31 37 00 Riprap 12/20/2012 Division 32 - Exterior Improvements 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 6 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised March 8, 2024 32 01 17 Permanent Asphalt Paving Repair 12/20/2012 32 01 18 Temporary Asphalt Paving Repair 12/20/2012 32 01 29 Concrete Paving Repair 12/20/2012 32 11 23 Flexible Base Courses 12/20/2012 32 11 29 Lime Treated Base Courses 12/20/2012 32 11 33 Cement Treated Base Courses 06/10/2022 32 11 37 Liquid Treated Soil Stabilizer 08/21/2015 32 12 16 Asphalt Paving 12/20/2012 32 12 73 Asphalt Paving Crack Sealants 12/20/2012 32 13 13 Concrete Paving 06/10/2022 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 12/09/2022 32 13 73 Concrete Paving Joint Sealants 12/20/2012 32 14 16 Brick Unit Paving 12/20/2012 32 16 13 Concrete Curb and Gutters and Valley Gutters 12/09/2022 32 17 23 Pavement Markings 06/10/2022 32 17 25 Curb Address Painting 11/04/2013 32 31 13 Chain Link Fence and Gates 12/20/2012 32 31 26 Wire Fence and Gates 12/20/2012 32 31 29 Wood Fences and Gates 12/20/2012 32 32 13 Cast-in-Place Concrete Retaining Walls 06/05/2018 32 91 19 Topsoil Placement and Finishing of Roadway Right-of-ways 03/11/2022 32 92 13 Sodding 05/13/2021 32 92 14 Non-Native Seeding 05/13/2021 32 92 15 Native Grass and Wildflower Seeding 10/06/2023 32 93 43 Trees and Shrubs 12/20/2012 Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 09/07/2018 33 01 31 Closed Circuit Television (CCTV) Inspection 03/11/2022 33 01 32 Closed Circuit Television (CCTV) Inspection – Storm Drain 12/08/2023 33 03 10 Bypass Pumping of Existing Sewer Systems 12/20/2012 33 04 10 Joint Bonding and Electrical Isolation 12/20/2012 33 04 11 Corrosion Control Test Stations 12/20/2012 33 04 12 Magnesium Anode Cathodic Protection System 12/20/2012 33 04 30 Temporary Water Services 07/01/2011 33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013 33 04 50 Cleaning of Pipes 03/11/2022 33 05 10 Utility Trench Excavation, Embedment, and Backfill 04/02/2021 33 05 12 Water Line Lowering 12/20/2012 33 05 13 Frame, Cover and Grade Rings 09/09/2022 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 03/11/2022 33 05 16 Concrete Water Vaults 12/20/2012 33 05 17 Concrete Collars 03/11/2022 33 05 20 Auger Boring 12/20/2012 33 05 21 Tunnel Liner Plate 12/20/2012 33 05 22 Steel Casing Pipe 12/20/2012 33 05 23 Hand Tunneling 12/20/2012 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 12/09/2022 33 05 26 Utility Markers/Locators 12/20/2012 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 6 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised March 8, 2024 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 12/09/2022 33 11 11 Ductile Iron Fittings 09/20/2017 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 09/09/2022 33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 12/20/2012 33 11 14 Buried Steel Pipe and Fittings 12/20/2012 33 12 10 Water Services 1-inch to 2-inch 02/14/2017 33 12 11 Large Water Meters 12/20/2012 33 12 20 Resilient Seated Gate Valve 05/06/2015 33 12 21 AWWA Rubber-Seated Butterfly Valves 04/23/2019 33 12 25 Connection to Existing Water Mains 02/06/2013 33 12 30 Combination Air Valve Assemblies for Potable Water Systems 12/20/2012 33 12 40 Fire Hydrants 01/03/2014 33 12 50 Water Sample Stations 12/20/2012 33 12 60 Standard Blow-off Valve Assembly 06/19/2013 33 31 12 Cured in Place Pipe (CIPP) 12/20/2012 33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 12/20/2012 33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 04/23/2019 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 09/09/2022 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 12/20/2012 33 31 22 Sanitary Sewer Slip Lining 12/20/2012 33 31 23 Sanitary Sewer Pipe Enlargement 12/20/2012 33 31 50 Sanitary Sewer Service Connections and Service Line 04/26/2013 33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 12/20/2012 33 39 10 Cast-in-Place Concrete Manholes 12/20/2012 33 39 20 Precast Concrete Manholes 12/20/2012 33 39 30 Fiberglass Manholes 12/20/2012 33 39 40 Wastewater Access Chamber (WAC) 12/20/2012 33 39 60 Liners for Sanitary Sewer Structures 04/29/2021 33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011 33 41 11 High Density Polyethylene (HDPE) Pipe for Storm Drain 12/20/2012 33 41 12 Reinforced Polyethylene (SRPE) Pipe 11/13/2015 33 41 13 Polypropylene Pipe for Storm Drain 06/10/2022 33 46 00 Subdrainage 12/20/2012 33 46 01 Slotted Storm Drains 07/01/2011 33 46 02 Trench Drains 07/01/2011 33 49 10 Cast-in-Place Manholes and Junction Boxes 12/20/2012 33 49 20 Curb and Drop Inlets 03/11/2022 33 49 40 Storm Drainage Headwalls and Wingwalls 07/01/2011 Division 34 - Transportation 34 41 10 Traffic Signals 03/11/2022 34 41 10.01 Attachment A – Controller Cabinet 12/18/2015 34 41 10.02 Attachment B – Controller Specification 02/2012 34 41 10.03 Attachment C – Software Specification 01/2012 34 41 11 Temporary Traffic Signals 11/22/2013 34 41 13 Removing Traffic Signals 03/11/2022 34 41 20 Roadway Illumination Assemblies 12/20/2012 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 6 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised March 8, 2024 34 41 20.01 Arterial LED Roadway Luminaires 06/15/2015 34 41 20.02 Freeway LED Roadway Luminaires 06/15/2015 34 41 20.03 Residential LED Roadway Luminaires 06/15/2015 34 41 30 Aluminum Signs 11/12/2013 34 41 50 Single-Mode Fiber Optic Cable 02/26/2016 34 71 13 Traffic Control 03/22/2021 Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements B Pavement Marking Details C Traffic Control Plan END OF SECTION DIVISION 00 PROCUREMENT AND CONTRACTING REQUIREMENTS DATE:Tuesday, December 10, 2024 REFERENCE NO.: **M&C 24-1137 LOG NAME: 60WATER CASTIRON REPLACE DOWNT-CIRCLECANDFNI SUBJECT: (CD 9) Authorize Execution of a Contract with William J. Schultz, Inc. dba Circle C Construction Company in the Amount of $19,312,041.50 for 16-42 Inch Cast Iron Water Main Replacement in Downtown Fort Worth Project, Authorize Execution of Amendment No. 1, in the Amount of $307,610.00, to an Engineering Agreement with Freese & Nichols, Inc. for the 16-42 inch Cast Iron Water Main Replacement in Downtown Fort Worth Project, Provide for Project Costs for a Project Total in the Amount of $21,081,199.50 and Adopt Appropriation Ordinances to Effect a Portion of Water’s Contribution to the Fiscal Years 2025-2029 Capital Improvement Program and Transportation and Public Works Department's Fiscal Years 2025-2029 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of a contract with William J. Schultz, Inc. dba Circle C Construction Company in the amount of $19,312,041.50 for the 16-42 inch Cast Iron Water Main Replacement in Downtown Fort Worth project; 2. Authorize execution of Amendment No. 1, in the amount of $307,610.00, to City Secretary Contract No. 60597, an Engineering Agreement with Freese & Nichols, Inc., for construction support services for the 16-42 inch Cast Iron Water Main Replacement in Downtown Fort Worth project for a revised contract amount of $1,008,925.00; 3. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water and Sewer Capital Projects Fund in the amount of $20,920,695.00, from available PayGo residuals in the Water and Sewer Capital Projects Fund, for the purpose of funding the 16-42 inch Cast Iron Water Main Replacement in Downtown Fort Worth project (City Project No. 105064), to effect a portion of Water’s contribution to the Fiscal Years 2025-2029 Capital Improvement Program; 4. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the General Capital Projects Fund by increasing estimated receipts and appropriations for the purpose of funding the 16-42 inch Cast Iron Water Main Replacement in Downtown Fort Worth project (City Project No. 105064) in the amount of $160,505.00, and decreasing estimated receipts and appropriations in the Future City Hall Improvements project (City Project No. 105088) by the same amount; and 5. Amend the Transportation and Public Works Department’s Fiscal Years 2025-2029 Capital Improvement Program. DISCUSSION: On November 28, 2023, Mayor and Council Communication (M&C) 23-1023 authorized an engineering agreement with Freese and Nichols, Inc., (City Secretary Contract No. 60597) in the amount of $701,315.00 for the preparation of plans and specifications for the 16-42 inch Cast Iron Water Main Replacement in Downtown Fort Worth project. Amendment No. 1 provides for construction management, resident project representative, and construction support services including shop drawings, submittal reviews, change order review, archeological monitoring tracking, and record drawings. The project provides for Water and/or sanitary sewer main replacements and sidewalk improvements as indicated on the following streets and easement: Street From To Scope of Work City of Fort Worth, Texas Mayor and Council Communication W. 10th Street Fournier Street Summit Ave Water Summit Avenue W. Lancaster Avenue W. 5th Street Water/Sewer W. 5th Street Summit Avenue Henderson Street Water/Sidewalk Improvement Henderson Street W. 5th Street W. 2nd Street Water W. 2nd Street Henderson Street Burnett Street Water Easement between Texas Street and W. Lancaster Avenue Penn Street Summit Avenue Water Collier Street Texas Street W. Lancaster Avenue Water W. Lancaster Avenue Summit Avenue Florence Street Water W. 13th Street Henderson Street Florence Street Water Florence Street W. Lancaster Avenue W. 13th Street Water This project also provides for the abandonment of existing large diameter water mains that are currently located on private property and not in public right-of-way or dedicated easements as shown on the attached location map. Construction of the project was advertised for bid on September 19, 2024 and September 26, 2024 in the Fort Worth Star-Telegram. On October 24, 2024 the following bids were received: Bidder Amount Contract Time William J. Schultz, Inc. dba Circle C Construction Company $19,312,041.50 640 Calendar Days Jackson Construction Ltd.$26,642,068.88 S.J. Louis Construction of Texas, LTD $30,087,967.00 The Water Department’s share of the contract is $19,176,936.50 and Transportation and Public Works Department’s (TPW) share of the contract is $135,105.00. In addition to the contract amount, $951,572.50 (Water: $907,191.50; Sewer: $32,492.00; TPW: $11,889.00) is required for project management and inspection and $509,976.00 (Water: $473,743.00; Sewer: $22,722.00; TPW: $13,511.00) is provided for project contingency. The sanitary sewer component of this project is part of the Water Department’s Sanitary Sewer Overflow Initiative Program. Approximately 10,612 linear feet of cast iron water pipe will be removed and replaced as part of this project. This project will have no impact on the Water or the Transportation & Public Works Departments operating budgets when completed. Funding for this project was not included in the FY2025-2029 Capital Improvement Program (CIP) because Transportation & Public Works Department amounts for the project were unknown at the time of CIP development. The action of this M&C will amend the FY2025-2029 Capital Improvement Program as approved in connection with Ordinance 27107-09-2024. It is the practice of the Water Department to appropriate its Capital Improvement Program (CIP) plan throughout the Fiscal Year, instead of within the annual budget ordinance, as projects commence, additional funding needs are identified, and to comply with bond covenants. The actions in the M&C will appropriate funds in support of the Water ’s portion of the City of Fort Worth’s Fiscal Years 2025-2029 Capital Improvement Program. Funding for 16-42 inch Cast Iron Water Main Replacement in Downtown Fort Worth is depicted below: 60WATERMAIN CASTIRON REPLACE DOWNT-CICRLECANDFNI Capital Fund Name Project Name FY2025 CIP Appropriations Authority Budget Change (Increase/Decrease) Revised FY2025 Budget 56002 - W&S Capital Projects Fund 105064-16 to 42-in CI WM Downtown Repl. $0.00 This M&C $20,920,695.00 $20,920,695.00 30100 - General Capital Projects Fund 105064-16 to 42-in CI WM Downtown Repl. $0.00 This M&C $160,505.00 $160,505.00 Funding for the 16-42 inch Cast Iron Water Main Replacement in Downtown Fort Worth project is depicted below: Fund Existing Appropriations Additional Appropriations Project Total* W&S Capital Projects - Fund 56002 $972,490.00 $20,920,695.00 $21,893,185.00 General Capital Projects - Fund 30100 $0.00 $160,505.00 $160,505.00 Project Total $972,490.00 $21,081,200.00 $22,053,690.00 *Numbers rounded for presentation purposes. Funding is available Unspecified All-Funds Project within the W&S Capital Projects Fund and the Future City Hall Improvements project within the General Capital Projects Fund for the purpose of the 16-42 inch Cast Iron Water Main Replacement in Downtown Fort Worth. DVIN/BE OFFICE: The Business Equity Division placed a 10.67 percent business equity goal on this solicitation/contract. William J. Schultz, Inc. dba Circle C Construction Company, has agreed/ committed to utilize 10.67 percent business equity subcontractor participation for the scope of work, meeting the City’s Business Equity Ordinance. Any changes in subcontractors will be reviewed by the Business Equity Division. DVIN/BE OFFICE: The Business Equity Division placed a 12.90 percent business equity goal on this contract. Freese and Nichols, Inc. submitted a Prime Waiver Form, which is in accordance with the City’s Business Equity Ordinance. Freese and Nichols, Inc., will be self-performing the entire scope of the contract. The project is located in COUNCIL DISTRICT 9. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are available in the Unspecified All-Fund project within the W&S Capital Projects Fund and in the Future City Hall Improvements project within the General Capital Project Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinances, funds will be available in the W&S Capital Projects Fund and in the General Capital Projects Fund for the 16 to 42-in CI WM Dwntwn Repl project to support the above recommendations and execution of the construction contract and amendment to the engineering agreement. Prior to any expenditure being incurred, the Water Department and the Transportation & Public Works Department have the responsibility to validate the availability of funds. TO Fund Department ID Account Project ID Program Activity Budget Year Reference # (Chartfield 2) Amount FROM Fund Department ID Account Project ID Program Activity Budget Year Reference # (Chartfield 2) Amount William Johnson (5806) Chris Harder (5020) Dena Johnson (7866) FUND IDENTIFIERS (FIDs): CERTIFICATIONS: Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: ATTACHMENTS 1. 60WATER CASTIRON REPLACE DOWNT-CIRCLECANDFNI funds availability.pdf (CFW Internal) 2. 60WATERMAIN CASTIRON REPLACE DOWNT-CIRCLECANDFNI Updated FID.xlsx (CFW Internal) 3. 60WATERMAIN CASTIRON REPLACE DOWNT-CIRCLECANDFNI.pdf (Public) 4. Cicrlc C Compliance Memo.pdf (CFW Internal) 5. FNI Compliance Memo.pdf (CFW Internal) 6. Form 1295 Certificate FNI.pdf (CFW Internal) 7. Form 1295 Circle C.pdf (CFW Internal) 8. ORD.APP_60WATER CASTIRON REPLACE DOWNT-CIRCLECANDFNI_30100_AO25(r4) (3).docx (Public) 9. ORD.APP_60WATER CASTIRON REPLACE DOWNT-CIRCLECANDFNI_56002_AO25(r3).docx (Public) 10. PBS CPN 105064.pdf (CFW Internal) 11. SAM.gov search Circle C Construction.png (CFW Internal) 12. SAM.gov search FNI.pdf (CFW Internal) 60WATERMAIN CASTIRON RE-CIRCLEANDFNI FID Table Rec #Fund Dept #Account Project ID Activity Budget Year CF 2 Program Amount Purpose Xfer 3 56002 0600430 4956001 105064 2025 $20,638,261.00 3 56002 0700430 4956001 105064 2025 $282,434.00 3 56002 0600430 105064 2025 $20,638,261.00 3 56002 0700430 105064 2025 $282,434.00 4 30100 0200431 4910100 105088 2025 ($160,505.00) 4 30100 0200431 4910100 105064 2025 $160,505.00 4 30100 0200431 105088 2025 ($160,505.00) 4 30100 0200431 105064 2025 $160,505.00 Rec #Fund Dept #Account Project ID Activity Budget Year CF 2 Program Amount Purpose Xfer 56002 0600430 4956001 UNSPEC UNSPEC 9999 $ 20,920,695.00 56002 0700430 4956001 105064 001780 9999 ($282,434.00) 56002 0600430 4956001 105064 001780 9999 ($20,638,261.00) 30100 0200431 4910100 105088 E07280 2025 $160,505.00 Move Revenue Actuals 30100 0200431 4910100 105064 E07280 2025 ($160,505.00)Move Revenue Actuals Rec #Fund Dept #Account Project ID Activity Budget Year CF 2 Program Amount Purpose Xfer 3 56002 0600430 5110101 105064 001780 9999 $174,811.50 Water Staff Costs 3 56002 0600430 5550102 105064 001780 9999 $4,000.00 Public Outreach 1 56002 0600430 5740010 105064 001730 9999 $307,610.00 Pay to Engineering Company 1 56002 0600430 5740010 105064 001780 9999 $18,949,716.50 Pay to Contractor 3 56002 0600430 5740010 105064 001780 9999 $473,743.00 Contract Contingency 3 56002 0600430 5330500 105064 001784 9999 $174,811.00 Soil Lab Consultant 3 56002 0600430 5310350 105064 001784 9999 $67,982.00 Soil Lab TPW Staff Cost 3 56002 0600430 5110101 105064 001785 9999 $485,587.00 TPW Inspection Staff 3 56002 0700430 5110101 105064 001780 9999 $12,497.00 Water Staff Costs 1 56002 0700430 5740010 105064 001780 9999 $227,220.00 Pay to Contractor 3 56002 0700430 5740010 105064 001780 9999 $22,722.00 Contract Contingency FIDs (Budget) FIDs (Actual) FIDs (REVENUE or EXPENSE - No KK or GL Entries Needed) 3 56002 0700430 5330500 105064 001784 9999 $7,498.00 Soil Lab Consultant 3 56002 0700430 5310350 105064 001784 9999 $2,499.00 Soil Lab TPW Staff Cost 3 56002 0700430 5110101 105064 001785 9999 $9,998.00 Water Inspection Staff 56002 2060000 105064 RETAIN Retainage FID 30100 2060000 105064 RETAIN Retainage FID 1 30100 0200431 5330201 105088 E07280 9999 $135,105.00 Pay to Contractor 1 30100 0200431 5330201 105088 E07280 9999 $13,511.00 Contract Contingency 1 30100 0200431 5330201 105088 E07280 9999 $11,889.00 W5th Street Sidewalk Construction 00 05 10 - 1 MAYOR AND COUNCIL COMMUNICATION (M&C) Page 1 of 1 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 SECTION 00 05 10 MAYOR AND COUNCIL COMMUNICATION (M&C) END OF SECTION FRTW�RTH� � � ADDENDUM TO INVITATION TO BID NO. 24-0302 DOWNT,OWN 16-42 INCH CAST IRON WATER MAIN REPLACEMENTS WATER DEPARTMENT ADDENDUM NO. 1 DATE ISSUED: OCTOBER 10, 2024 INVITATION TO BID (ITB): 24-0302 BID OPENING DATE: OCTOBER 17, 2024 ITB No. 24-0302, issued September 19, 2024, is hereby amended as follows: 1. The deadline for questions will be extended to October 14, 2024. 2. The pre-bid meeting presentation is attached to this addendum as Attachment A. 3. Responses to questions are attached to this addendum as Attachment B. 4. TECHNICAL SPECIFICATIONS: the followin Sections: Replace Section With Section '; 00 41 00 Bid Form 00 41 00 Bid Form � 00 42 43 Pro osal Form 00 42 43 Pro osal Form � 33 11 10 Ductile Iron Pi e 33 11 10 Ductile Iron Pi e � 33 11 14 Buried Steel Pi e and Fittin s 33 11 14 Buried Steel Pi e and F Refer to Section 00 70 00 Supplementary Conditions. Modify paragraph SC-8.01, "Communications to Contractor" to read as follows. World Cu The contractor will be required to fully demobilize and complete full water line testing and permanent pavement sections prior to the 2026 World Cup. Permanent pavement re air includes all work re uired to com lete the MOL or final concrete anel re lacement rior to contractor demobilization. The contractor will be re uired to clean the ro'ect site free of all trash debris s oils etc. and relocate all construction e ui ment materials and traffic control off of ro'ect site. Remobilization can occur after the World Cup in accordance with the remobilization bid item. ITB 24-0302 Downtown 16-42 Inch Cast Iron Water Main Replacements Addendum No. 1, Page 1 of 2 5. DRAWINGS: Replace the following: Replace Entire Plan Set IFB Plan Drawings File: CPN905064_IFB Plans (22x34)_(2).pdf With Entire Plan Set Final Plan Drawings Uploaded to Bonfire and Noted with revision descriation Addendum No. 1 Summary of changes are provided as supplement to this addendum as Attachment C. All other terms and c ndit ns emain unchanged. _%_� � Do� � TONY SHOLOLA, P.E. ASSISTANT DIRECTOR, WATER DEPARTMENT By the signature affixed below, Addendum No 1 is hereby incorporated into and made part of the above referenced Invitation to Bid. COMPANY NAME SIGNATURE: C�rc.� � C�hS� �' tr G�i� NOTE: Company name and signature must be the �e as on the original bid documents. Failure to return this form with your sealed bid may constitute unds for rejection of your offer. ITB 24-0302 Downtown 16�2 Inch Cast Iron Water Main Replacements Addendum No. 1, Page 2 of 2 CPN 105064 Downtown 16-42 Inch Cast Iron Water Main ReplacementsAddendum No. 1, Attachment A1Downtown 16-42 inch Cast Iron Water Main ReplacementsCPN 105064Bonfire Reference #24-0302Pre-bid MeetingOctober 2, 2024 (10:00 AM)Project Manager: Dena Johnson, P.E.Design Engineer: Amanda Johnson, P.E. - Freese and Nichols, Inc.Remember to sign inProject LimitsDowntown Fort WorthWest Second Street to Lancaster AvenueBetween Fournier Street & Florence Street12 CPN 105064 Downtown 16-42 Inch Cast Iron Water Main ReplacementsAddendum No. 1, Attachment A2Project DetailsMajor Work Items:Water:• 3,790 LF 42” water line by open cut• 2,520 LF 36” water line by open cut• 780 LF 24” water line by open cut• 5,160 LF 8” water line by open cutSewer:• 620 LF 8” sewer line by pipe enlargementPavement:• Permanent pavement repair in accordance with the sequencing plan• Mill and overlay – split into two project sectionsContract Time: 640 Days to Final AcceptanceLiquidated Damages:$1,200/day after 640 daysProject RequirementsWorld Cup:• Demobilization, including full water line testing and permanent pavement repair for completed sections, is required prior to the 2026 World Cup Working Hours:• 7 AM – 6PM on weekdays, 9 AM – 5 PM on weekends or as approved by Fort Worth WaterNight Work:• Encouraged for all transmission main tie-ins to limit service disruptions Valves:• The large diameter valves (30”, 36”, and 42” will be provided by the City)Property/Business Owner Coordination:• Temporary Water (domestic)• Fire Watch34 CPN 105064 Downtown 16-42 Inch Cast Iron Water Main ReplacementsAddendum No. 1, Attachment A3Anticipated Schedule• Deadline for Questions: Thursday, October 10, 2024, 2:00 PM CST• Bid Opening: Thursday, October 17, 2024, 2:00 PM CST• Aiming for November Council Meeting for Bid Award• Pre-Construction meeting in December 2024• Public Meeting in December 2024/January 2025• Begin Construction in January 2025Project & Utility Coordination• Downtown Residents and Business Owners• Known franchise utilities within project area: • Fort Worth Water - Holly Water Treatment Plant• Oncor• Atmos• Spectrum• AT&T• Windstream• Extenet• TPW Traffic Signal Lines • Fiberlight• Lumen56 CPN 105064 Downtown 16-42 Inch Cast Iron Water Main ReplacementsAddendum No. 1, Attachment A4Project Prequalification• Water Transmission Mains, Urban/Renewal, All Sizes• Water Main/Distribution, Urban/Renewal, 8-inch and larger• Asphalt PavingAlternate Bid Information• 24” Water Pipe• Steel, DIP, Concrete• 36” Water Pipe• Steel, DIP, Concrete • 42” Water Pipe• Steel, Concrete**Bidder to provide Unit Price / Bid Value for only one alternative.78 CPN 105064 Downtown 16-42 Inch Cast Iron Water Main ReplacementsAddendum No. 1, Attachment A5Bid Requirements• Plans/Contract Documents available on Bonfire:https://fortworthtexas.bonfirehub.com/opportunities/153912• Required in Bid Submittal (electronic through Bonfire)• Bid Bond • Bid Proposal (.xlsx format)• Bid Form• Conflict of Interest Statement• Executed Vendor Compliance Document • Prequalification Statement• Acknowledgment of AddendumBid Requirements• Business Equity Documentation - MWBE Goal = 10.67% • Upload to Bonfire no later than 2pm on 3rd business day after bid opening • Certificate of Interested Parties Form 1295 is required before M&C can go to Council• Contractors must indicate intent to bid on Bonfire to be able to submit a bid to the City.• Indicate intent to bid by selecting “yes” in the Procurement Portal under the Intent to Bid section.910 CPN 105064 Downtown 16-42 Inch Cast Iron Water Main ReplacementsAddendum No. 1, Attachment A6Upcoming Project Modifications• Pavement marking plans & clarifications • Proposal Form updates to include pavement marking bid items• Modifications to steel pipe specification • Durashield 110 allowed as a coating substitute • ASTM C595, Type IL cement allowed • Minimum pipe wall thickness to 0.1875”Contact informationProject Manager: Dena Johnson, PE• Dena.Johnson@FortWorthTexas.gov Design Engineer: Amanda Johnson, PE•Amanda.Johnson@Freese.com Submit project specific questions through the Bonfire Vendor Discussions tab1112 CPN 105064 Downtown 16-42 Inch Cast Iron Water Main ReplacementsAddendum No. 1, Attachment A7Questions/Discussion13 CPN 105064 ADDENDUM NO. 1 Downtown 16-42 Inch Cast Iron Water Main Replacements ATTACHMENT B B-1 1 of 2 This document is provided as a supplement to the Downtown 16-42 Inch Cast Iron Water Main Replacements Contract Documents. Below are responses to questions for clarifications that may require additional information and/or are not addressed directly within the contract documents: Q1-1: Is there any AIS (American Iron and Steel) requirements? R1-1: The Nuts, bolts, and washers for the projects are required to meet AIS requirements Q1-2: 33 11 14/ 2.2.C.4.d – request that minimum pipe wall steel thickness shall be greater of 0.250”, or D/144. R1-2: The steel casing thickness will remain as specified. Q1-3: Will the (33,000 SY) 3" asphalt surface milling and 3" asphalt resurfacing be able to be done in one (1) mobilization or will those items have to be completed for each phase as the project progresses? This will have a significant impact on the pricing if we have to include multiple mobilizations and restrict our production rate for these items. R1-3: The final MOL will be completed in 2 parts. The intermediate permanent paving repair must be done in accordance with the phasing shown on the plans. Q1-4: For the C303 Bar wrap pipe specification- is there going to be one published for this specific project or the spec to be utilized the cities standard C303 specification? R1-4: The City standard specification will be utilized Q1-5: Will ductile iron be allowed on all pipe sizes? R1-5: No, ductile will be allowed for 24-36" Q1-6: Please post the name, phone & email address of the city PM for this project. R1-6: Dena Johnson (817) 991-8820 Dena.Johnson@fortworthtexas.gov Q1-7: What is the Engineer's estimate for this project? R1-7: The Owner’s budget is $22,000,000 – $24,000,000 Q1-8: Is the goal of the segments highlighted above to address the design of the pipe- or to address how to account for thrust? In my mind, we could use a “design pressure” input that is in alignment with the pipe class (200 and 150) because the operating pressures will be much lower than the actual pipe class and to use 250 across the board seems too much. R1-8: Section 2.2.B.6 is intended for pipeline design. Section 2.2.B.7 is intended for thrust. Q1-9: Can the Engineer add in the Vertical Bend callouts in Degrees currently there is no bend callout just a change in slope? R1-9: No CPN 105064 ADDENDUM NO. 1 Downtown 16-42 Inch Cast Iron Water Main Replacements ATTACHMENT B B-1 2 of 2 Q1-10: Can the pipe be embedded/ laid on stone like water service detail then backfilled with CLSM or is it required to be embedded and backfilled with CLSM? R1-10: No Q1-11: Item 15: find 3 EA shown on the plan sheets – please clarify the correct quantity R1-11: 36" BFVs are shown on WL-1, WL-25, WL-32, WL-37 (4 total) Q1-12: 2/DT-4: where are these detail(s) applicable? Are the tie-ins to existing pipe material(s) denoted as “welded butt strap” on sheet DT-18 actually supposed to follow the connection detail(s) on sheet DT R1-12: Due to the various pipe materials allowed, the exact configuration of connecting to the existing pipe materials is unknown. Detail 2/DT-4 is provided to and to be used as applicable when making the connections as shown on DT-18. 00 41 00 CONFLICT OF INTEREST STATEMENT Page 1 of 3 TO: Unit 2 - Sanitary Sewer Improvements 2.1. 2.2. 2.3. 2.4. 2.5. 2.6. a. b. c. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. The Purchasing Manager 1. Enter Into Agreement 200 Texas Street City of Fort Worth, Texas 76102 c/o: The Purchasing Division Units/Sections:Unit 1 - Water Improvements Unit 3 - Sidewalk Improvements FOR: City Project No.: Downtown Cast Iron Water Main Replacements 105064 2. BIDDER Acknowledgements and Certification In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non- competitive levels. Bidder has not solicited or induced any individual or entity to refrain from bidding. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. SECTION 00 41 00 BID FORM CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 24, 2020 Downtown Cast Iron Water Main Replacements City Project Number 105064 1 00 41 00 CONFLICT OF INTEREST STATEMENT Page 2 of 3 d. a. b. c. d. e. f. g. h. 4.1. 640 4.2. a. b. c. d. e. f. g. h. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: Water Transmission, Urban/Renewal, All Sizes Water Main/Distribution, Urban/Renewal, 8-inch and larger Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 3. Prequalification Asphalt Paving 4. Time of Completion The Work will be complete for Final Acceptance within *If necessary, CIQ or CIS forms are to be provided directly to City Secretary days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones} within the times specified in the Agreement. Prequalification Statement, Section 00 45 12 Conflict of Interest Affidavit, Section 00 35 13 5. Attached to this Bid The following documents are attached to and made a part of this Bid: Any additional documents that may be required by Section 12 of the Instructions to Bidders This Bid Form, Section 00 41 00 Proposal Form, Section 00 42 43 Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. MWBE Forms (optional at time of bid) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 24, 2020 Downtown Cast Iron Water Main Replacements City Project Number 105064 00 41 00 CONFLICT OF INTEREST STATEMENT Page 3 of 3 6.1. 6.2. 6.3. Title: Company: Address: Email: Phone: Addendum No. 3: Addendum No. 4: (Printed Name) (Signature) Corporate Seal: State of Incorporation: By:____________________________________________ Receipt is acknowledged of the following Addenda: Addendum No. 1: Respectfully submitted, by the entity named below. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. Initial This Bid is submitted on END OF SECTION 6. Total Bid Amount It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. Evaluation of Alternate Bid Items Addendum No. 2: 7. Bid Submittal CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 24, 2020 Downtown Cast Iron Water Main Replacements City Project Number 105064 Total Unit 1 + Unit 2 $ 290,000.00 Total Unit 1 + Unit 2 + Unit 3 $ 290,000.00 00 42 43 PROPOSAL FORM Page 1 of 4 1A* 3311.1067 48" Steel AWWA C200 Water Pipe, CLSM Backfill 33 11 14 LF 20 -$ 1B* 3311.1077 48" Concrete AWWA C303 Water Pipe, CLSM Backfill 33 11 13 LF 20 -$ 2A* 3311.0967 42" Steel AWWA C200 Water Pipe, CLSM Backfill 33 11 14 LF 3,790 -$ 2B* 3311.0977 42" Concrete AWWA C303 Water Pipe, CLSM Backfill 33 11 13 LF 3,790 -$ 3A* 3311.0857 36" DIP Water, CLSM Backfill 33 11 10 LF 2,460 -$ 3B* 3311.0867 36" Steel AWWA C200 Water Pipe, CLSM Backfill 33 11 14 LF 2,460 -$ 3C* 3311.0877 36" Concrete AWWA C303 Water Pipe, CLSM Backfill 33 11 13 LF 2,460 -$ 4A* 3311.0657 24" DIP Water, CLSM Backfill 33 11 10 LF 840 -$ 4B* 3311.0677 24" Steel AWWA C200 Water Pipe, CLSM Backfill 33 11 14 LF 840 -$ 4C* 3311.0687 24" Concrete AWWA C303 Water Pipe, CLSM Backfill 33 11 13 LF 840 -$ 5A* 3311.0001 Ductile Iron Water Fittings w/ Restraint 33 11 11 TON 40 -$ 5B* 3311.0011 Steel Fittings 33 11 14 LS 1 -$ 5C* 3311.0021 C303 Fittings 33 11 13 LS 1 -$ 6 3305.2010 42" Water Carrier Pipe 33 05 24 LF 80 -$ 7 3305.1110 60" Casing By Other Than Open Cut 33 05 22 LF 80 -$ 8 3305.2009 36" Water Carrier Pipe 33 05 24 LF 30 -$ 9 3305.1109 54" Casing By Other Than Open Cut 33 05 22 LF 30 -$ 10 3305.2007 24" Water Carrier Pipe 33 05 24 LF 120 -$ 11 3305.1107 42" Casing By Other Than Open Cut 33 05 22 LF 120 -$ 12 3305.2002 8" Water Carrier Pipe 33 05 24 LF 70 -$ 13 3305.1102 16" Casing By Other Than Open Cut 33 05 22 LF 70 -$ 14 3311.0461 12" PVC Water Pipe 33 11 10, 33 11 12 LF 410 -$ 15 3311.0261 8" PVC Water Pipe 33 11 10, 33 11 12 LF 5140 -$ 16 3311.0061 4" PVC Water Pipe 33 11 12 LF 200 -$ 17 3312.5000 36" AWWA Butterfly Valve Vault 33 12 20 EA 4 -$ 18 9999.0001 Install 36" Butterfly Valve (City Provided) - EA 4 -$ 19 3312.5001 42" AWWA Butterfly Valve Vault 33 12 20 EA 3 -$ 20 9999.0002 Install 42" Butterfly Valve (City Provided) - EA 3 -$ 21 3312.3003 8" Gate Valve 33 12 20 EA 22 -$ 22 3312.3005 12" Gate Valve 33 12 20 EA 4 -$ 23 3312.3008 24" Gate Valve w/Vault 33 12 20 EA 2 -$ 24 3312.3009 30" Gate Valve Vault 33 12 20 EA 1 -$ 25 9999.0003 Install 30" Gate Valve (City Provided) - EA 1 -$ 26 3312.1005 6" Combination Air Valve Assembly for Water 33 12 30 EA 4 -$ 27 3312.6002 6" Blow Off Valve 33 12 60 EA 1 -$ 28 3312.6003 8" Blow Off Valve 33 12 60 EA 3 -$ 29 3312.0001 Fire Hydrant 33 12 40 EA 8 -$ 30 0241.1510 4"-12" Water Abandonment Plug 02 41 14 EA 7 -$ 31 0241.1208 20" Water Abandonment Plug 02 41 14 EA 1 -$ 32 0241.1211 36" Water Abandonment Plug 02 41 14 EA 6 -$ 33 0241.1303 Remove 8" Water Valve 02 41 14 EA 26 -$ 34 9999.0004 Remove 16" Water Valve - EA 2 -$ 35 9999.0005 Remove 36" Water Valve - EA 10 -$ * Contractor to provide Unit Price / Bid Value for only one of the pipe material alternatives for Items 1 through 5 DO NOT PROVIDE UNIT PRICE / BID VALUE FOR EACH ALTERNATIVE Unit 1 - Water Improvements Downtown Cast Iron Water Main Replacements Bidlist Item No.Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value SECTION 00 42 43 PROPOSAL FORM Project Item Information Bidder's Proposal UNIT PRICE BID Bidder's Application CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 24, 2020 Downtown Cast Iron Water Main Replacements City Project Number 105064 1 00 42 43 PROPOSAL FORM Page 2 of 4 SECTION 00 42 43 PROPOSAL FORM Project Item Information Bidder's Proposal UNIT PRICE BID Bidder's Application 36 9999.0006 Remove Existing Air Valve - EA 1 -$ 37 0241.1000 Remove Conc Pvmt 02 41 15 SY 4500 -$ 38 0241.1001 Water Line Grouting 02 41 14 CY 420 -$ 39 3312.0117 Connection to Existing 4"-12" Water Main 33 12 25 EA 18 -$ 40 3312.0107 Connection to Existing 20" Water Main 33 12 25 EA 1 -$ 41 3312.0108 Connection to Existing 24" Water Main 33 12 25 EA 2 -$ 42 3312.0109 Connection to Existing 30" Water Main 33 12 25 EA 1 -$ 43 3312.0110 Connection to Existing 36" Water Main 33 12 25 EA 3 -$ 44 3312.0111 Connection to Existing 42" Water Main 33 12 25 EA 1 -$ 45 3312.0112 Connection to Existing 48" Water Main 33 12 25 EA 2 -$ 46 3312.2001 1" Water Service, Meter Reconnection 33 12 10 EA 13 -$ 47 3312.2003 1" Water Service 33 12 10 EA 13 -$ 48 3312.2101 1 1/2" Water Service, Meter Reconnection 33 12 10 EA 2 -$ 49 3312.2103 1 1/2" Water Service 33 12 10 EA 2 -$ 50 3312.2201 2" Water Service, Meter Reconnection 33 12 10 EA 7 -$ 51 3312.2203 2" Water Service 33 12 10 EA 7 -$ 52 9999.0007 4" Water Service, Meter Reconnection - EA 1 -$ 53 9999.0008 4" Water Service - EA 1 -$ 54 3212.0305 3" Asphalt Pvmt Superpave SP-D 32 12 16 SY 33000 -$ 55 3201.0202 Asphalt Pvmt Repair Beyond Defined Width, Arterial 33 01 17 SY 2000 -$ 56 3201.0127 10' Wide Asphalt Pvmt Repair, Arterial 32 01 17 LF 5400 -$ 57 3201.0113 6' Wide Asphalt Pvmt Repair, Arterial 33 01 17 LF 5100 -$ 58 3201.0616 Conc Pvmt Repair, Arterial/Industrial 32 13 13 SY 4500 -$ 59 0241.1400 Remove Conc Valley Gutter 02 41 15 SY 500 -$ 60 0241.0100 Remove Sidewalk 02 41 13 SF 500 -$ 61 0241.1300 Remove Conc Curb & Gutter 02 41 15 LF 1000 -$ 62 3216.0301 7" Conc Valley Gutter 32 16 13 SY 500 -$ 63 3213.0303 6" Conc Sidewalk 32 13 20 SF 500 -$ 64 3216.0101 6" Conc Curb and Gutter 32 16 13 LF 1,000 -$ 65 3213.0401 6" Concrete Driveway 32 13 20 SF 200 -$ 66 3213.0403 8" Concrete Driveway 32 13 20 SF 200 -$ 67 3305.0109 Trench Safety 33 05 10 LF 12900 -$ 68 3471.0001 Traffic Control 34 71 13 MO 18 -$ 69 3125.0101 SWPPP ≥ 1 acre 31 25 00 LS 1 -$ 70 0171.0101 Construction Staking 01 71 23 LS 1 -$ 71 0171.0102 As-Built Survey 01 71 23 LS 1 -$ 72 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 EA 19 -$ 73 3304.0002 Cathodic Protection 33 04 12 LS 1 -$ 74 3304.0101 Temporary Water Services 33 04 30 LS 1 -$ 75 9999.0009 Parking Meter Reimbursement (2nd Street) - LS 1 -$ 76 9999.0010 Parking Meter Reimbursement (Florence Street) - LS 1 -$ 77 9999.0011 Brick Wall Repair - LS 1 -$ 78 9999.0012 6" Solid Yellow or White, Spray Thermoplastic (90 mil.) 32 17 23 LF 16047 -$ 79 9999.0013 6" Solid White, Spray Thermoplastic (90 mil.) 32 17 23 LF 690 -$ 80 9999.0014 6" Solid Yellow, Spray Thermoplastic (90 mil.) 32 17 23 LF 824 -$ 81 9999.0015 6" Dash White or Yellow, Spray Thermoplastic (90 mil.) 32 17 23 LF 286 -$ 82 9999.0016 6" Dash White, Spray Thermoplastic (90 mil.) 32 17 23 LF 1,735 -$ 83 9999.0017 6" Dash Yellow, Spray Thermoplastic (90 mil.) 32 17 23 LF 150 -$ CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 24, 2020 Downtown Cast Iron Water Main Replacements City Project Number 105064 00 42 43 PROPOSAL FORM Page 3 of 4 SECTION 00 42 43 PROPOSAL FORM Project Item Information Bidder's Proposal UNIT PRICE BID Bidder's Application 84 9999.0018 8" Solid White, Spray Thermoplastic (90 mil.) 32 17 23 LF 2,549 -$ 85 9999.0019 18" Extrude Thermoplastic (125 mil.) White or Yellow, Solid Line 32 17 23 LF 128 -$ 86 9999.0020 24" Extrude Thermoplastic (125 mil.) White, Solid Line 32 17 23 LF 3,030 -$ 87 9999.0021 Prep and Seal Pavement Surface for 4" Markings (6") 32 17 23 LF 6,700 -$ 88 9999.0022 Prep and Seal Pavement Surface for 8" Markings 32 17 23 LF 449 -$ 89 9999.0023 Prep and Seal Pavement Surface for 18" Markings 32 17 23 LF 128 -$ 90 9999.0024 Prep and Seal Pavement Surface for 24" Markings 32 17 23 LF 1,540 -$ 91 9999.0025 Prep and Seal Pavement Surface for Arrow 32 17 23 EA 7 -$ 92 9999.0026 24" Preformed Thermoplastic (125 mil.) White or Yellow, Solid Line 32 17 23 LF 1,592 -$ 93 9999.0027 24" Preformed Thermoplastic - CONTRAST 32 17 23 LF 330 -$ 94 9999.0028 Thermoplastic Preformed - (90 mil.) (5 ft wide, Bike Green, Premark Brand Including Sealer. Must Use 2 Part Sealer.)32 17 23 LF 326 -$ 95 9999.0029 8" Type II White C/C or Yellow A/A Ceramic Button 32 17 23 EA 52 -$ 96 9999.0030 Yellow 36" Delineators 32 17 23 EA 16 -$ 97 9999.0031 Thermoplastic Preformed - (90 mil.) (Bike, Includes Bike Symbol Only) 32 17 23 EA 12 -$ 98 9999.0032 Thermoplastic Preformed - (125 mil.) (Bike, Arrow, Includes 1 Straight Arrow only, 6') 32 17 23 EA 7 -$ 99 9999.0033 Thermoplastic Preformed - (125 mil.) (Single Head Curve Arrows, BIKE, BUS or ONLY's) 32 17 23 EA 41 -$ 100 9999.0034 Thermoplastic Preformed - CONTRAST (125 mil.) (Single Head Curve Arrows, BIKE, BUS or ONLY's)32 17 23 EA 6 -$ 101 9999.0035 Thermoplastic Preformed - (90 mil.) (Bike, Shared, Includes Bike Symbol and 2 Sharrow Markings) 32 17 23 EA 1 -$ 102 9999.0036 4" REFL Raised Marker TY I-C 32 17 23 EA 105 -$ 103 3217.2103 4" REFL Raised Marker TY II-A-A 32 17 23 EA 267 -$ 104 3217.2104 4" REFL Raised Marker TY II-C-R 32 17 23 LF 188 -$ 105 9999.0037 Utility Adjustment - LS 1 $ 60,000.00 60,000.00$ 106 9999.0038 Furnish Street Use Permit - EA 12 -$ 107 9999.0039 Remobilization for World Cup - LS 1 -$ 108 9999.0040 Water Construction Allowance - LS 1 $ 200,000.00 200,000.00$ Unit 1 Sub-Total - Water Improvements CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 24, 2020 Downtown Cast Iron Water Main Replacements City Project Number 105064 00 42 43 PROPOSAL FORM Page 4 of 4 SECTION 00 42 43 PROPOSAL FORM Project Item Information Bidder's Proposal UNIT PRICE BID Bidder's Application 1 3331.1101 6" to 8" Pipe Enlargement 33 31 23 LF 620 -$ 2 3331.3311 4" Sewer Service, Reconnection 33 31 50 EA 1 -$ 3 3339.1001 4' Manhole 33 39 10, 33 39 20 EA 4 -$ 4 0241.2201 Remove 4' Sewer Manhole 02 41 14 EA 2 -$ 5 0241.2001 Sanitary Line Grouting 02 41 14 CY 10 -$ 6 3303.0001 Bypass Pumping 33 05 10 LS 1 -$ 7 3305.0109 Trench Safety 33 03 10 LF 620 -$ 8 3301.0001 Pre-CCTV Inspection 33 01 31 LF 620 -$ 9 3301.0002 Post-CCTV Inspection 33 01 31 LF 1240 -$ 10 0171.0101 Construction Staking 01 71 23 LS 1 -$ 11 0171.0102 As-Built Survey 01 71 23 LS 1 -$ 12 9999.0001 Sanitary Sewer Construction Allowance - LS 1 $ 30,000.00 30,000.00$ 1 0241.1300 Remove Conc Curb & Gutter 02 41 15 LF 160 -$ 2 0241.0100 Remove Sidewalk 02 41 13 SF 1050 -$ 3 0241.0401 Remove Concrete Drive 02 41 13 SF 340 -$ 4 3110.0103 12"-18" Tree Removal 31 10 00 EA 4 -$ 5 3110.0104 18"-24" Tree Removal 31 10 00 EA 2 -$ 6 3216.0101 6" Conc Curb and Gutter 32 16 13 LF 160 -$ 7 3213.0506 Barrier Free Ramp, Type P-1 32 13 20 EA 1 -$ 8 3213.0311 4" Conc Sidewalk Adjacent to Curb 32 13 20 SF 2400 -$ 9 3213.0401 6" Concrete Driveway 32 13 20 SF 340 -$ 10 3232.0100 Conc Ret Wall Adjacent to Sidewalk 32 32 13 SF 540 -$ 11 3291.0100 Topsoil 32 91 19 CY 7 -$ 12 3292.0100 Block Sod Replacement 32 92 13 SY 110 -$ ** The City reserves the right to award the contract to the responsive low bidder of Total A or to the responsive low bidder of Total B END OF SECTION Sub-Total, Unit 1 - Water Improvements -$ Unit 2 Sub-Total - Sanitary Sewer Improvements Unit 2 - Sanitary Sewer Improvements Bid Summaries Sub-Total, Unit 3 - Sidewalk Improvements -$ Sub-Total, Unit 2 - Sanitary Sewer Improvements -$ Total A (Sub-Total, Unit 1 + Sub-Total, Unit 2) Total B (Sub-Total, Unit 1 + Sub-Total, Unit 2 + Sub-Total, Unit 3) -$ -$ Unit 3 - Sidewalk Improvements **The location of all Unit 3 items is 1100 block of 5th Street. The exact location will be determined in the field. Unit 3 Sub-Total - Sidewalk Improvements CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 24, 2020 Downtown Cast Iron Water Main Replacements City Project Number 105064 33 11 10 - 1 DUCTILE IRON PIPE Page 1 of 14 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised December 9, 2022 SECTION 33 11 10 DUCTILE IRON PIPE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Ductile Iron Pipe 24-inch through 36-inch for potable water, wastewater and reuse applications B. Deviations from this City of Fort Worth Standard Specification 1. 1.1.A.1. 2. 1.9.A.1.d. 3. 2.2.B.7.a 4. 2.2.B.7.b 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 01 31 – Closed Circuit Television (CCTV) Inspection 4. Section 33 04 10 – Joint Bonding and Electrical Isolation 5. Section 33 04 40 – Cleaning and Acceptance Testing of Water Mains 6. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 7. Section 33 05 24 – Installation of Carrier Pipe in Casing or Tunnel Liner Plate 8. Section 33 11 05 – Bolts, Nuts, and Gaskets 9. Section 33 11 11 – Ductile Iron Fittings 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Ductile Iron Pipe a. Measurement 1) Measured horizontally along the surface from center line to center line of the fitting, manhole, or appurtenance 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 for “DIP” installed for: a) Various sizes b) Various types of backfill c) Various linings d) Various Depths, for miscellaneous sewer projects only e) Various restraints f) Various uses 1 33 11 10 - 2 DUCTILE IRON PIPE Page 2 of 14 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised December 9, 2022 c. The price bid shall include: 1) Furnishing and installing Ductile Iron Pipe with joints as specified by the Drawings 2) Mobilization 3) Polyethylene encasement 4) Lining 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing, placement and compaction of embedment 10) Furnishing, placement and compaction of backfill 11) Trench water stops 12) Thrust restraint, if required in Contract Documents 13) Bolts and nuts 14) Gaskets 15) Clean-up 16) Cleaning 17) Disinfection 18) Testing 1.3 REFERENCES A. Definitions 1. Gland or Follower Gland a. Non-restrained, mechanical joint fitting 2. Retainer Gland a. Mechanically restrained mechanical joint fitting B. Reference Standards 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. 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. ASTM International (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, 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 Structural Steel. d. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. e. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for Water or Other Liquids. f. B117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 33 11 10 - 3 DUCTILE IRON PIPE Page 3 of 14 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised December 9, 2022 g. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and Steel. 5. American Water Works Association (AWWA): a. C203, Coal-Tar Protective Coatings and Linings for Steel Water Pipelines - Enamel and Tape - Hot Applied. b. C600, Installation of Ductile-Iron Water Mains and their Appurtenances. c. M41, Ductile-Iron Pipe and Fittings. 6. American Water Works Association/American National Standards Institute (AWWA/ANSI): a. C104/A21.4, Cement–Mortar Lining for Ductile-Iron Pipe and Fittings. b. C105/A21.5, Polyethylene Encasement for Ductile-Iron Pipe Systems. c. C111/A21.11, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. d. C115/A21.15, Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron Threaded Flanges. e. C150/A21.50, Thickness Design of Ductile-Iron Pipe. f. C151/A21.51, Ductile-Iron Pipe, Centrifugally Cast, for Water. g. C600, Installation of Ductile-Iron Water Mains and their Appurtenances 7. NSF International (NSF): a. 61, Drinking Water System Components - Health Effects. 8. Society for Protective Coatings (SSPC): a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be 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 SUBMITTALS / INFORMATIONAL SUBMITTALS A. Product Data 1. Interior lining a. If it is other than cement mortar lining in accordance with AWWA/ANSI C104/A21.4, including: 1) Material 2) Application recommendations 3) Field touch-up procedures 2. Thrust Restraint a. Retainer glands, thrust harnesses or any other means 3. Gaskets a. If hydrocarbon or other special gaskets are required B. Shop Drawings – Furnish for Ductile Iron 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 33 11 10 - 4 DUCTILE IRON PIPE Page 4 of 14 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised December 9, 2022 2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed Professional Engineer in Texas, to verify the restraint lengths shown in the Drawings. 3. Lay schedule/drawing for 24-inch and greater diameters, sealed by a Licensed Professional Engineer in Texas including: a. Pipe class b. Joints type c. Fittings d. Stationing e. Transitions f. Joint deflection C. Certificates 1. Furnish an affidavit certifying that all Ductile Iron 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/ANSI C151/A21.51. 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B117. 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. 1) Change orders, specials, and field changes may be provided by a different manufacturer upon City approval. b. Pipe manufacturing operations (pipe, lining, and coatings) shall be performed under the control of the manufacturer. c. Ductile Iron Pipe 1) Manufactured in accordance with AWWA/ANSI C151/A21.51 a) Perform quality control tests and maintain results as outlined within standard to assure compliance. 2) Subject each pipe to a hydrostatic test of not less than 500 psi for duration of at least 10 seconds. d. Approved manufacturers include American Ductile Iron Pipe Co., US Pipe, and McWane Pipe Co. No other Suppliers will be allowed. B. Preconstruction Testing 1. The City may, at its own cost, subject random lengths of pipe for 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 33 11 10 - 5 DUCTILE IRON PIPE Page 5 of 14 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised December 9, 2022 1. Ductile Iron Pipe shall be stored and handled in accordance with the guidelines as stated in AWWA M41. 2. Secure and maintain a location to store the material in accordance with Section 01 66 00. 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 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. B. Pipe 1. Pipe shall be in accordance with AWWA/ANSI C111/A21.11, AWWA/ANSI C150/A21.15, and AWWA/ANSI C151/A21.51. 2. All pipe shall meet the requirements of NSF 61. 3. Pipe shall have a lay length of 18 feet or 20 feet except for special fittings or closure pieces and necessary to comply with the Drawings. 4. As a minimum the following pressures classes apply. The Drawings may specify a higher pressure class or the pressure and deflection design criteria may also require a higher pressure class, but in no case should they be less than the following: Diameter (inches) Min Pressure Class (psi) 3 through 12 350 14 through 20 250 24 200 30 through 64 150 5. Pipe markings shall meet the minimum requirements of AWWA/ANSI C151/A21.51. Minimum pipe markings shall be as follows: a. “DI” or “Ductile” shall be clearly labeled on each pipe b. Weight, pressure class and nominal thickness of each pipe c. Year and country pipe were cast d. Manufacturer’s mark 6. Pressure and Deflection Design 33 11 10 - 6 DUCTILE IRON PIPE Page 6 of 14 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised December 9, 2022 a. Pipe design shall be based on trench conditions and design pressure class specified in the Drawings. b. Pipe shall be designed according to the methods indicated in AWWA/ANSI C150/A21.50, AWWA/ANSI C151/A21.51, and AWWA M41 for trench construction, using the following parameters: 1) Unit Weight of Fill (w) = 130 pcf 2) Live Load = AASHTO HS 20 3) Trench Depth = 12 feet minimum, or as indicated in Drawings 4) Bedding Conditions = Type 4 5) Working Pressure (Pw) = 150 psi 6) Surge Allowance (Ps) = 100 psi 7) Design Internal Pressure (Pi) = Pw + Ps or 2:1 safety factor of the actual working pressure plus the actual surge pressure, whichever is greater. a) Test Pressure = (1) No less than 1.25 minimum 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. 8) Maximum Calculated Deflection (Dx) = 3 percent 9) Restrained Joint Safety Factor (Sf) = 15 percent c. Trench depths shall be verified after existing utilities are located. 1) Vertical alignment changes required because of existing utility or other conflicts shall be accommodated by an appropriate change in pipe design depth. 2) In no case shall pipe be installed deeper than its design allows. 7. Provisions for Thrust a. Thrust at bends, tees, plugs, valves or other fittings shall be mechanically restrained joints when required by the Drawings, 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, when required, shall be used for a sufficient distance from each side of the bend, tee, plug, valve or other fitting to resist thrust which will be developed at the design pressure of the pipe. For the purpose of thrust, the following shall apply: 1) Valves shall be calculated as dead ends. 2) Design pressure shall be greater than the working pressure of the pipe or the internal pressure (Pi) whichever is greater. 3) Restrained joints shall consist of approved mechanical restrained or pushon restrained joints as listed in the City’s Standard Products List as shown in Section 01 60 00. e. The Pipe Manufacturer shall verify the length of pipe with restrained joints to resist thrust in accordance with the Drawings, AWWA M41, and the following: 33 11 10 - 7 DUCTILE IRON PIPE Page 7 of 14 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised December 9, 2022 1) The weight of earth (We) shall be calculated as the weight of the projected soil prism above the pipe, for unsaturated soil conditions. 2) Soil density = 130 pcf (maximum value to be used), for unsaturated soil conditions 3) If indicated on the Drawings and the Geotechnical Borings that ground water is expected, account for reduced soil density. 8. Joints a. General – Comply with AWWA/ANSI C111/A21.11. b. Push-On Joints c. Mechanical Joints d. Push-On Restrained Joints 1) Restraining Push-on joints by means of a special gasket a) Only those products that are listed in Section 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. b) Pressure rating shall exceed the working and test pressure of the pipe line. e. Flanged Joints – AWWA/ANSI C115/A21.15, ASME B16.1, Class 125 f. Flange bolt circles and bolt holes shall match those of ASME B16.1, Class 125. g. Field fabricated flanges are prohibited. 9. Gaskets a. Provide Gaskets in accordance with Section 33 11 05. 10. Isolation Flanges a. Flanges required by the drawings to be Isolation Flanges shall conform to Section 33 04 10. 11. Bolts and Nuts a. Mechanical Joints 1) Provide bolts and nuts in accordance with Section 33 11 05. b. Flanged Ends 1) Meet requirements of AWWA C115. a) Provide bolts and nuts in accordance with Section 33 11 05. 12. Flange Coatings a. Connections to Steel Flanges 1) Buried connections with Steel Flanges shall be coated with a Petrolatum Tape System in accordance with Section 33 11 05. 13. Ductile Iron Pipe Exterior Coatings a. All ductile iron shall have an asphaltic coating, minimum of 1 mil thick, on the pipe exterior, unless otherwise specified in the Contract Documents. 14. Polyethylene Encasement a. All buried Ductile Iron Pipe shall be polyethylene encased. 33 11 10 - 8 DUCTILE IRON PIPE Page 8 of 14 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised December 9, 2022 b. Only manufacturers listed in the City’s Standard Products List as shown in Section 01 60 00 will be considered acceptable. c. Use only virgin polyethylene material. d. Encasement for buried pipe shall be 8 mil linear low density (LLD) polyethylene conforming to AWWA/ANSI C105/A21.5 or 4 mil high density cross-laminated (HDCL) polyethylene encasement conforming to AWWA/ANSI C105/A21.5 and ASTM A674. e. Marking: At a minimum of every 2 feet along its length, the mark the polyethylene film with the following information: 1) Manufacturer’s name or trademark 2) Year of manufacturer 3) AWWA/ANSI C105/A21.5 4) Minimum film thickness and material type 5) Applicable range of nominal diameter sizes 6) Warning – Corrosion Protection – Repair Any Damage f. Special Markings/Colors 1) Reclaimed Water, perform one of the following: a) Label polyethylene encasement with “RECLAIMED WATER”, b) Provide purple polyethylene in accordance with the American Public Works Association Uniform Color Code; or 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 Pipe Nominal Pipe Diameter (inches) Min. Width – Flat Tube (inches) Min. Width – Sheet (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 33 11 10 - 9 DUCTILE IRON PIPE Page 9 of 14 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised December 9, 2022 30 67 134 36 81 162 42 81 162 48 95 190 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/A21.04 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 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. 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 nondestructive 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. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] 33 11 10 - 10 DUCTILE IRON PIPE Page 10 of 14 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised December 9, 2022 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 M41 and in accordance with the pipe manufacturer’s 11 recommendations. 2. See Section 33 11 11 for installation requirements for Ductile Iron Fittings. 3. Lay pipe to the lines and grades as indicated in the Drawings. 4. Excavate and backfill trenches in accordance with Section 33 05 10. 5. Embed Ductile Iron Pipe in accordance with Section 33 05 10. 6. 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. 2. Handle piping with care to avoid damage. a. Inspect each joint of pipe and reject or repair any damaged pipe prior to lowering into the trench. 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. 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. Bolt the follower ring into compression against the gasket with the bolts 32 tightened down evenly then cross torqued in accordance with AWWA C600. b. Overstressing of bolts to compensate for poor installation practice will not be permitted. 2. Push-on Joints a. Install Push-on joints as defined in AWWA/ANSI C111/A21.11. 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 the bell. e. When using a field cut plain end piece of pipe, refinish the field cut and scarf to conform to AWWA C600. 3. Flanged Joints 33 11 10 - 11 DUCTILE IRON PIPE Page 11 of 14 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised December 9, 2022 a. Use erection bolts and drift pins to make flanged connections. 1) Do not use undue force or restraint on the ends of the fittings. 2) Apply even and uniform pressure to the gasket. b. The fitting must be free to move in any direction while bolting. 1) Install flange bolts with all bolt heads faced in one direction. 4. Joint Deflection a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines 13 and grades and shown in the Drawings. b. The deflection of each joint must be in accordance with AWWA C600 Table 3. c. The maximum deflection allowed is 50 percent of that indicated in AWWA C600. d. The manufacturer’s recommendation may be used with the approval of the Engineer. D. Polyethylene Encasement Installation 1. Preparation a. Remove all lumps of clay, mud, cinders, etc., on pipe surface prior to installation of polyethylene encasement. 1) Prevent soil or embedment material from becoming trapped between pipe and polyethylene. b. Fit polyethylene film to contour of pipe to affect a snug, but not tight encase with minimum space between polyethylene and pipe. 1) Provide sufficient slack in contouring to prevent stretching polyethylene where it bridges irregular surfaces such as bell-spigot interfaces, bolted joints or fittings and to prevent damage to polyethylene due to backfilling operations. 2) Secure overlaps and ends with adhesive tape and hold. c. For installations below water table and/or in areas subject to tidal actions, seal both ends of polyethylene tube with adhesive tape at joint overlap. 2. Tubular Type (Method A) a. Cut polyethylene tube to length approximately 2 feet longer than pipe section. b. Slip tube around pipe, centering it to provide 1-foot overlap on each adjacent pipe section and bunching it accordion-fashion lengthwise until it clears pipe ends. c. Lower pipe into trench and make up pipe joint with preceding section of pipe. d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. e. After assembling pipe joint, make overlap of polyethylene tube, pull bunched polyethylene from preceding length of pipe, slip it over end of the new length of pipe and wrap until it overlaps joint at end of preceding length of pipe. f. Secure overlap in place. g. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel of pipe, securing fold at quarter points. h. Repair cuts, tears, punctures or other damage to polyethylene. i. Proceed with installation of next pipe in same manner. 3. Tubular Type (Method B) a. Cut polyethylene tube to length approximately 1 foot shorter than pipe section. 33 11 10 - 12 DUCTILE IRON PIPE Page 12 of 14 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised December 9, 2022 b. Slip tube around pipe, centering it to provide 6 inches of bare pipe at each end. c. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel of pipe, securing fold at quarter points; secure ends. d. Before making up joint, slip 3-foot length of polyethylene tube over end of proceeding pipe section, bunching it accordion-fashion lengthwise. e. After completing joint, pull 3-foot length of polyethylene over joint, overlapping polyethylene previously installed on each adjacent section of pipe by at least 1 foot; make each end snug and secure. 4. Sheet Type a. Cut polyethylene sheet to a length approximately 2 feet longer than piece section. b. Center length to provide 1-foot overlap on each adjacent pipe section, bunching it until it clears the pipe ends. c. Wrap polyethylene around pipe so that it circumferentially overlaps top quadrant of pipe. d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. e. Lower wrapped pipe into trench and make up pipe joint with preceding section of pipe. f. Make shallow bell hole at joints to facilitate installation of polyethylene. g. After completing joint, make overlap and secure ends. h. Repair cuts, tears, punctures or other damage to polyethylene. i. Proceed with installation of next section of pipe in same manner. 5. Pipe-Shaped Appurtenances a. Cover bends, reducers, offsets and other pipe-shaped appurtenances with polyethylene in same manner as pipe and fittings. 6. Odd-Shaped Appurtenances a. When it is not practical to wrap valves, tees, crosses, and other odd-shaped pieces in tube, wrap with flat sheet or split length polyethylene tube by passing sheet under appurtenances and bringing it up around body. b. Make seams by bringing edges together, folding over twice and taping down. c. Tape polyethylene securely in place at the valve stem and at any other penetrations. 7. Repairs a. Repair any cuts, tears, punctures or damage to polyethylene with adhesive tape or with short length of polyethylene sheet or cut open tube, wrapped around fitting to cover damaged area and secured in place. 8. Openings in Encasement a. Provide openings for branches, service taps, blow-offs, air valves and similar appurtenances by making an X-shaped cut in polyethylene and temporarily folding back film. b. After appurtenance is installed, tape slack securely to appurtenance and repair cut, as well as other damaged area in polyethylene with tape. c. Service taps may also be made directly through polyethylene, with any resulting damaged areas being repaired as described above. 9. Junctions between Wrapped and Unwrapped Pipe: a. Where polyethylene-wrapped pipe joins an adjacent pipe that is not wrapped, extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. b. Secure end with circumferential turns of tape. 33 11 10 - 13 DUCTILE IRON PIPE Page 13 of 14 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised December 9, 2022 c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric tape for minimum clear distance of 3 feet away from Cast or Ductile Iron Pipe. 3.5 REPAIR/RESTORATION A. Patching 1. Excessive field-patching is not permitted of lining or coating. 2. Patching of lining or coating will be allowed where area to be repaired does not exceed 100 square inches and has no dimensions greater than 12 inches. 3. In general, there shall not be more than 1 patch on either the lining or the coating of any 1 joint of pipe. 4. Wherever necessary to patch the pipe: a. Make patch with cement mortar as previously specified for interior joints. b. Do not install patched pipe until the patch has been properly and adequately cured and approved for laying by the City. 5. Promptly remove rejected pipe from the site. 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. 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 33 11 10 - 14 DUCTILE IRON PIPE Page 14 of 14 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised December 9, 2022 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A.1.b. – Updated Payment types 1.3 – Added definitions of gland types for clarity 2.2.B.9, 10, 11 and 12 – Added reference to Section 33 11 05 and removed material specification for bolts, nuts and gaskets 12/9/2022 W Norwood 2.2 B. 7. Revised “Provisions for Thrust” section 33 11 14 - 2 BURIED STEEL PIPE AND FITTINGS Page 2 of 27 SECTION 33 11 14 BURIED STEEL PIPE AND FITTINGS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Buried Steel Pipe 24-inches and larger for potable water applications B. Deviations from this City of Fort Worth Standard Specification 1. None. Modification of paragraph 2.2.B.2.a.1.k.2 2. Modification of paragraph 2.2.C.4.d 3. Modification of paragraph 2.2.B.11.a.2 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 01 31 – Closed Circuit Television (CCTV) Inspection 4. Section 33 04 10 – Joint Bonding and Electrical Isolation 5. Section 33 04 40 – Cleaning and Acceptance Testing of Water Mains 6. Section 33 05 10 – Utility Trench Excavation, Embedment, and Backfill 7. Section 33 11 05 – Bolts, Nuts, and Gaskets 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Buried Steel Pipe a. Measurement 1) Measured horizontally along the surface from center line to center line of the fitting or appurtenance 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 “Steel AWWA C200 Pipe” installed for: a) Various sizes b) Various type of backfill c. The price bid shall include: 1) Furnishing and installing Buried Steel Pipe with joints as specified by the Drawings 2) Mobilization 3) Coating 4) Lining 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing, placement and compaction of embedment 1 Downtown Cast Iron Water Main Replacements City Project Number: 105064 33 11 14 - 3 BURIED STEEL PIPE AND FITTINGS Page 2 of 27 10) Thrust restraint 11) Bolts and nuts 12) Welding 13) Gaskets 14) Furnishing, placement and compaction of backfill 15) Trench water stops 16) Clean-up 17) Cleaning 18) Disinfection 19) Testing 2. Buried Steel Pipe Fittings a. Measurement 1) Measurement for this Item shall be by lump sum. 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 lump sum price bid for “Steel Fittings”. c. The price bid shall include: 1) Furnishing and installing Buried Steel Pipe with joints as specified by the Drawings 2) Mobilization 3) Coating 4) Lining 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing, placement and compaction of embedment 10) Thrust restraint 11) Bolts and nuts 12) Welding 13) Gaskets 14) Furnishing, placement and compaction of backfill 15) Trench water stops 16) Clean-up 17) Cleaning 18) Disinfection 19) 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 Architectural Manufacturers Association (AASHTO). 3. American Society of Mechanical Engineers (ASME): a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings Classes 25, 125 and 250). 4. ANSI International (ASTM): a. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 PDI Tensile Strength. Downtown Cast Iron Water Main Replacements City Project Number: 105064 33 11 14 - 3 BURIED STEEL PIPE AND FITTINGS Page 3 of 27 b. B117, Standard Practice for Operating Salt Spray (Fog) Apparatus. c. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and Steel. d. C33, Standard Specifications for Concrete Aggregates. e. C144, Standard Specification for Aggregate for Masonry Mortar. f. C150, Standard Specification for Portland Cement. g. C216, Standard Specification for Facing Brick (Solid Masonry Units Made from Clay or Shale). h. D16, Standard Terminology for Paint, Related Coatings, Materials, and Applications. i. D242, Standard Specification for Mineral Filler for Bituminous Paving Mixtures. j. DD522, Standard Test Methods for Mandrel Bend Test of Attached Organic Coatings. k. D2240, Standard Test Method for Rubber Property-Durometer Hardness. l. D4541, Standard Test Method for Pull-Off Strength of Coatings Using Portable Adhesion Testers. m. E165, Standard Practice for Liquid Penetrant Examination for General Industry. 5. American Welding Society (AWS) 6. D1.1, Structure Welding Code - Steel. 7. American Water Works Association (AWWA): a. C200, Steel Water Pipe - 6 Inches and Larger. b. C205, Cement Mortar Protective Lining and Coating for Steel Water Pipe 4 Ins and Larger Shop-Applied. c. C206, Field Welding of Steel Water Pipe. d. C207, Steel Pipe Flanges for Waterworks Service - Sizes 4 IN through 144 IN e. C208, Dimensions for Fabricated Steel Water Pipe Fittings. f. C210, Liquid-Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines. g. C216, Heat Shrinkable Cross-Linked Polyolefin Coatings for the Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines h. C222, Polyurethane Coatings for the Interior and Exterior of Steel Water Pipe and Fittings i. M11, Steel Pipe - A Guide for Design and Installation. 8. American Water Works Association/American National Standards Institute (AWWA/ANSI): a. C111/A21.11, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. 9. International Organization for Standardization (ISO). 10. NACE International (NACE): a. SP0188, Discontinuity (Holiday) Testing of New Protective Coatings on Conductive Substrates. 11. NSF International (NSF): a. 61, Drinking Water System Components - Health Effects. 12. Spray Polyurethane Foam Alliance (SPFA). 13. Society for Protective Coatings (SSPC)/National Associate of Corrosion Engineers (NACE) a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. Downtown Cast Iron Water Main Replacements City Project Number: 105064 33 11 14 - 4 BURIED STEEL PIPE AND FITTINGS Page 4 of 27 b. SP 1, Solvent Cleaning. c. SP 2, Hand Tool Cleaning. d. SP 3, Power Tool Cleaning. 14. Society for Protective Coatings/National Associate of Corrosion Engineers (SSPC/NACE) a. SP 10/NACE No. 2, Near-White Blast Cleaning. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be 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 SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Exterior Coating a. Material data b. Application recommendations c. Field touch-up procedures 2. Heat Shrink Sleeves, if applicable a. Material data b. Installation recommendations 3. Joint Wrappers, if applicable a. Material data b. Installation recommendations 4. Mixes a. Mortar for interior joints and patches b. Bonding agents for patches 5. Gaskets B. Shop Drawings 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in Texas including: a. Internal pressure 1) Maximum design pressure 2) Surge pressure b. External pressure 1) Deflection 2) Buckling 3) Extreme loading conditions c. Special physical loading such as supports or joint design d. Thermal expansion and/or contraction 2. Thrust restraint calculations for all fittings and valves including the restraint length sealed by a Licensed Professional Engineer in Texas to verify the restraint lengths shown in the Drawings. Downtown Cast Iron Water Main Replacements City Project Number: 105064 33 11 14 - 5 BURIED STEEL PIPE AND FITTINGS Page 5 of 27 3. Fabrication and lay drawings showing a schematic location with profile and a tabulated layout schedule that is sealed by a Licensed Professional Engineer in Texas and includes: a. Pipe class b. Joint types c. Fittings d. Outlets e. Thrust Restraint f. Stationing (in accordance with the Drawings) g. Transitions h. Joint deflection i. Interior lining j. Outlet locations for welding, ventilation, and access k. Welding requirements and provisions for thermal stress control C. Certificates and Test Reports 1. Prior to shipment of the pipe, the pipe manufacturer shall submit the following: a. A Certificate of Adequacy of Design stating that the pipe to be furnished complies with AWWA C200, AWWA C205, AWWA C210, AWWA C222 and these Specifications. b. Copies of results of factory hydrostatic tests shall be provided to the Engineer. c. Mill certificates, including chemical and physical test results for each heat of steel. d. A Certified Test Report from the polyurethane coating manufacturer indicating that the coatings were applied in accordance with manufacturer's requirements and in accordance with this Specification. e. Certified test reports for welder certification for factory and field welds in accordance with AWWA C200, Section 4.11. f. Certified test reports for cement mortar tests. g. Certified test reports for steel cylinder tests. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Shall be certified under S.P.F.A. or I.S.O. quality certification program for steel pipe and accessory manufacturing b. Finished pipe shall be the product of 1 manufacturer. c. Pipe manufacturing operations (pipe, lining and coatings) shall be performed under the control of the manufacturer. d. The pipe manufacturer shall not have less than 5 years successful experience manufacturing pipe of the particular type and size indicated or demonstrate an experience record that is satisfactory to the Engineer and City. 1) This experience record will be thoroughly investigated by the Engineer, and acceptance will be at the sole discretion of the Engineer and City. 2) Pipe manufacturing operations (pipe, fittings, lining, coating) shall be performed at 1 location, unless otherwise approved by the Engineer. Downtown Cast Iron Water Main Replacements City Project Number: 105064 33 11 14 - 6 BURIED STEEL PIPE AND FITTINGS Page 6 of 27 e. Manufacture pipe in accordance with the latest revisions of AWWA C200, AWWA C205, AWWA C210 and AWWA C222. 1.10 DELIVERY, STORAGE, AND HANDLING A. Packing 1. Prepare pipe for shipment to: a. Afford maximum protection from normal hazard of transportation b. Allow pipe to reach project site in an undamaged condition 2. Pipe damaged in shipment shall not be delivered to the project site unless such damaged pipe is properly repaired. 3. After the completed pipe and fittings have been removed from the final cure at the manufacturing plant: a. Protect pipe lining from drying by means of plastic end covers banded to the pipe ends. b. Maintain covers over the pipe ends at all times until ready to be installed. c. Moisture shall be maintained inside the pipe by periodic addition of water, as necessary. 4. Pipes shall be carefully supported during shipment and storage. a. Pipe, fittings and specials shall be separated so that they do not bear against each other and the whole load shall be securely fastened to prevent movement in transit. b. Ship pipe on padded bunks with tie-down straps approximately over stulling. c. Store pipe on padded skids, sand or dirt berms, tires or other suitable means to protect the pipe from damage. d. Each end of each length of pipe, fitting or special and the middle of each pipe joint shall be internally supported and braced with stulls to maintain a true circular shape. 1) Internal stulls shall consist of timber or steel firmly wedged and secured so that stulls remain in place during storage, shipment and installation. 2) Pipe shall be rotated so that 1 stull remains vertical during storage, shipment and installation. 3) At a minimum, stulls shall be placed at each end and center. a) Additional stulls may be required depending upon the length of the joints and pipe design. 4) Stulls shall not be removed until backfill operations are complete (excluding final clean up), unless it can be demonstrated to the City’s satisfaction that removal of stulls will not adversely affect pipe installation. B. Delivery, Handling, and Storage 1. Once the first shipment of pipe has been delivered to the site, the Engineer and the Contractor shall inspect the pipe’s interior coating for excessive cracking. 2. If excessive cracking is found, the Contractor shall modify shipping procedures to reduce or eliminate cracking. 3. Deliver, handle and store pipe in accordance with the manufacturer's recommendations to protect coating systems. 4. Secure and maintain a location to store the material in accordance with Section 01 66 00. Downtown Cast Iron Water Main Replacements City Project Number: 105064 33 11 14 - 7 BURIED STEEL PIPE AND FITTINGS Page 7 of 27 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [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 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. B. Materials 1. General a. Pipe shall be manufactured in accordance with the latest revisions of AWWA C200, AWWA C205, AWWA C210 and AWWA C222. b. All pipe lining material in contact with potable water shall meet the requirements of NSF 61. 2. Exterior Polyurethane Coating a. For Pipe: 1) Polyurethane Coating shall be factory applied and meet the requirements of AWWA C222. Use a Coating Standard ASTM D16, Type V system which is a 100 percent solids, 2-component polyurethane (or 2-package polyisocyanate, polyol-cured urethane) coating. a) Components shall have balanced viscosities in their liquid state and shall not require agitation during use. b) Conversion to Solids by Volume: 97 percent ± 3 percent c) Temperature Resistance: Minus 40 degrees F and plus 150 degrees F d) Minimum Adhesion: 1500 psi, when applied to steel pipe which has been blasted to comply with SSPC SP 10/NACE No. 2 (1) Cure Time: For handling in 2-3 minutes at 120 degrees F and full cure within 7 days at 70 degrees F e) Maximum Specific Gravities (1) Polyisocyanate resin, 1.20 (2) Polyol resin, 1.15 f) Minimum Impact Resistance: 80 inch-pounds using 1-inch diameter steel ball g) Minimum Tensile Strength: 2000 psi h) Hardness: Minimum Durometer hardness of 65 on the Shore D scale in accordance with ASTM D2240 i) Flexibility Resistance (1) ASTM D522 using 1-inch mandrel (2) Allow coating to cure for 7 days. (3) Perform testing on test coupons held for 15 minutes at temperature extremes specified above. Downtown Cast Iron Water Main Replacements City Project Number: 105064 33 11 14 - 8 BURIED STEEL PIPE AND FITTINGS Page 8 of 27 j) Dry Film Thickness: 35 mils k) Coating shall be a self priming, plural component, 100 percent solids, non-extended polyurethane, suitable for burial or immersion and shall be: (1) Corropipe II Omni as manufactured by Madison Chemical Industries Inc. (2) Durashield 110 or Durashield 210 as manufactured by LifeLast, Inc., or (3) Protec II, as manufactured by ITW – Futura Coatings, Inc. 2) The coating manufacturer shall have a minimum of 5 years experience in the production of this type coating. b. For Specials, Fittings, Repair and Connections 1) Provide shop-applied and field-applied coating as follows: a) Corropipe II Omni, and GP II (E) Touch-Up, respectively, as manufactured by Madison Chemical Industries, or b) Durashield 210, Durashield 310, or Durashield 310 JARS as manufactured by LifeLast, Inc., or c) Protec II, or as recommended by the coating manufacturer. d) Properties specified above. e) Mix and apply polyurethane coatings in accordance with the coating manufacturer's recommendations. 3. Cement Mortar Linings a. Cement mortar linings shall be shop-applied. b. Shop-applied cement mortar linings shall conform to the requirements of AWWA C205 with the following modifications: 1) Sand used for cement mortar shall be silica sand ASTM C33. 2) Curing of the linings shall conform to the requirements of AWWA C205. 4. Gaskets 1) Flange in accordance with AWWA C207. 2) Provide Gaskets in accordance with Section 33 11 05. 5. Bolts and Nuts a. Flanged Ends 1) Flange in accordance with AWWA C207. 2) Provide bolts and nuts in accordance with Section 33 11 05. 6. Flange Coatings a. Flange Coatings in accordance with Section 33 11 05. 7. Steel shall: a. Meet the requirements of AWWA C200 b. Be of continuous casting c. Be homogeneous d. Be suitable for field welding e. Be fully kilned f. Be fine austenitic grain size 8. Bend Fittings a. Fabricate all fittings from hydrostatically tested pipe. b. All bend fittings shall be long radius to permit easy passage of pipeline pigs. 9. Threaded Outlets a. Where outlets or taps are threaded, Threaded with CC Threads and furnish and install brass bushings for the outlet size indicated. Downtown Cast Iron Water Main Replacements City Project Number: 105064 33 11 14 - 9 BURIED STEEL PIPE AND FITTINGS Page 9 of 27 10. Weld Lead Outlets a. Use of threaded outlets for access for weld leads is permitted. b. Additional outlet configurations shall be approved by the Engineer. c. Outlets shall be welded after use. 11. Mixes a. Mortar for Joints 1) Mortar shall be 1 part cement to 2 parts sand. 2) Cement shall be ASTM C150, Type I or II or ASTM C595 Type IL. 3) Sand shall be of sharp silica base. a) Sand shall conform to ASTM C144. 4) Interior joint mortar shall be mixed with as little water as possible so that the mortar is very stiff, but workable. 5) Water for cement mortar shall be from a potable water source. 6) Mortar for patching shall be as per interior joints. b. Bonding Agent 1) Bonding Agent for Cement Mortar Lining must meet NSF 61, if cement lining is in contact with potable water. 2) Bonding agent for cement mortar lining patching shall be: a) Probond Epoxy Bonding Agent ET-150, parts A and B b) Sikadur 32 Hi-Mod, or c) Approved equal 12. Heat Shrink Sleeves for Polyurethane Coated Steel Pipe a. Primer: Provide as recommended by the sleeve manufacturer. b. Filler Mastic: Provide mastic filler as recommended by the heat shrink sleeve manufacturer. 1) Size and type shall be as recommended by the sleeve manufacturer for type of pipe and joint. c. Joint Coating: Cross-linked polyolefin wrap or sleeve with a mastic sealant, 85 mils total thickness, suitable for pipeline operating temperature, sleeve material recovery as recommended by the manufacturer. 1) High recovery sleeves shall be provided for bell and spigot and coupling style joints with a minimum of 50 percent recovery. 2) Sleeve length shall provide a minimum of 3 inches overlap onto intact pipe coating on each side of the joint. 3) Width to take into consideration shrinkage of the sleeve due to installation and joint profile d. Heat shrink sleeves shall meet AWWA C216, as manufactured by: 1) Canusa 2) Raychem, or 3) Approved equal e. Provide heat shrink sleeve suitable to interior joint welding without damage to heat shrink sleeve. C. Performance / Design Criteria 1. Pipe Design a. Steel pipe shall be designed, manufactured and tested in conformance with AWWA C200, AWWA M11 and these Specifications. b. Sizes and pressure classes (working pressure) shall be as shown below. c. For the purpose of pipe design, the transient pressure plus working pressure shall be as indicated below. Downtown Cast Iron Water Main Replacements City Project Number: 105064 33 11 14 - 10 BURIED STEEL PIPE AND FITTINGS Page 10 of 27 d. Fittings, specials and connections shall be designed for the same pressures as the adjacent pipe. e. Pipe design shall be based on trench conditions and the design pressure in accordance with AWWA M11; using the following parameters: 1) Unit Weight of Fill (W) = 130 pounds per cubic foot 2) Live Load a) = AASHTO HS 20, at all locations except at railroads b) = Cooper E80, at Railroads 3) Trench Depth = As indicated in the Drawings 4) Deflection Lag Factor (Dl) = 1.0 5) Coefficient (K) = 0.10 6) Maximum Calculated Deflection: a) Dx = 3 percent (for polyurethane coated pipe) b) Dx = 2 percent (for cement mortar coated pipe) 7) Soil Reaction Modulus (E') < 1,000 8) Working Pressure = 150 psi a) Test Pressure = (1) No less than 1.25 minimum 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. 9) Surge Allowance = 100 psi, minimum a) Where Total Pressure (including surge) = 150 psi + 100 psi = 250 psi f. Fittings and specials shall be: 1) Designed in accordance with AWWA C208 and AWWA M11 except that crotch plates shall be used for outlet reinforcement for all Pressure Diameter Values, PDV, greater than 6,000. g. Where the pipe requires additional external support to achieve the specified maximum deflection, the Contractor and pipe supplier will be required to furnish alternate methods for pipe embedment. 1) No additional compensation will be made to the Contractor by the Owner where this method is required. h. Trench depths indicated shall be verified after existing utilities are located. 1) Vertical alignment changes required because of existing utility or other conflicts shall be accommodated by an appropriate change in pipe design depth. 2) In no case shall pipe be installed deeper than its design allows. i. Field fabrication or cutting is not allowed, unless otherwise approved by the City. 2. Provisions for Thrust a. Thrust at bends, tees or other fittings shall be resisted by restrained joints. 1) Thrust at bends adjacent to casing shall be restrained by welding joints through the casing and a sufficient distance each side of the casing. 2) The distance for thrust restraint shown on the Drawings is the minimum restraint and does not relieve the manufacturer from calculating the restraint needs as specified herein. a) In no case shall the restrained distance be less than indicated on the Drawings. Downtown Cast Iron Water Main Replacements City Project Number: 105064 33 11 14 - 11 BURIED STEEL PIPE AND FITTINGS Page 11 of 27 b. Restrained joints shall be used a sufficient distance from each side of the bend, tee, plug or other fitting to resist thrust which develops at the design pressure of the pipe. c. Restrained joints shall consist of welded joints. d. The length of pipe designed with restrained joints to resist thrust shall be verified by the pipe manufacturer in accordance with AWWA M11 and the following: 1) The weight of the earth (We) shall be calculated as the weight of the projected soil prism above the pipe, for unsaturated soil conditions 2) Soil Density = 110 pounds per cubic foot (maximum value to be used), for unsaturated soil conditions 3) Coefficient of Friction = 0.25 (maximum value to be used for polyurethane coated steel pipe). 4) If indicated on the Drawings and the Geotechnical Borings that ground water is expected, account for reduced soil density. 5) For horizontal bends, the length of pipe to be restrained shall be calculated as follows: L = P A (1 – cos ∆) f (2We + Wp + Ww) Where: 3. Inside Diameter ∆ = Deflection angle L = Length of pipe to be restrained on each side P = internal pressure A = Cross sectional area of pipe steel cylinder I.D. We = Weight of prism of soil over the pipe Wp = Weight of pipe Ww = Weight of water f = Coefficient of friction between pipe and soil a. The inside diameter, including the cement-mortar lining, shall be a minimum of the nominal diameter of the pipe specified, unless otherwise indicated on the Drawings. 4. Wall Thickness a. The minimum pipe wall steel thickness shall be as designed, but not less than 0.1875 0.25 inches or pipe D/240, whichever is greater for pipe and fittings, with no minus tolerance, where D is the nominal inside pipe diameter. b. Where indicated on the Drawings, pipe and fittings shall have thicker steel pipe wall. c. The minimum steel wall thickness shall also be such that the fiber stress shall not exceed: 1) 50 percent of the minimum yield strength of the steel for working pressure and 2) 75 percent of the minimum yield strength of the steel at the maximum pressure (including transient pressure), nor the following, at the specified working pressure: Downtown Cast Iron Water Main Replacements City Project Number: 105064 33 11 14 - 12 BURIED STEEL PIPE AND FITTINGS Page 12 of 27 Pipe Type Maximum Stress at Working Pressure Polyurethane Coated Steel 23,000 psi Mortar Coated Steel NOT USED d. Pipe which is placed in casing or tunnel shall have a minimum pipe wall steel thickness of 0.375 inches or pipe D/144, whichever is greater, where D is the nominal pipe diameter. e. Pipe, fittings and specials shall be designed such that the maximum stresses in the pipe due to thrust loading will not exceed 18,000 psi. 5. Seams a. Except for mill-type pipe, the piping shall be made from steel plates rolled into cylinders or sections thereof with the longitudinal and girth seams butt welded or shall be spirally formed and butt welded. 1) There shall be not more than 2 longitudinal seams. 2) Girth seams shall be butt welded and shall not be spaced closer than 6 feet except in specials and fittings. 6. Joint Length a. Maximum joint length shall not exceed 50 feet. b. Maximum joint length of steel pipe installed in casing shall meet the project requirements. c. Manufactured random segments of pipe will not be permitted for straight runs of pipe. 1) Closing piece segments, however, shall be acceptable. 7. Joint Bonds, Insulated Connections and Flange Gaskets a. Joint Bonds, Insulated Connection, and Flange Gaskets shall be in accordance with Section 33 04 10. 8. Bend Fittings a. All bend fittings shall be long radius to permit passage of pipeline pigs. 9. Pipe Ends a. Pipe ends shall be: 1) Lap welded slip joints 2) Butt strap joint 3) Flanged joint 4) Flexible coupled joint 5) Roll groove gasket joint b. Pipe ends shall be welded or harnessed where indicated and as necessary to resist thrust forces. 1) Thrust at bends adjacent to casing shall be restrained by welding joints through the casing and a sufficient distance each side of the casing. c. Rubber Gasket Joint 1) Rubber gasketed joints (O-ring or Carnegie Joints) will only be allowed for pipe sizes 54-inch diameter and smaller. 2) Joints shall conform to AWWA C200 standard. 3) The joints shall consist of: a) Bell (1) Flared bell end formed and sized by forcing the pipe or a plug die or by expanding on segmental dies. Downtown Cast Iron Water Main Replacements City Project Number: 105064 33 11 14 - 13 BURIED STEEL PIPE AND FITTINGS Page 13 of 27 b) Spigot (1) Rolled spigot or carnegie shaped steel joint ring in accordance with AWWA C200 and as shown as Item F or H in Figure 8-1 of the AWWA M11. 4) The welded area of bell and spigot pipe ends shall be checked after forming by the dye penetrant or magnetic particle method. 5) The difference in diameter between the interior diameter (I.D.) of the bell and the outer diameter (O.D.) of the spigot shoulder at point of full engagement with an allowable deflection shall be no more than 0.04 inches as measured on the circumference with a diameter tape. 6) The gasket shall have sufficient volume to approximately fill the area of the groove and shall conform to AWWA C200. 7) The joint shall be suitable for the specified test and/or surge pressure and deflection. 8) Joints shall be of clearances such that water tightness shall be provided under all operating and test conditions with a pipe diameter deflection based upon the supplied pipe coating. 9) Joints shall be electrically continuous. d. Lap Welded Slip Joint 1) Lap welded slip joint shall be provided in all locations for pipe larger than 24-inches and where joints are welded for thrust restraint. 2) Lap welded slip joints may be welded from the inside or outside. 3) Ends of pipe, fittings and specials for field welded joints shall be prepared with 1 end expanded in order to receive a plain end making a bell and plain end type of joint. a) Clearance between the surfaces of lap joints shall not exceed1/8 inch at any point around the periphery. 4) In addition to the provisions for a minimum lap of 1½ inches as specified in AWWA C200, the depth of bell shall be such as to provide for a minimum distance of 1 inch between the weld and the nearest tangent of the bell radius when welds are to be located on the inside of the pipe. e. Fittings with Flanges 1) Flanged joints shall be provided at connections to valves and where indicated on the Drawings. 2) Ends to be fitted with slip-on flanges shall have the longitudinal or spiral welds ground flush to accommodate the type of flanges provided. 3) Pipe flanges and welding of flanges to steel pipe shall conform to the requirements of AWWA C207 and AWWA C206. 4) Pipe flanges shall be of rated pressure equal to or greater than the adjacent pipe class. 5) Flanges shall match the fittings or appurtenances which are to be attached. 6) Flanges shall be Class E with 275 psi working pressure in accordance with AWWA C207 and drilled in accordance with ASME B16.1 Class 125 for areas designated with a 225 test pressure. 7) When Isolation Flanges are required by the Drawings, Drillings shall accommodate the required spacing for mylar sleeves according to Section 33 04 10. f. Flexible Couplings 1) Flexible couplings shall be provided where specified on the Drawings. 2) Ends to be joined by flexible couplings shall be: Downtown Cast Iron Water Main Replacements City Project Number: 105064 33 11 14 - 14 BURIED STEEL PIPE AND FITTINGS Page 14 of 27 a) Plain end type, prepared as stipulated in AWWA C200. b) Welds on ends to be joined by couplings shall be ground flush to permit slipping the coupling in at least 1 direction to clear the pipe joint. c) Harness bolts and lugs shall comply with AWWA M11. g. Butt Strap Closure Joints 1) Where necessary to make closure to pipe previously laid, closure joints shall be installed using butt strap joints in accordance with AWWA C206 and applicable provisions of this Specification. 10. Polyurethane Coating a. Applicator Qualifications 1) Equipment shall be certified by the coating manufacturer to meet the requirements for: a) Material mixing b) Temperature control c) Application rate d) Ratio control for multi-part coatings 2) Equipment not meeting the written requirements of the coating manufacturer shall be rejected for coating application until repairs or replacement of the equipment is made to the satisfaction of the City. 3) Personnel responsible for the application of the coating system shall: a) Provide certification of attendance at the coating manufacturer’s training class within the last 3 years b) Be present during all coating application work and shall have responsibility for controlling all aspects of the coating application b. Surface Preparation 1) Remove visible oil, grease, dirt and contamination in accordance with SSPC SP 1. 2) Remove surface imperfections such as metal slivers, burrs, weld splatter, gouges or delaminations in the metal by filing or grinding prior to abrasive surface preparation. 3) In cold weather or when moisture collects on the pipe and the temperature of the pipe is less than 45 degrees F, preheat pipe to a temperature between 45 and 90 degrees F and 5 degrees F above dew point. 4) Clean pipe by abrasive blasting with a mixture of steel grit and shot to produce the surface preparation cleanliness as required by coating manufacturer and as specified. a) Recycled abrasive shall be cleaned of debris and spent abrasive in an air wash separator. 5) Blast media mixture and gradation shall be adequate to achieve a sharp angular surface profile as required by coating manufacturer and to the minimum depth specified. 6) Protect prepared pipe from humidity, moisture and rain. 7) Keep pipe clean, dry and free of flash rust. a) Remove all flash rust, imperfections or contamination on cleaned pipe surface by reblasting prior to primer application. 8) Complete priming and coating of pipe in a continuous operation the same day as surface preparation. Downtown Cast Iron Water Main Replacements City Project Number: 105064 33 11 14 - 15 BURIED STEEL PIPE AND FITTINGS Page 15 of 27 9) Abrasive blast exterior surfaces in accordance with SSPC SP 10/NACE No. 2; to a near-white blast cleaning with a minimum 3.0 mil angular profile in bare steel. c. Equipment 1) 2-component, heated airless spray unit in accordance with coating manufacturer’s recommendation d. Temperature 1) Minimum 5 degrees F above dew point temperature a) The temperature of the surface shall not be less than 60 degrees F during application. e. Humidity 1) Heating of pipe surfaces may be required to meet requirements of this Section if relative humidity exceeds 80 percent. f. Resin 1) Do not thin or mix resins; use as received. 2) Store resins at a temperature recommended by the coating manufacturer. g. Application 1) Applicator shall be certified by the coating manufacturer and conform to coating manufacturer's recommendations. a) Thinning is not permitted. 2) Apply directly to pipe to achieve a total dry film thickness (DFT) of 35 mils. 3) Multiple-pass, 1 coat application process is permitted provided maximum allowable recoat time specified by coating manufacturer is not exceeded. 4) Provide cutbacks in accordance with coating manufacturer’s recommendations as appropriate for the type of joint and heat shrink sleeve to be used. h. Recoating 1) Recoat only when coating has cured less than maximum time specified by coating manufacturer. 2) When coating has cured for more than recoat time, brush-blast or thoroughly sand the surface. 3) Blow-off cleaning using clean, dry, high pressure compressed air. i. Curing 1) Do not handle pipe until coating has been allowed to cure, per manufacturer's recommendations. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Marking for Identification 1. For each joint of pipe and each fitting, plainly mark on 1 end: a. Class for which it is designated b. Date of manufacturer c. Identification number d. Top centerlines shall be marked on all specials B. Factory Testing 1. Cement Mortar Lining - Shop-applied cement mortar linings shall be tested in accordance with AWWA C205. Downtown Cast Iron Water Main Replacements City Project Number: 105064 33 11 14 - 16 BURIED STEEL PIPE AND FITTINGS Page 16 of 27 2. Polyurethane Coating - The polyurethane coating shall be tested in accordance with AWWA C222. a. Thickness: Test thickness of coating in accordance with SSPC PA 2. 1) Test coating system applied to the pipe for holidays according to the procedures outlined in NACE SP0188 using a high voltage spark tester (operating at 100 volts per mil), for the dry film thickness (DFT) specified of 35 mil. b. Adhesion Testing 1) Polyurethane coatings or linings shall have an adhesion to steel of 1,500 pounds per square inch, minimum. 2) Test polyurethane coating adhesion to steel substrates using pneumatic pull off equipment, such as HATE Model 108 or Delfesko Positest, in accordance with ASTM D4541 and AWWA C222, except as modified in this Section. 3) Adhesion testing records shall include: a) Pipe identification b) Surface tested (interior or exterior) c) Surface temperature d) Coating thickness e) Tensile force applied f) Mode of failure g) Percentage of substrate failure relative of dolly surface 4) Glue dollies for adhesion testing to the coating surface and allowed to cure for a minimum of 12 hours. a) Because of high cohesive strength, score polyurethane coatings around the dolly prior to conducting the adhesion test. 5) Failure shall be by adhesive and cohesive failure only. a) Adhesive failure is defined as separation of the coating from the steel substrate. b) Cohesive failure is defined as failure within the coating, resulting in coating remaining both on the steel substrate and dolly. 6) Retest partial adhesion and glue failure if the substrate failure is less than 50 percent relative of the dolly surface area and the applied tension was less than the specified adhesion. 7) Glue failures in excess of the minimum required tensile adhesion are accepted as meeting the specified adhesion requirements. 8) Conduct, accept and reject adhesion tests on polyurethane pipe coating and lining independently (where applicable). 9) Frequency of adhesion testing in accordance with AWWA C222. 10) Randomly select repair patches on the polyurethane coating for adhesion testing in a manner as described herein and at the discretion of the coating inspector conducting the adhesion tests. a) Adhesion of repairs shall be as specified by the coating manufacturer for the type of repair. C. Manufacturer’s Technician for Pipe Installation 1. Pipe Manufacturer’s Representative Downtown Cast Iron Water Main Replacements City Project Number: 105064 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 [Insert Project Name] [Insert Project Number] 33 11 14 - 17 BURIED STEEL PIPE AND FITTINGS Page 17 of 27 a. If required by the Engineer or requested by the Contractor during construction, the pipe manufacturer shall furnish the services of a factory trained, qualified, job experienced technician to advise and instruct as necessary in pipe laying and pipe jointing. 1) The technician shall assist and advise the Contractor in his pipe laying operations and shall instruct construction personnel in proper joint assembly and joint inspection procedures. 2) The technician is not required to be on-site full time; however, the technician shall be regularly on-site during the first 2 weeks of pipe laying and thereafter as requested by the Engineer, City or Contractor. 2. Polyurethane Coating Manufacturer’s Representative a. The pipe manufacturer shall provide services of polyurethane coating manufacturer's representative and a representative from the heat shrink joint manufacturer for a period of not less than 3 days at beginning of actual pipe laying operations to advise Contractor and City regarding installation, including but not limited to: 1) Handling and storage 2) Cleaning and inspecting 3) Coating repairs 4) Field applied coating 5) Heat shrink installation procedures 6) General construction methods and how they may affect pipe coating b. Representative shall be required to return if, in the opinion of the Engineer, the polyurethane coating or the Contractor's construction methods do not comply with Contract Specifications. 1) Cost for the manufacturer’s representatives to return to the site shall be at no additional cost to the City. D. Hydrostatic Pressure Testing 1. Perform hydrostatic pressure testing in accordance with AWWA C200. 2. Hydrostatically test each joint of pipe prior to application of lining or coating. a. The internal test pressure shall be that which results in a fiber stress equal to 75 percent of the minimum yield strength of the steel used. b. Each joint of pipe tested shall be completely watertight under maximum test pressure. c. Test pressure shall be held for sufficient time to observe the weld seams. d. Maintain a recording pressure gauge, reference number of pipe tested, etc. 1) The pipe shall be numbered in order that this information can be recorded. 3. Test fittings by: a. Hydrostatic test b. Magnetic particle test c. Ultrasonic d. Radiography e. Dye penetrant test E. City Testing and Inspection 1. Pipe may be subject to inspection at the manufacturer’s facility by an independent testing laboratory, which laboratory shall be selected and retained by the City. a. Representatives of the City, City’s laboratory, or the Engineer shall have access to the work whenever it is in preparation or progress. Downtown Cast Iron Water Main Replacements City Project Number: 105064 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 [Insert Project Name] [Insert Project Number] 33 11 14 - 18 BURIED STEEL PIPE AND FITTINGS Page 18 of 27 b. Pipe manufacturer shall provide proper facilities for access and for inspection. c. Pipe manufacturer shall notify the City in writing, a minimum of 2 weeks prior to the pipe fabrication so that the City may advise the manufacturer as to the City's decision regarding tests to be performed by an independent testing laboratory. d. Material, fabricated parts and pipe, which are discovered to be defective, or which do not conform to the requirements of this Specification shall be subject to rejection at any time prior to City's final acceptance of the product. 2. The inspection and testing by the independent testing laboratory anticipates that production of pipe shall be done over a normal period of time and without "slow downs" or other abnormal delays. a. The pipe manufacturer shall coordinate their manufacturing schedule with the Contractor and advise the Contractor of any changes in the schedule. 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 steel pipe, fittings, specials and appurtenances as specified herein, as specified in AWWA M11, in accordance with the pipe manufacturer’s recommendations and as required for the proper functioning of the completed pipe line. 2. Lay pipe to the lines and grades as indicated in the Drawings. 3. Excavate, embed and backfill trenches in accordance with Section 33 05 10. 4. For installation of carrier pipe within casing, see Section 33 05 24. 5. Inspect and test each joint for holidays just prior to pipe being lowered into the ditch. a. All damaged areas and holidays are to be repaired before the pipe is lowered into the trench. 6. Place and consolidate embedment and backfill prior to removing pipe stulls. 7. Maximum allowable pipe deflection is limited to: a. 2 percent for mortar coated steel pipe b. 3 percent for polyurethane coated steel pipe 8. Install bonds at all pipe joints, except for welded joints or insulated joints. B. Pipe Handling 1. Haul and distribute pipe and fittings at the project site. 2. Handle pipe with care to avoid damage. a. Pipe shall be handled at all times with sufficient non-abrasive slings, belts or other equipment designed to prevent damage to the coating or lining. b. The spacing of pipe supports required to handle the pipe shall be adequate to prevent cracking or damage to the lining or coating. Downtown Cast Iron Water Main Replacements City Project Number: 105064 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 [Insert Project Name] [Insert Project Number] 33 11 14 - 19 BURIED STEEL PIPE AND FITTINGS Page 19 of 27 c. Inspect each joint of pipe and reject or repair any damaged pipe prior to lowering into the trench. d. The equipment shall be kept in such repair that its continued use is not injurious to the coating. e. Do not lay pipe in wet conditions. 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. Line Up at Bends 1. Line up pipe for joining so as to prevent damage thereto. a. Thoroughly clean the bell and spigot ends of each joint of pipe of foreign matter, rust and scale before placing spigot into bell. 2. Where abrupt changes in grade and direction occur, employ special shop fabricated fittings for the purpose. a. Field cutting the ends of the steel pipe to accomplish angular changes in grade or direction of the line shall not be permitted. D. Pipe Laying 1. Rubber Gasket Joints a. Join rubber gasket joints in accordance with the manufacturer’s recommendations. b. Clean bell and spigot of foreign material. c. Lubricate gaskets and bell and relieve gasket tension around the perimeter of the pipe. d. Engage spigot as far as possible in bell. e. Joint deflection or pull shall not exceed the manufacturer’s recommendation. f. Check gasket with feeler gauge all around the pipe. g. In areas of petroleum hydrocarbon soil contamination, install special Neoprene gaskets or approved equal. 2. Welded Joints a. Weld joints in accordance with AWWA C206. 1) Contractor shall provide adequate ventilation for welders and for City's representative to observe welds. 2) Welds shall be full circle fillet welds, unless otherwise specified. 3) Welding shall be completed after application of field applied joint coating. b. Adequate provisions for reducing temperature stresses shall be the responsibility of the Contractor. c. After the pipe has been joined and properly aligned and prior to the start of the welding procedure: 1) The spigot and bell shall be made essentially concentric by shimming or tacking to obtain clearance tolerance around the periphery of the joint. 2) In no case shall the clearance tolerance be permitted to accumulate. d. Before welding: 1) Thoroughly clean pipe ends. 2) Weld pipe by machine or by the manual shielded electric arc process. 3) Welding shall be performed so as not to damage lining or coating. 4) Cover the polyurethane coating as necessary to protect from weld splatter. Downtown Cast Iron Water Main Replacements City Project Number: 105064 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 [Insert Project Name] [Insert Project Number] 33 11 14 - 20 BURIED STEEL PIPE AND FITTINGS Page 20 of 27 e. Furnish labor, equipment, tools and supplies, including shielded type welding rod. 1) Protect welding rod from any deterioration prior to its use. 2) If any portion of a box or carton is damaged, reject the entire box or carton. f. Hand Welding 1) The metal shall be deposited in successive layers. 2) Not more than 1/8 inch of metal shall be deposited in each pass. 3) Each pass except the final 1, whether in butt or fillet welds, shall be thoroughly bobbed or peened to relieve shrinkage stresses and to remove dirt, slag or flux before the succeeding bead is applied. 4) Each pass shall be thoroughly fused into the plates at each side of the welding groove or fillet and shall not be permitted to pile up in the center of the weld. 5) Undercutting along the side shall not be permitted. g. Welds shall be free from pin holes, non-metallic inclusions, air pockets, undercutting and/or any other defects. h. If the ends of the pipe are laminated, split or damaged to the extent that satisfactory welding contact cannot be obtained, remove the pipe from the line. i. Furnish each welder employed with a steel stencil for marking the welds, so that the work of each welder may be identified. j. Have each welder stencil the pipe adjacent to the weld with the stencil assigned to him. 1) In the event any welder leaves the job, his stencil shall be voided and not duplicated if another welder is employed. k. Welders 1) Use only competent, skilled and qualified workmen. a) Each welder employed by the Contractor shall be required to satisfactorily pass a welding test in accordance with AWWA C206 before being allowed to weld on the line. b) After each welder has qualified in the preliminary tests referred to above, inspections shall be made of joints in the line. c) Any welder making defective welds shall not be allowed to continue to weld. E. Interior Joint Grouting 1. Upon completion of backfilling of the pipe trench, clean out dirt or trash which has collected in the joint and moisten the concrete surfaces of the joint space by spraying or brushing with a wet brush. 2. Fill the inside of the joint recess with a stiff cement mortar. 3. Where the mortar joint opening is 1 inch or wider, such as where trimmed spigots are required, apply a bonding agent to mortar and steel surface prior to placing joint mortar. 4. Ram or pack the stiff mortar into the joint space and take extreme care to ensure that no voids remain in the joint space. 5. After the joint has been filled, level the surfaces of the joint mortar with the interior surfaces of the pipe with a steel trowel so that the surface is smooth. 6. Interior joints of pipe 24-inch and smaller shall have the bell buttered with mortar, prior to inserting the spigot, such that when the spigot is pushed into position it will extrude surplus mortar from the joint. Downtown Cast Iron Water Main Replacements City Project Number: 105064 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 [Insert Project Name] [Insert Project Number] 33 11 14 - 21 BURIED STEEL PIPE AND FITTINGS Page 21 of 27 a. The surplus mortar shall be struck off flush with the inside of the pipe by pulling a filled burlap bag or inflated ball through the pipe with a rope. F. Exterior Joint Protection 1. Heat Shrink Sleeves a. General 1) Buried pipe joints shall be field coated after pipe assembly in accordance with AWWA C216, using Heat Shrink Sleeves. 2) Width of heat shrink sleeve shall be sufficient to overlap the polyurethane coating by a minimum of 3 inches. 3) Overlapping of 2 or more heat shrink sleeves to achieve the necessary width will not be permitted. b. Installation 1) Clean pipe surface and adjacent coating of all mud, oil, grease, rust and other foreign contaminates with a wire brush in accordance with SSPC SP 2, or SSPC SP 3. Remove oil or grease contamination by solvent wiping the pipe and adjacent coating in accordance with SSPC SP 1. a) Clean the full circumference of the pipe and a minimum of 6 inches onto the existing coating. 2) Remove all loose or damaged pipe coating at joint and either repair the coating as specified herein or increase the length of the joint coating, where reasonable and practical. 3) Complete joint bonding of non-welded pipe joints before application of joint coating. 4) Joint bonds shall be low profile bonds and all gaps and crevices around the bonds shall be filled with mastic sealant. 5) Store sleeves in shipping box until use is required. a) Keep dry and sheltered from exposure to direct sunlight. b) Store off the ground or concrete floors and maintain at a temperature between 60 degrees F and 100 degrees F as recommended by the sleeve manufacturer. 6) Metal surface shall be free of all dirt, dust and flash rusting prior to sleeve application. 7) Preheat pipe uniformly to 140 degrees F to 160 degrees F or as recommended by the sleeve manufacturer. a) Monitor pipe temperature using a surface temperature gauge, infrared thermometer or color changing crayons. b) Protect preheated pipe from rain, snow, frost or moisture with tenting or shields and do not permit the joint to cool. 8) Prime joint with specified primer and fill all cracks, crevices and gaps with mastic filler in accordance with the manufacturer’s recommendations for the full circumference of the pipe. 9) Apply heat shrink sleeve when it is at a minimum temperature or 60 degrees F and while maintaining the pipe temperature above the preheat temperature specified. 10) Apply sleeve in accordance with the manufacturer’s instructions and center the sleeve over the joint to provide a minimum of 3-inch overlay onto the existing pipe coating. 11) Apply heat to the sleeve using either propane fire infrared heaters or wrap around heaters. Downtown Cast Iron Water Main Replacements City Project Number: 105064 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 [Insert Project Name] [Insert Project Number] 33 11 14 - 22 BURIED STEEL PIPE AND FITTINGS Page 22 of 27 a) Hold flame a minimum of 6 inches from the sleeve surface. b) Periodically roll the coating on the pipe surface. c) Heat from the center of the sleeve to the outer edge until properly seated, then begin in the opposite direction. d) Monitor sleeve for color change, where appropriate, or with appropriate temperature gauges. e) Take care not to excessively heat the parent coating. 12) Completed joint sleeve shall be fully bonded to the pipe and existing coating surface, without voids, mastic beading shall be visible along the full circumference of the sleeve, and there shall be no wrinkling or excessive burns on the sleeves. a) Sleeves which do not meet these requirements shall be removed and the joint recoated as directed by the Engineer. b) Minor repairs may be repaired using heat shrink sleeve repair kits. 13) Allow the sleeve to cool before moving, handling or backfilling. In hot climates, provide shading from direct sunlight. a) Water quenching will be allowed only when permitted by the sleeve manufacturer. G. Protective Welded Joints Coating System – Weld After Backfill 1. General a. Application of protective coating at the pipe joints will be as follows: 1) Apply a 3 layer joint coating system consisting of a factory applied 35 mil polyurethane coating 2) A field applied 60 mil by 6 inch wide strip of CANUSA HCO Wrapid Tape heat resistant tape at the location of the welding 3) A field applied 110 mil (full recovered thickness) by 18 inch wide CANUSA AquaWrap high shrink heat shrinkable joint sleeve 4) After the heat shrinkable joint sleeve is installed, backfill the trench and then weld the joint. b. The Contractor is responsible for his operations so that they do not damage the factory applied coating system. c. When applying the 3 layer joint coating system for post welding the joints, the Contractor must show that his operation will not damage the joint coating system to the Engineer’s satisfaction. d. The Contractor will be required to fully uncover a maximum of 10 joints, selected at random by the Engineer or City to visually inspect and test the joint after welding. Any damage must be repaired. 1) If the Contractor’s welding procedure damages the 3 layer joint coating system, the Contractor, at the direction of the Engineer, will be required to modify his welding procedure. 2. Joint Coating (3 Layer) a. Apply 3 Layer Joint Coating System before Welding the Joint b. Pipe Manufacturing and Heat Tape 1) A 35 mil thickness polyurethane coating shall be applied over entire length of pipe. 2) The Contractor shall field apply 60 mil thick by 6 inch wide strip of CANUSA HCO Wrapid Tape heat resistant tape to the exterior bell end of the pipe, centered on the location of the welding, over a 35 mil factory applied polyurethane coating. Downtown Cast Iron Water Main Replacements City Project Number: 105064 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 [Insert Project Name] [Insert Project Number] 33 11 14 - 23 BURIED STEEL PIPE AND FITTINGS Page 23 of 27 c. Surface Preparation and Installation for Heat Shrinkable Joint Sleeve 1) Clean pipe surface and adjacent coating of all mud, oil, grease, rust and other foreign contaminates with a wire brush in accordance with SSPC SP 2, or SSPC SP 3. Remove oil or grease contamination by solvent wiping the pipe and adjacent coating in accordance with SSPC SP 1. a) Clean the full circumference of the pipe and a minimum of 6 inches onto the existing coating. 2) Remove all loose or damaged pipe coating at joint and either repair the coating as specified herein or increase the length of the joint coating, where reasonable and practical. 3) Complete joint bonding of pipe joints before application of joint coating. a) Joint bonds shall be low profile bonds and all gaps and crevices around the bonds shall be filled with mastic sealant. 4) Store sleeves in shipping box until use is required. a) Keep dry and sheltered from exposure to direct sunlight. b) Store off the ground or concrete floors and maintain at a temperature between 60 degrees F and 100 degrees F as recommended by the sleeve manufacturer. 5) Metal surface shall be free of all dirt, dust and flash rusting prior to sleeve application. 6) Preheat pipe uniformly to 140 degrees F to 160 degrees F or as recommended by the sleeve manufacturer. a) Monitor pipe temperature using a surface temperature gauge, infrared thermometer or color changing crayons. b) Protect preheated pipe from rain, snow, frost or moisture with tenting or shields and do not permit the joint to cool. 7) Prime joint with specified primer and fill all cracks, crevices, and gaps with mastic filler in accordance with the manufacturer’s recommendations for the full circumference of the pipe. 8) Apply heat shrink sleeve when it is at a minimum temperature or 60 degrees F and while maintaining the pipe temperature above the preheat temperature specified. a) Apply sleeve in accordance with the manufacturer’s instructions and center the sleeve over the joint to provide a minimum of 3-inch overlay onto the existing pipe coating. 9) Apply heat to the sleeve using either propane fire infrared heaters or wrap around heaters. a) Hold flame a minimum of 6 inches from the sleeve surface. b) Periodically roll the coating on the pipe surface. c) Heat from the center of the sleeve to the outer edge until properly seated, then begin in the opposite direction. d) Take care not to excessively heat the parent coating. e) Monitor sleeve for color change, where appropriate, or with appropriate temperature gauges. 10) Completed joint sleeve shall be fully bonded to the pipe and existing coating surface, without voids, mastic beading shall be visible along the full circumference of the sleeve, and there shall be no wrinkling or excessive burns on the sleeves. a) Sleeves which do not meet these requirements shall be removed and the joint recoated as directed by the Engineer. Downtown Cast Iron Water Main Replacements City Project Number: 105064 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 [Insert Project Name] [Insert Project Number] 33 11 14 - 24 BURIED STEEL PIPE AND FITTINGS Page 24 of 27 b) Minor repairs may be repaired using heat shrink sleeve repair kits. 11) Allow the sleeve to cool before moving, handling or backfilling. a) In hot climates, provide shading from direct sunlight. b) Water quenching will be allowed only when permitted by the sleeve manufacturer. 12) Holiday testing shall be performed using a high voltage holiday tester (operating at 100 volts per mil) at each joint after field application of heat shrinkable joint sleeve per SP0188. a) If any holidays or cuts are detected, the sleeve shall be repaired using the heat shrink sleeve manufacturer’s recommendation. b) The damaged area shall be covered with a minimum of 50-mm overlap around the damaged area. H. Protection of Buried Metal 1. Coat buried ferrous metal such as bolts and flanges, which cannot be protected with factory or field-applied polyurethane coatings or heat shrink sleeves, with 2 wraps of wax tape and encase in flowable fill. 3.5 REPAIR A. Repair and Field Touchup of Polyurethane Coating 1. For repair and field touch-up of polyurethane coating, apply: a. Madison GP II (E) Touchup Polyurethane Coating b. Lifelast Durasheild 210, 310 or 310 JARS c. ITW – Futura Coatings Protec II, or d. Coating manufacturer’s recommendation 2. Holidays a. Remove all traces of oil, grease, dust, dirt and other debris. b. Roughen area to be patched by sanding with rough grade sandpaper (40 grit). c. Apply a 35 mil coat of repair material described above. d. Work repair material into scratched surface by brushing or rolling in accordance with manufacturer's recommendations. e. Retest for Holiday. 3. Field Cuts or Large Damage a. If in the opinion of the City the polyurethane coating is excessively damaged, the pipe segment will be rejected until the coating system is removed and replaced so that the system is in a like-new condition. b. Remove burrs from field cut ends or handling damage and smooth out edge of polyurethane coating. c. Remove all traces of oil, grease, dust, dirt and other debris. d. Roughen area to be patched with rough grade sandpaper (40 grit). e. Feather edges and include overlap of 2 inches of roughened polyurethane in area to be patched. f. Apply a 35 mil coat of repair material described above, in accordance with manufacturer's recommendations. g. Work repair material into scratched surface by brushing. h. Feather edges of repair material into prepared surface. i. Cover at least 1 inch of roughed area surrounding damage or adjacent to field cut. j. Test repairs for holidays. Downtown Cast Iron Water Main Replacements City Project Number: 105064 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 [Insert Project Name] [Insert Project Number] 33 11 14 - 25 BURIED STEEL PIPE AND FITTINGS Page 25 of 27 B. Patch of Cement Mortar Lining 1. Repair cracks larger than 1/16 inch. 2. Pipes with disbonded linings will be rejected. 3. Excessive patching of lining shall not be permitted. 4. Repair in accordance with AWWA C205 and as follows: a. Apply bonding agent to patch area. b. Patching of lining shall be allowed where area to be repaired does not exceed 100 square inches and has no dimension greater than 12 inches. c. In general, there shall be not more than 1 patch in the lining of any joint of pipe. 5. Wherever necessary to patch the pipe, make the patch with the mortar indicated. 6. Do not install patched pipe until the patch has been properly and adequately cured, unless approved by the City. 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field Tests and Inspections 1. Quality Control of Field Applied Polyurethane Coating a. Surface Preparation 1) Visually inspect surface preparation to ensure cleanliness and dryness requirements have been met. 2) Use Testex tape on at least 1 joint per day to ensure that adequate profile is being achieved. b. Visual 1) Visually inspect cured coating to ensure that the coating is completely cured with no blisters, cracks, pinholes, missed areas, excessive roughness, "sticky" or "gooey" areas. 2) Check to ensure that the coating completely covers the steel and existing coating. c. Thickness 1) Use a magnetic dry film thickness (DFT) gauge on cured coating to ensure adequate thickness has been achieved according to SSPC PA 2. a) If the thickness of the coating is below the minimum specified millage anywhere along the length of the pipe, then adjustments must be made to the spray system to correct the problem. 2) At a minimum, the thickness shall be measured for every 50 square feet of sprayed area. d. Adhesion 1) Perform the following procedure on a minimum of 1 joint per day: a) Select area to test that has cured for at least 1 hour for fast setting coatings. b) Test and repair in accordance with AWWA C222 Dolly Pull-off Test. e. Holiday Testing 1) Holiday testing shall be performed using a high voltage holiday tester at each joint no sooner than 1 hour after field application of polyurethane coating. f. Inspection at Welding Joints Downtown Cast Iron Water Main Replacements City Project Number: 105064 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 [Insert Project Name] [Insert Project Number] 33 11 14 - 26 BURIED STEEL PIPE AND FITTINGS Page 26 of 27 1) When applying the 3 layer joint coating system for post welding the joints, the Contractor must show that his operation will not damage the joint coating system to the Engineer's satisfaction. 2) The Contractor will be required to fully uncover a maximum of 10 joints, selected at random by the Engineer or City to visually inspect and test the joint after welding. 3) Any damage must be repaired. 4) If the Contractor's welding procedure damages the 3 layer joint coating system, the Contractor, at the direction of the Engineer, will be required to modify his welding procedure. 2. Weld Testing a. Dye penetrant tests in accordance with ASTM E165, or magnetic particle test in accordance with AWWA C206 and set forth in AWS D.1.1. shall be performed by the Contractor under the supervision and inspection of the City’s Representative or an independent testing laboratory, on all full welded joints. 1) Welds that are defective will be replaced or repaired, whichever is deemed necessary by the Engineer, at the Contractor's expense. 2) If the Contractor disagrees with the Engineer's interpretation of welding tests, test sections may be cut from the joint for physical testing. The Contractor shall bear the expense of repairing the joint, regardless of the results of physical testing. 3) The procedure for repairing the joint shall be approved by the Engineer before proceeding. 3. Deflection Testing a. Prior to hydrostatic testing, the City’s inspector shall perform deflection testing at a minimum rate of 1 measurement for every 2,500 linear feet of water line. b. City may reject any areas not meeting the deflection requirements of this Specification. 4. Cleaning and Testing a. Cleaning, disinfection, hydrostatic testing, and bacteriological testing of water mains: 1) Clean, flush, pig, disinfect, hydrostatic test, and bacteriological test the water main as specified in Section 33 04 40. 5. Closed Circuit Television (CCTV) Inspection a. Provide a Post-CCTV Inspection for water lines 24-inch and larger in accordance with Section 33 01 31. Downtown Cast Iron Water Main Replacements City Project Number: 105064 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 [Insert Project Name] [Insert Project Number] 33 11 14 - 27 BURIED STEEL PIPE AND FITTINGS Page 27 of 27 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.B.4, 5, and 6 – Added reference to Section 33 11 05 and removed material specification for bolts, nuts, gaskets and flange coating Downtown Cast Iron Water Main Replacements City Project Number: 105064 CPN 105064  ADDENDUM NO. 1  Downtown 16‐42 Inch Cast Iron Water Main Replacements ATTACHMENT C  A‐1  1 of 1  This document is provided as supplement to the Downtown 16‐42 Inch Cast Iron Water Main  Replacements Contract Documents.  Summary of changes to the Plan Drawings:  Replace Sheet With Sheet  G‐1 INDEX OF SHEETS AND LEGEND   G‐15 SEQUENCING PLAN I   G‐16 SEQUENCING PLAN II   WL‐8 ALIGNMENT 5 STA 1+00 TO STA 4+00   WL‐32 ALIGNMENT 10 STA 19+00 TO END   WL‐37 ALIGNMENT 12 STA 1+00 TO END   WL‐38 ALIGNMENT 13 STA 1+00 TO END   PV‐1 10TH STREET PAVEMENT REPAIR   PV‐2 SUMMIT AVENUE PAVEMENT REPAIR I   PV‐5 5TH STREET PAVEMENT REPAIR I   PV‐9 WEST 2ND STREET PAVEMENT REPAIR   PV‐11 LANCASTER AVENUE PAVEMENT   REPAIR II   PV‐12 LANCASTER AVENUE PAVEMENT   REPAIR   PV‐13 FORMER 13TH STREET ROW   PAVEMENT REPAIR   PV‐14 FLORENCE STREET PAVEMENT   REPAIR   DT‐3 WATER DETAILS II   DT‐5 WATER DETAILS IV   DT‐6 WATER DETAILS V  G‐1 INDEX OF SHEETS AND LEGEND   G‐15 SEQUENCING PLAN I   G‐16 SEQUENCING PLAN II   WL‐8 ALIGNMENT 5 STA 1+00 TO STA 4+00   WL‐32 ALIGNMENT 10 STA 19+00 TO END   WL‐37 ALIGNMENT 12 STA 1+00 TO END   WL‐38 ALIGNMENT 13 STA 1+00 TO END   PV‐1 10TH STREET PAVEMENT REPAIR   PV‐2 SUMMIT AVENUE PAVEMENT REPAIR I   PV‐5 5TH STREET PAVEMENT REPAIR I   PV‐9 WEST 2ND STREET PAVEMENT REPAIR   PV‐11 LANCASTER AVENUE PAVEMENT   REPAIR II   PV‐12 LANCASTER AVENUE PAVEMENT   REPAIR III   PV‐13 FORMER 13TH STREET ROW   PAVEMENT REPAIR   PV‐14 FLORENCE STREET PAVEMENT   REPAIR   DT‐3 WATER DETAILS II   DT‐5 WATER DETAILS IV   DT‐6 WATER DETAILS V    New Sheet  PV‐17 5TH STREET MARKING PLAN   PV‐18 10TH STREET MARKING PLAN I   PV‐19 10TH STREET MARKING PLAN II   PV‐20 COLLIER STREET MARKING PLAN   PV‐21 WEST LANCASTER MARKING PLAN I   PV‐22 WEST LANCASTER MARKING PLAN II   PV‐23 HENDERSON STREET MARKING PLAN   PV‐24 SUMMIT AVENUE MARKING PLAN I   PV‐25 SUMMIT AVENUE MARKING PLAN II   PV‐26 SUMMIT AVENUE MARKING PLAN III   PV‐27 SUMMIT AVENUE MARKING PLAN IV   PV‐28 2ND STREET MARKING PLAN   PV‐29 FLORENCE STREET MARKING PLAN   PV‐30 13TH STREET MARKING PLAN    �RT �RTH��, ADDENDUM TO INVITATION TO BID NO. 24-0302 DOWNTOWN 16-42 INCH CAST IRON WATER MAIN REPLACEMENTS WATER DEPARTMENT ADDENDUM NO. 2 INVITATION TO BID (ITB): 24-0302 BID OPENING DATE: OCTOBER 17, 2024 (CHANGED) REVISED BID OPENING DATE: OCTOBER 24, 2024 DATE ISSUED: OCTOBER 14, 2024 ITB No. 24-0302, issued September 19, 2024, is hereby amended as follows: 1. Bid Opening Date is changed from October 17, 2024, at 2:00 PM CST to October 24, 2024, at 2:00 PM CST. 2. The deadline for questions has been extended to October 17, 2024. 3. Responses to questions are attached to this addendum as Attachment A. 4. TECHNICAL SPECIFICATIONS: the followin Sections: Renlace Section 00 41 00 Bid Form 5. DRAWINGS: Reqlace the f Re�rlace Plan Sheet �WL-8 Alignment 5, STA 1+00 to STA 4+00 WL-14 Alignment 6, STA 1+00 to STA 6+50 WL-33 Aliqnment 10A, STA 1+00 to END All other terms and conditions remain unchanged. %� �'l��� TON�( SHOLOLA, P.E. ASSISTANT DIRECTOR, WATER DEPARTMENT With Section 00 41 00 Bid Form With Plan Sheet WL-8 Alignment 5, STA 1+00 to STA 4+00 WL-14 Alignment 6, STA 1+00 to STA 6+50 WL-33 Aliqnment 10A, STA 1+00 to END ............................................................................... By the signature affixed below, Addendum No. 2 is hereby incorporated into and made part of the above referenced Invitation to Bid. COMPANY NAME: L� � f'� ���r�T/uc �i O» SIGNATURE: -�'�A � �� NOTE: Company name and signature must be return this form with your sealed bid m consi same as on the original bid documents. Failure to grounds for rejection af your offer. ITB 24-0302 Downtown 16-42 Inch Cast Iron Water Main Replacements Addendum No. 2, Page 1 of 1 00 42 43 PROPOSAL FORM Page 1 of 4 1A* 3311.1067 48" Steel AWWA C200 Water Pipe, CLSM Backfill 33 11 14 LF 20 -$ 1B* 3311.1077 48" Concrete AWWA C303 Water Pipe, CLSM Backfill 33 11 13 LF 20 -$ 2A* 3311.0967 42" Steel AWWA C200 Water Pipe, CLSM Backfill 33 11 14 LF 3,790 -$ 2B* 3311.0977 42" Concrete AWWA C303 Water Pipe, CLSM Backfill 33 11 13 LF 3,790 -$ 3A* 3311.0857 36" DIP Water, CLSM Backfill 33 11 10 LF 2,460 -$ 3B* 3311.0867 36" Steel AWWA C200 Water Pipe, CLSM Backfill 33 11 14 LF 2,460 -$ 3C* 3311.0877 36" Concrete AWWA C303 Water Pipe, CLSM Backfill 33 11 13 LF 2,460 -$ 4A* 3311.0657 24" DIP Water, CLSM Backfill 33 11 10 LF 840 -$ 4B* 3311.0677 24" Steel AWWA C200 Water Pipe, CLSM Backfill 33 11 14 LF 840 -$ 4C* 3311.0687 24" Concrete AWWA C303 Water Pipe, CLSM Backfill 33 11 13 LF 840 -$ 5A* 3311.0001 Ductile Iron Water Fittings w/ Restraint 33 11 11 TON 40 -$ 5B* 3311.0011 Steel Fittings 33 11 14 LS 1 -$ 5C* 3311.0021 C303 Fittings 33 11 13 LS 1 -$ 6 3305.2010 42" Water Carrier Pipe 33 05 24 LF 80 -$ 7 3305.1110 60" Casing By Other Than Open Cut 33 05 22 LF 80 -$ 8 3305.2009 36" Water Carrier Pipe 33 05 24 LF 30 -$ 9 3305.1109 54" Casing By Other Than Open Cut 33 05 22 LF 30 -$ 10 3305.2007 24" Water Carrier Pipe 33 05 24 LF 120 -$ 11 3305.1107 42" Casing By Other Than Open Cut 33 05 22 LF 120 -$ 12 3311.0461 12" PVC Water Pipe 33 11 10, 33 11 12 LF 410 -$ 13 3311.0261 8" PVC Water Pipe 33 11 10, 33 11 12 LF 5210 -$ 14 3311.0061 4" PVC Water Pipe 33 11 12 LF 200 -$ 15 3305.0203 Imported Embedment/Backfill, CLSM 33 05 10 CY 100 -$ 16 3312.5000 36" AWWA Butterfly Valve Vault 33 12 20 EA 4 -$ 17 9999.0001 Install 36" Butterfly Valve (City Provided) - EA 4 -$ 18 3312.5001 42" AWWA Butterfly Valve Vault 33 12 20 EA 3 -$ 19 9999.0002 Install 42" Butterfly Valve (City Provided) - EA 3 -$ 20 3312.3003 8" Gate Valve 33 12 20 EA 22 -$ 21 3312.3005 12" Gate Valve 33 12 20 EA 4 -$ 22 3312.3008 24" Gate Valve w/Vault 33 12 20 EA 2 -$ 23 3312.3009 30" Gate Valve Vault 33 12 20 EA 1 -$ 24 9999.0003 Install 30" Gate Valve (City Provided) - EA 1 -$ 25 3312.1005 6" Combination Air Valve Assembly for Water 33 12 30 EA 4 -$ 26 3312.6002 6" Blow Off Valve 33 12 60 EA 1 -$ 27 3312.6003 8" Blow Off Valve 33 12 60 EA 3 -$ 28 3312.0001 Fire Hydrant 33 12 40 EA 8 -$ 29 0241.1510 4"-12" Water Abandonment Plug 02 41 14 EA 7 -$ 30 0241.1208 20" Water Abandonment Plug 02 41 14 EA 1 -$ 31 0241.1211 36" Water Abandonment Plug 02 41 14 EA 6 -$ SECTION 00 42 43 PROPOSAL FORM Project Item Information Bidder's Proposal UNIT PRICE BID Bidder's Application Downtown Cast Iron Water Main Replacements Bidlist Item No.Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value * Contractor to provide Unit Price / Bid Value for only one of the pipe material alternatives for Items 1 through 5 DO NOT PROVIDE UNIT PRICE / BID VALUE FOR EACH ALTERNATIVE Unit 1 - Water Improvements CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 24, 2020 Downtown Cast Iron Water Main Replacements City Project Number 105064 Addendum No. 02 2 00 42 43 PROPOSAL FORM Page 2 of 4 SECTION 00 42 43 PROPOSAL FORM Project Item Information Bidder's Proposal UNIT PRICE BID Bidder's Application 32 0241.1303 Remove 8" Water Valve 02 41 14 EA 26 -$ 33 9999.0004 Remove 16" Water Valve - EA 2 -$ 34 9999.0005 Remove 36" Water Valve - EA 10 -$ 35 9999.0006 Remove Existing Air Valve - EA 1 -$ 36 0241.1000 Remove Conc Pvmt 02 41 15 SY 4500 -$ 37 0241.1001 Water Line Grouting 02 41 14 CY 420 -$ 38 3312.0117 Connection to Existing 4"-12" Water Main 33 12 25 EA 18 -$ 39 3312.0107 Connection to Existing 20" Water Main 33 12 25 EA 1 -$ 40 3312.0108 Connection to Existing 24" Water Main 33 12 25 EA 2 -$ 41 3312.0109 Connection to Existing 30" Water Main 33 12 25 EA 1 -$ 42 3312.0110 Connection to Existing 36" Water Main 33 12 25 EA 3 -$ 43 3312.0111 Connection to Existing 42" Water Main 33 12 25 EA 1 -$ 44 3312.0112 Connection to Existing 48" Water Main 33 12 25 EA 2 -$ 45 3312.2001 1" Water Service, Meter Reconnection 33 12 10 EA 13 -$ 46 3312.2003 1" Water Service 33 12 10 EA 13 -$ 47 3312.2101 1 1/2" Water Service, Meter Reconnection 33 12 10 EA 2 -$ 48 3312.2103 1 1/2" Water Service 33 12 10 EA 2 -$ 49 3312.2201 2" Water Service, Meter Reconnection 33 12 10 EA 7 -$ 50 3312.2203 2" Water Service 33 12 10 EA 7 -$ 51 9999.0007 4" Water Service, Meter Reconnection 33 12 10 EA 1 -$ 52 9999.0008 4" Private Water Service Relocation 33 12 10 EA 1 -$ 53 3212.0305 3" Asphalt Pvmt Superpave SP-D 32 12 16 SY 33000 -$ 54 0241.1507 3" Surface Milling 02 41 15 SY 33000 -$ 55 3201.0202 Asphalt Pvmt Repair Beyond Defined Width, Arterial 33 01 17 SY 2000 -$ 56 3201.0127 10' Wide Asphalt Pvmt Repair, Arterial 32 01 17 LF 5400 -$ 57 3201.0113 6' Wide Asphalt Pvmt Repair, Arterial 33 01 17 LF 5100 -$ 58 3201.0616 Conc Pvmt Repair, Arterial/Industrial 32 13 13 SY 4500 -$ 59 0241.1400 Remove Conc Valley Gutter 02 41 15 SY 500 -$ 60 0241.0100 Remove Sidewalk 02 41 13 SF 500 -$ 61 0241.1300 Remove Conc Curb & Gutter 02 41 15 LF 1000 -$ 62 3216.0301 7" Conc Valley Gutter 32 16 13 SY 500 -$ 63 3213.0303 6" Conc Sidewalk 32 13 20 SF 500 -$ 64 3216.0101 6" Conc Curb and Gutter 32 16 13 LF 1,000 -$ 65 3213.0401 6" Concrete Driveway 32 13 20 SF 200 -$ 66 3213.0403 8" Concrete Driveway 32 13 20 SF 200 -$ 67 3305.0109 Trench Safety 33 05 10 LF 12900 -$ 68 3471.0001 Traffic Control 34 71 13 MO 18 -$ 69 3125.0101 SWPPP ≥ 1 acre 31 25 00 LS 1 -$ 70 0171.0101 Construction Staking 01 71 23 LS 1 -$ 71 0171.0102 As-Built Survey 01 71 23 LS 1 -$ 72 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 EA 19 -$ 73 3304.0002 Cathodic Protection 33 04 12 LS 1 -$ 74 3304.0101 Temporary Water Services 33 04 30 LS 1 -$ 75 9999.0009 Parking Meter Reimbursement (2nd Street) - LS 1 -$ CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 24, 2020 Downtown Cast Iron Water Main Replacements City Project Number 105064 Addendum No. 02 00 42 43 PROPOSAL FORM Page 3 of 4 SECTION 00 42 43 PROPOSAL FORM Project Item Information Bidder's Proposal UNIT PRICE BID Bidder's Application 76 9999.0010 Parking Meter Reimbursement (Florence Street) - LS 1 -$ 77 9999.0011 Brick Wall Repair - LS 1 -$ 78 9999.0012 6" Solid Yellow or White, Spray Thermoplastic (90 mil.) 32 17 23 LF 16047 -$ 79 9999.0013 6" Solid White, Spray Thermoplastic (90 mil.) 32 17 23 LF 690 -$ 80 9999.0014 6" Solid Yellow, Spray Thermoplastic (90 mil.) 32 17 23 LF 824 -$ 81 9999.0015 6" Dash White or Yellow, Spray Thermoplastic (90 mil.) 32 17 23 LF 286 -$ 82 9999.0016 6" Dash White, Spray Thermoplastic (90 mil.) 32 17 23 LF 1,735 -$ 83 9999.0017 6" Dash Yellow, Spray Thermoplastic (90 mil.) 32 17 23 LF 150 -$ 84 9999.0018 8" Solid White, Spray Thermoplastic (90 mil.) 32 17 23 LF 2,549 -$ 85 9999.0019 18" Extrude Thermoplastic (125 mil.) White or Yellow, Solid Line 32 17 23 LF 128 -$ 86 9999.0020 24" Extrude Thermoplastic (125 mil.) White, Solid Line 32 17 23 LF 3,030 -$ 87 9999.0021 Prep and Seal Pavement Surface for 4" Markings (6")32 17 23 LF 6,700 -$ 88 9999.0022 Prep and Seal Pavement Surface for 8" Markings 32 17 23 LF 449 -$ 89 9999.0023 Prep and Seal Pavement Surface for 18" Markings 32 17 23 LF 128 -$ 90 9999.0024 Prep and Seal Pavement Surface for 24" Markings 32 17 23 LF 1,540 -$ 91 9999.0025 Prep and Seal Pavement Surface for Arrow 32 17 23 EA 7 -$ 92 9999.0026 24" Preformed Thermoplastic (125 mil.) White or Yellow, Solid Line 32 17 23 LF 1,592 -$ 93 9999.0027 24" Preformed Thermoplastic - CONTRAST 32 17 23 LF 330 -$ 94 9999.0028 Thermoplastic Preformed - (90 mil.) (5 ft wide, Bike Green, Premark Brand Including Sealer. Must Use 2 Part Sealer.)32 17 23 LF 326 -$ 95 9999.0029 8" Type II White C/C or Yellow A/A Ceramic Button 32 17 23 EA 52 -$ 96 9999.0030 Yellow 36" Delineators 32 17 23 EA 16 -$ 97 9999.0031 Thermoplastic Preformed - (90 mil.) (Bike, Includes Bike Symbol Only) 32 17 23 EA 12 -$ 98 9999.0032 Thermoplastic Preformed - (125 mil.) (Bike, Arrow, Includes 1 Straight Arrow only, 6') 32 17 23 EA 7 -$ 99 9999.0033 Thermoplastic Preformed - (125 mil.) (Single Head Curve Arrows, BIKE, BUS or ONLY's) 32 17 23 EA 41 -$ 100 9999.0034 Thermoplastic Preformed - CONTRAST (125 mil.) (Single Head Curve Arrows, BIKE, BUS or ONLY's)32 17 23 EA 6 -$ 101 9999.0035 Thermoplastic Preformed - (90 mil.) (Bike, Shared, Includes Bike Symbol and 2 Sharrow Markings) 32 17 23 EA 1 -$ 102 9999.0036 4" REFL Raised Marker TY I-C 32 17 23 EA 105 -$ 103 3217.2103 4" REFL Raised Marker TY II-A-A 32 17 23 EA 267 -$ 104 3217.2104 4" REFL Raised Marker TY II-C-R 32 17 23 LF 188 -$ 105 9999.0037 Utility Adjustment - LS 1 $ 60,000.00 60,000.00$ 106 9999.0038 Furnish Street Use Permit - EA 12 -$ 107 9999.0039 Remobilization for World Cup - LS 1 -$ 108 9999.0040 Water Construction Allowance - LS 1 $ 200,000.00 200,000.00$ $ Unit 1 Sub-Total - Water Improvements CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 24, 2020 Downtown Cast Iron Water Main Replacements City Project Number 105064 Addendum No. 02 00 42 43 PROPOSAL FORM Page 4 of 4 SECTION 00 42 43 PROPOSAL FORM Project Item Information Bidder's Proposal UNIT PRICE BID Bidder's Application 1 3331.1101 6" to 8" Pipe Enlargement 33 31 23 LF 620 -$ 2 3331.3311 4" Sewer Service, Reconnection 33 31 50 EA 1 -$ 3 3339.1001 4' Manhole 33 39 10, 33 39 20 EA 4 -$ 4 0241.2201 Remove 4' Sewer Manhole 02 41 14 EA 2 -$ 5 0241.2001 Sanitary Line Grouting 02 41 14 CY 10 -$ 6 3303.0001 Bypass Pumping 33 05 10 LS 1 -$ 7 3305.0109 Trench Safety 33 03 10 LF 620 -$ 8 3301.0001 Pre-CCTV Inspection 33 01 31 LF 620 -$ 9 3301.0002 Post-CCTV Inspection 33 01 31 LF 1240 -$ 10 0171.0101 Construction Staking 01 71 23 LS 1 -$ 11 0171.0102 As-Built Survey 01 71 23 LS 1 -$ 12 9999.0001 Sanitary Sewer Construction Allowance - LS 1 $ 30,000.00 30,000.00$ 1 0241.1300 Remove Conc Curb & Gutter 02 41 15 LF 160 -$ 2 0241.0100 Remove Sidewalk 02 41 13 SF 1050 -$ 3 0241.0401 Remove Concrete Drive 02 41 13 SF 340 -$ 4 3110.0103 12"-18" Tree Removal 31 10 00 EA 4 -$ 5 3110.0104 18"-24" Tree Removal 31 10 00 EA 2 -$ 6 3216.0101 6" Conc Curb and Gutter 32 16 13 LF 160 -$ 7 3213.0506 Barrier Free Ramp, Type P-1 32 13 20 EA 1 -$ 8 3213.0311 4" Conc Sidewalk Adjacent to Curb 32 13 20 SF 2400 -$ 9 3213.0401 6" Concrete Driveway 32 13 20 SF 340 -$ 10 3232.0100 Conc Ret Wall Adjacent to Sidewalk 32 32 13 SF 540 -$ 11 3291.0100 Topsoil 32 91 19 CY 7 -$ 12 3292.0100 Block Sod Replacement 32 92 13 SY 110 -$ ** The City reserves the right to award the contract to the responsive low bidder of Total A or to the responsive low bidder of Total B END OF SECTION Sub-Total, Unit 3 - Sidewalk Improvements $ Sub-Total, Unit 2 - Sanitary Sewer Improvements $ Total A (Sub-Total, Unit 1 + Sub-Total, Unit 2) Total B (Sub-Total, Unit 1 + Sub-Total, Unit 2 + Sub-Total, Unit 3) $ $ Unit 3 - Sidewalk Improvements **The location of all Unit 3 items is 1100 block of 5th Street. The exact location will be determined in the field. Unit 3 Sub-Total - Sidewalk Improvements Sub-Total, Unit 1 - Water Improvements $ Unit 2 Sub-Total - Sanitary Sewer Improvements $ Unit 2 - Sanitary Sewer Improvements $ - Bid Summaries CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 24, 2020 Downtown Cast Iron Water Main Replacements City Project Number 105064 Addendum No. 02 CPN 105064 ADDENDUM NO. 2 Downtown 16-42 Inch Cast Iron Water Main Replacements ATTACHMENT A 1 of 2 This document is provided as a supplement to the Downtown 16-42 Inch Cast Iron Water Main Replacements Contract Documents. Below are responses to questions for clarifications that may require additional information and/or are not addressed directly within the contract documents: Q1-1: Do you have a Geotech Bore log that includes the ground for Excavation or just have the paving cores that were included in the bid Specs? R1-1: No geotechnical bores were obtained for this project. Q1-2: Can you work in phases out of order or on Multiple phases at once if the traffic control plan doesn’t interfere with another phase? R1-2: Yes Q1-3: Please clarify Note 3: Sequencing 42” Transmission main cannot be taken out of service between July and September. The only existing 42” locations are tie ins and will be out of service while laying the new pipe. Does this include the existing 36” that is fed from the 42” or just the 42 inch itself. It might be helpful if this is clarified based on any of the alignment phases that need to be built in this window since the 42” transmission is a very broad statement. R1-3: The Water Department will evaluate shutdowns on a case-by-case basis, as they depend on current demand conditions and the contractor’s proposed sequencing plan. Two mains (16+) cannot be taken out of service at the same time. Q1-4: Water line 14 (Alignment 6) is the intention of the Bore to be over or under the 108” Storm drain. There are extremely conflicting callouts on the existing Sewer main that is causing confusion. Sheet WL-14 Station 2+00 has a flowline callout on the 30” Sewer of 540.5 and with existing Paving Approx Elevation of 554 would give us plenty of cover to go over. Sheet WL-8 Station 2+25 callout has existing Sewer main flow line called out at 546.97 which would not allow adequate coverage and would require the bore to go under the existing storm drain in the same depth as the 42” water main. R1-4: Based on available flowline data, the intent is for the 8" to cross over the 108". The approximate existing sewer elevations were corrected. The contractor is responsible for verifying the elevations of existing utilities in the field. Q1-5: WL-8 Station 1+74: Please Confirm the plan is to cut the steel casing after bore and install an 8”x4” Tee for the existing 4” water service. Can this tap be relocated out of the Bore section? If this main has to go under the storm drain as spelled out in the previous question this would leave us to install a 8x4 water service under an existing 108” Storm drain line which would not be a good idea. R1-5: The plans were revised to open cut the 8" WL. Q1-6: WL-7 alignment 4 (proposed 8” water line) needs to be added into the profile for WL-8 Approximate station 1+56 for depth clarification. R1-6: The minimum cover has been added to the profile view of WL-8. The depth of the proposed 8" crossing will depend on the existing 24" depth at STA 1+00 (WL-14) and how quickly the contractor returns to the minimum cover requirement of 48 inches. CPN 105064 ADDENDUM NO. 2 Downtown 16-42 Inch Cast Iron Water Main Replacements ATTACHMENT A 2 of 2 Q1-7: How will extra CLSM be paid if any main line is installed deeper than profiled or the assumed depth on 8” main of 48” cover? R1-7: Bid item 3305.0203 Imported Embedment/Backfill, CLSM has been added to the bid form. Q1-8: Pay item #76/77 Unit 1: Parking Meter Reimbursement specification code of 9999.0009 this specification was not included in the project manual. Should this be an allowance that the contractor is given a pre-bid amount to insert? R1-8: 9999 bid items do not correspond with a City standard bid item. Parking reimbursement will be paid in accordance with the attached map. The parking meter cost will be 50% of the costs shown in the attachment since this is a City project. Q1-9: Pay item #78 Unit 1: Brick Wall repair please include limits as well as details for the existing wall if to match existing. R1-9: The brick wall is located within the City's 30' easement on WL-33, this has been called out for clarity Q1-10: Pay item #78 Unit 1: Brick Wall repair is given a specification code of 9999.0011 this specification was not included in the project manual. R1-10: This item includes repair to match existing conditions. No detail is available. Q1-11: Pay item #50 & 51 Unit 1: 4” Water Service & 4” Water Service, Meter Reconnection specification code of 9999.0007 & 9999.0008 this specification was not included in the project manual. Typically, these are paid by 4” Water Pipe, and gate valves. If paid this way, please clarify what all is included in these bid items. R1-11: The 4" water pay items are for WL-39. The intent is for the item to include all requirements specified in 33 12 10. The 4" water service line item was updated to be a 4" Private Water Service Relocation for clarity. Q1-12: Please clarify Note 5: Sequencing mentions the complete demobilization prior to the world cup. Two parts can this be defined by how early prior to the World Cup and secondly it states in accordance with the remobilization bid item in which there is not one. R1-12: The intent of stating that the MOL can be completed in two parts was to clarify that two mobilizations for the final paving team are anticipated. The recommended split is shown in Addendum 01; see the last sequencing note on each sequencing plan sheet. The remobilization bid item was added in Addendum 01. See item 107. Q1-13: The temporary water specification/ bid item is for 2” temporary water. Will any of the locations that had 4” service tie-ins require larger temporary water and how will this be paid? R1-13: The Temporary Water Services bid item should be used for all temporary water. Recommendations for temporary water sizing are provided in 00 73 00. Q1-14: Please consider postponing the bid for a few weeks after all questions have been answered. Many of these questions and I am sure others will take quite a bit of time to incorporate into our proposals. R1-14: The bid opening has ben postponed one week. Q1-15: The item for 3" asphalt surface milling was omitted from the bid form in Addendum 1. Will you issue a new bid form by addendum to reinstate the item, or is this to be included in the bid item for 3" asphalt Superpave SP-D? R1-15: The bid time was reinstated. FL PVC=553.83ICV ICVWIR16" OAKGATEGATECLF W/ BARB WIRE6" CEDAR6" CEDARICVICVSTAIRSUNKNOWNHANDRAILHANDRAIL BUILDINGBUILDING8" PVC SS (X-24134)8" PVC SS (X-13674)24" DI WL (X-13674)8" CI WL (X-UNKN)36" CI WL (X-09001)30" DI SS (X-13791)10" PVC SS (X-17591)10" PVC SS (X-17591)36" CI WL (X-09001)BUILDINGCONCRETECONCRETECONCRETECONCRETECONCRETECONCRETE CONCRETECONCRETE 30" DI SS (X-13791)STA 1+00.00 ALIGNMENT 5=STA 6+98.30 ALIGNMENT 3BEGIN PROP 42" WL (ALIGNMENT 5)CONNECT TO PROP 42" WL (ALIGNMENT 3)N=6959215.81E=2324893.10CAUTION! OVERHEADELECTRICPI STA 1+50.59r 45°00'00"INSTALL:1-42" 45° BENDN=6959262.93E=2324901.379'PROPOSED 42" WATER LINEALIGNMENT 3 (RE:WL-5)STA 1+33.04 ALIGNMENT 5=STA 1+72.09 ALIGNMENT 5AINSTALL:1-42"X24" TEEN=6959248.85E=2324892.95PI STA 1+38.59r 45°00'00"INSTALL:1-42" 45° BENDN=6959254.41E=2324892.92LOT 13R, BLOCK ABROWNINGS ADDITIONCAB. A, SL. 10496P.R.T.C.T.1400 W 7TH LPINST. NO. D218158649O.P.R.T.C.T.1400 W. 7TH ST.RIM=556.64CONCRETE COLLARBOTTOM=551.38FL 30" RCP(S)=NA (RECESSED)FL RCP (UNKNOWN SIZE)(W)=NA (RECESSED)FL 30" RCP(NW)=NA (RECESSED)RIM=560.94CONCRETE COLLARFL 8" PVC(N)=549.28FL 8" PVC(E)=549.28FL 8" PVC(S)=551.82FL 8" PVC(S)=549.26RIM=558.51CONCRETE COLLARFL 8" PVC(E)=548.94FL 8" PVC(W)=548.87RIM=559.17RIM=558.19FL 15" RCP(N)=553.81RIM=559.67RIM=559.25FL 18"RCP(E)=553.97RIM=557.66TOP NUT=553.04RIM=554.43CONCRETE COLLARFL 30" PVC(N)=540.02FL 30" PVC(E)=540.36FL 12" RCP(S)=546.87FL 12" RCP(SW)=541.89FL 12" RCP(W)=545.31FL 10" UNKNOWN(W)=541.84RIM=554.98TOP NUT=554.40RIM=554.28TOP NUT=552.87RIM=553.55CONCRETE COLLARFL 36" RCP(NE)=540.90FL 8" STEEL(SW)=NA (RECESSED)FL 36" RCP(NW)=540.64RIM=556.23CONCRETE COLLARFL 10" PVC(N)=548.32FL 10" PVC(S)=549.22RIM=552.10CONCRETE COLLARFL 96" RCP(W)=NA (RECESSED)BOTTOM=536.7RIM=552.43FL 24"RCP(N)=547.79RIM=552.38FL 24" RCP(NE)=547.68RIM=552.34RIM=553.02FL 12" HOLE(S)=549.77RIM=552.43FL 18"RCP(W)=548.17PROPOSED 24" WATER LINEALIGNMENT 5A (RE:WL-13)LOT 13R, BLOCK ABROWNINGS ADDITIONCAB. A, SL. 10496P.R.T.C.T.5'MALLICK TOWER, INC.VOL. 6161, PG. 479D.R.T.C.T.101 FORT WORTH TR.20'x20' PUBLIC OPENSPACE EASEMENTCAB. B, SL. 701P.R.T.C.T.CAUTION! OVERHEADELECTRICDRAINAGE EASEMENTVOL. 4494, PG. 635D.R.T.C.T.PROPOSED 8" WATER LINEALIGNMENT 6 (RE: WL-14)1401 W 5TH LPINST. NO. D218158633O.P.R.T.C.T.1401 W. 5TH ST.PROPOSED 8" WATER LINEALIGNMENT 4 (RE:WL-7)23'37'60' ROWEX 36" CI WL TO BE REMOVED910 LF NEXTVALVE750 LF NEXTVALVEMALLICK TOWER, INC.VOL. 6161, PG. 479D.R.T.C.T.101 FORT WORTH TR.RIM=558.66FL 24" RCP(E)=554.22STA 1+25INSTALL:1-6" CAVN=6959240.81E=2324892.99STA 2+50INSTALL:1-6" BOVN=6959263.39E=2325000.77CONTROL POINT10SUMMIT AVENUE(ASPHALT PAVEMENT)SUMMIT AVENUE(CONCRETE PAVEMENT)5TH STREET(CONCRETE PAVEMENT)5TH STREET(ASPHALT PAVEMENT)SUMMIT AVENUE(CONCRETE PAVEMENT)N89°44'10"ETH-1ATH-11+00 2+003+004+0066 LF 60" STEEL CASINGBY OTHER THAN OPEN CUTTH-1ATH-1MATCH LINE STA 4+00520525530535540545550555560565570 5205255305355405455505555605655700+501+002+003+004+0071 LF 42" WATER LINE (150 PSI MIN)CLSM BACKFILL (RE:1/DT-1A)STA 1+00BEGIN PROP42" WLCONNECT TOPROP 42" WLTOP 547.54TOP 528.11 TOP 540.78 TOP 541.28 STA 1+76.13EX 10" SSFL=546.30(FIELD VERIFY) STA 2+25.29 EX 30" SS FL=540.43 (FIELD VERIFY) STA 3+89.84 EX 12" SD FL=549.70 (FIELD VERIFY)EXISTING GROUND42" WL @ -0.50%42" WL @ -100.00%42" WL @ -0.50%42" WL @ 1 0 0 . 0 0 %42" WL @ 0.50%PVI STA 1+47.11TOP=547.30PVI STA 1+66.13TOP=528.27 PVI STA 2+60 TOP=527.81 PVI STA 2+72.84 TOP=540.64 66 LF 60" STEEL CASINGBY OTHER THAN OPEN CUT163 LF 42" WATER LINE (150 PSI MIN)CLSM BACKFILL (RE:1/DT-1A)STA 1+33.04INSTALL:1-42"X42" TEEFL=543.87STA 1+25INSTALL:1-6" CAV STA 2+50 INSTALL: 1-6" BOV STA 3+05.40 EX 3/4" WL SERVICE (TO BE ABANDONED) ELEV=UNKN (FIELD VERIFY) STA 1+11.712-3" UGE (TPW)1/4" UGE (TPW)ELEV=UNKN(FIELD VERIFY)STA 1+86.792-3" UGE (TPW)ELEV=UNKN (FIELD VERIFY) STA 1+84.01EX F/O CABLEELEV=UNKN(FIELD VERIFY)STA 1+71.13TOP OF CASINGELEV=529.75 STA 2+36.74 TOP OF CASING ELEV=529.42 PROPOSED 42" WATERLINE ALIGNMENT 3STA 1+21.614" GAS (D-HOLE)ELEV=UNKN(FIELD VERIFY)EX 36" CI WL TO BEABANDONED/REMOVEDSTA 1+99 EX 108" RCP SD TOP=545.77 (FIELD VERIFY) 2' MIN STA 1+53.64PROP 8" WLTOP=550.98 CONTROL POINT#10CIRSN:6959222.85E:2324862.74ELEV:558.16CONTROL POINT#1CIRSN:6958988.08E:2324952.29ELEV:569.66SCALE IN FEET040'20'HORIZONTALSCALE IN FEET010'5'VERTICALALIGNMENT 5STA 1+00 TO STA 4+00WL-8CAYALAS NOTEDNORTHREVISIONSCONSTRUCTION NOTESCITY PROJECT #105064WATER PROJECT #DATE:FULL SIZESCALE:DESIGNED: DRAWN: SHEETDESCRIPTIONDATENO.123NOTE:1. CONTRACTOR SHALL PROTECT ALL EXISTING TREES, FENCES, RETAINING WALLSAND STRUCTURES UNLESS OTHERWISE NOTED.2. THE CONTRACTOR SHALL CONTACT THE FOLLOWING AT LEAST 48 HOURS PRIOR TOEXCAVATING AT EACH LOCATION:AT&T(817) 338-6202FIBERLIGHT (MIKE BITSCHE) (214) 755-6741FORT WORTH WATER DEPT.-FIELD OPERATIONS(817) 392-8296FORT WORTH T&PW(817) 392-8100ATMOS ENERGY(817) 207-2831ONCOR ELECTRIC(817) 215-6688TIME WARNER(214) 320-7406CHARTER COMM.(817) 298-3632ALL OTHER FACILITIES1-800-DIG-TESSX-28340Freese and Nichols, Inc.Texas Registered Engineering Firm F-2144FTW18195 Plot Date: 10/14/2024 10:02 AM Plot By: 08094 Filename: N:\WTU\Drawings\CV-AL-PP-ALIGN5.dwgLast Saved: 10/14/2024 10:01 AM Saved By: 08094Filename: N:\WTU\Drawings\CV-AL-PP-ALIGN5.dwgACAD Rel: 24.2s (LMS Tech) FTW18195 DOWNTOWN CAST IRON REPLACEMENTSDOWNTOWN CAST IRON REPLACEMENTSAUGUST 2024WATER DEPARTMENTWATER MAP #MAPSCO #76C, 76D, 62Z3. CONTRACTOR SHALL PROTECT ALL EXISTING WATER SERVICES, WHETHER OR NOTTHEY ARE INDICATED ON THE PLANS.4. CONTRACTOR SHALL PROTECT ALL EXISTING SEWER SERVICES, WHETHER OR NOTTHEY ARE INDICATED ON THE PLANS.5. PROTECT EXISTING MAILBOXES.6. ALL FRANCHISE UTILITIES LOCATIONS ARE APPROXIMATE. CONTRACTOR TO FIELDVERIFY. FRANCHISE UTILITY MAPS CAN BE PROVIDED TO THE AWARD CONTRACTORUPON REQUEST.801 Cherry Street, Suite 2800Fort Worth, Texas 76102Phone - (817) 735-7300Web - www.freese.com1ADDENDUM NO. 0110/03/24ADDENDUM NO. 0210/14/242DJ TSDJ TS10/14/24 ICVCLF W/ BARB WIRE18" HACKBERRY14" HACKBERRY14 & 11" HACKBERRY20 & 14" HACKBERRYCLFGATEMETAL COVER8" CI WL (X-UNKN)36" CI WL (X-09001)30" DI SS (X-13791)8" PVC SS (X-11101)27" DI SS (X-11175)8" CI WL (X-UNKN)36" CI WL (X-09001)CONCRETECONCRETECONCRETECONCRETECONCRETECONCRETE8" DI SS (X-11175)7'STA 4+42.47INSTALL:1-8"X6" TEE17 LF 6" WL1-6" GATE VALVE1-FH ASSEMBLYSALVAGE EX FHN=6959269.10E=2325203.87STA 4+83.76RECONNECT TO EX 8" PVC WLINSTALL:1-8"X8" TEE1-8" GATE VALVE (ANCHOR) & BOX (N)N=6959269.29E=2325245.16FL 24" RCP(NE)=547.68RIM=553.02FL 12" HOLE(S)=549.77RIM=559.89CONCRETE COLLARFL 8" PVC(NE)=555.56FL 8" PVC(SE)=555.54RIM=556.17FL 18"RCP(S)=552.1RIM=557.06RIM=557.18RIM=556.47FL 24" RCP(N)=552.36RIM=555.79CONCRETE COLLARFL 30" CONC(E)=543.00FL 30" CONC(W)=NA (RECESSED)RIM=559.93CONCRETE COLLARFL 10" PVC(NE)=NA (RECESSED)FL 30" RCP(S)=550.95FL 30" RCP(W)=NA (RECESSED)BOTTOM=550.84RIM=571.23CONCRETE COLLARFL 8" PVC(W)=563.45FL 8" PVC(E)=564.33CAUTION! OVERHEAD ELECTRICCAUTION! OVERHEAD ELECTRICLOT 13R, BLOCK ABROWNINGS ADDITIONCAB. A, SL. 10496P.R.T.C.T.PROPOSED 8" WATERLINE ALIGNMENT 65'5REMOVE EX VALVELOT 2RA, BLOCK 1RRYNO REALTY ADDITIONINST. NO. D209225810O.P.R.T.C.T.1300 W. 5TH ST.LOT 1R, BLOCK 6RECTOR'S ADDITIONINST. NO. D211301527O.P.R.T.C.T.FAM DEVELOPERS LLCINST. NO. D223097759O.P.R.T.C.T.1300 W. 7TH ST.1401 W 5TH LPINST. NO. D218158633O.P.R.T.C.T.1401 W. 5TH ST.DRAINAGE EASEMENTVOL. 4494, PG. 635SANITARY SEWER EASEMENTVOL 12915, PG. 160D.R.T.C.T.(ASPHALT PAVEMENT)MALLICK TOWER, INC.VOL. 6161, PG. 479D.R.T.C.T.101 FORT WORTH TR.STA 3+79.0912" SDWL LOWERING(RE: 1/DT-6)FL=549.70(FIELD VERIFY)N=6959268.71E=2325140.48RIM=555.68TOP NUT=554.88470 LF NEXTVALVESTA 4+73.578" SSFL=543.00(FIELD VERIFY)N=6959269.29E=2325234.97STA 4+89.3824" SDWL LOWERING(RE: 1/DT-6)FL=552.20(FIELD VERIFY)N=6959269.39E=2325250.77STA 5+46.638" SSFL=555.52(FIELD VERIFY)N=6959269.74E=2325308.0241'19'EX 8" CI WL TO BE REMOVEDCONCRETECONCRETECONCRETE5TH STREET(ASPHALT PAVEMENT)PROPOSED 8" WATER LINEALIGNMENT 6CONTROL POINT9PROPOSED 42" WATER LINEALIGNMENT 5 (RE: WL-9)STA 4+66.6424" RCP SD (D-HOLE)FL=UNKN(FIELD VERIFY)CONCRETEDRIVEWAYRELOCATE EX ICVFAHEY STREET(CONCRETE PAVEMENT)4+005+006+0027" SD (D-HOLE)WL LOWERING(FIELD VERIFY)MATCH LINE STA 3+50MATCH LINE STA 6+50ICVICV16" OAKGATEGATE6" CEDAR6" CEDARICVICVSTAIRSUNKNOWN8" PVC SS (X-24134)8" PVC SS (X-13674)24" DI WL (X-13674)8" CI WL (X-UNKN)36" CI WL (X-09001)30" DI SS (X-13791)10" PVC SS (X-17591)10" PVC SS (X-17591)36" CI WL (X-09001)30" DI SS (X-13791)STA 1+00.00BEGIN PROP 8" WL (ALIGNMENT 6)CONNECT TO EX 24" WLINSTALL:1-24"X8" REDUCER1-8" GATE VALVE (ANCHOR) & BOXN=6959267.00E=2324863.70STA 1+74.38RECONNECT EX 4" WL SERVICEINSTALL:1-8"X4" TEEN=6959271.09E=2324936.807'RIM=556.64CONCRETE COLLARBOTTOM=551.38FL 30" RCP(S)=NA (RECESSED)FL RCP (UNKNOWN SIZE)(W)=NA (RECESSED)FL 30" RCP(NW)=NA (RECESSED)RIM=559.17RIM=558.66FL 24" RCP(E)=554.22RIM=558.19FL 15" RCP(N)=553.81RIM=559.67RIM=559.25FL 18"RCP(E)=553.97RIM=554.43CONCRETE COLLARFL 30" PVC(N)=540.02FL 30" PVC(E)=540.36FL 12" RCP(S)=546.87FL 12" RCP(SW)=541.89FL 12" RCP(W)=545.31FL 10" UNKNOWN(W)=541.84RIM=554.98TOP NUT=554.40RIM=554.28TOP NUT=552.87RIM=553.55CONCRETE COLLARFL 36" RCP(NE)=540.90FL 8" STEEL(SW)=NA (RECESSED)FL 36" RCP(NW)=540.64RIM=556.23CONCRETE COLLARFL 10" PVC(N)=548.32FL 10" PVC(S)=549.22RIM=552.10CONCRETE COLLARFL 96" RCP(W)=NA (RECESSED)BOTTOM=536.7RIM=552.43FL 24"RCP(N)=547.79RIM=552.38FL 24" RCP(NE)=547.68RIM=552.34RIM=553.02FL 12" HOLE(S)=549.77RIM=552.43FL 18"RCP(W)=548.17CAUTION! OVERHEADELECTRICLOT 13R, BLOCK ABROWNINGS ADDITIONCAB. A, SL. 10496P.R.T.C.T.1400 W 7TH LPINST. NO. D218158649O.P.R.T.C.T.1400 W. 7TH ST.PROPOSED 24" WATER LINEALIGNMENT 5A (RE:WL-13)EX 8" CI WL TO BE REMOVED4STA 1+40.69 ALIGNMENT 6=STA 8+11.16 ALIGNMENT 4INSTALL:1-8"X8" TEEN=6959267.25E=2324904.39REMOVE EX VALVEREMOVE EXVALVE20'x20' PUBLIC OPENSPACE EASEMENTCAB. B, SL. 701P.R.T.C.T.MALLICK TOWER, INC.VOL. 6161, PG. 479D.R.T.C.T.101 FORT WORTH TR.DRAINAGE EASEMENTVOL. 4494, PG. 635D.R.T.C.T.REMOVE EX METER BOX -NO RECONNECTIONREQUIREDSUMMIT AVENUE(ASPHALT PAVEMENT)7'42'4'18'STA 1+64.9710" SSFL=546.46(FIELD VERIFY)N=6959271.05E=2324927.39STA 1+75.83108" SDFL=534.00(FIELD VERIFY)N=6959271.10E=2324938.25STA 2+00.6130" SSFL=540.49(FIELD VERIFY)N=6959271.16E=2324963.03910 LF NEXTVALVE750 LF NEXT VALVE5TH STREET(CONCRETE PAVEMENT)69' ROWRIM=560.94CONCRETE COLLARFL 8" PVC(N)=549.28FL 8" PVC(E)=549.28FL 8" PVC(S)=551.82FL 8" PVC(S)=549.265TH STREET(ASPHALT PAVEMENT)SUMMIT AVENUE(ASPHALT PAVEMENT)SUMMIT AVENUE(CONCRETE PAVEMENT)AMERICAN NATIONAL BANK & TRUSTINST. NO. D221104884O.P.R.T.C.T.601 SUMMIT AVE.LOT 7-R, BLOCK 2VAN ZANDT'S ADDITIONCAB. B, SL. 701P.R.T.C.T.LOT 2, BLOCK 1PIER 1 ADDITIONINST. NO. D216146734O.P.R.T.C.T.500 ENERGY FW, LLC AND5401 OVERTON BROADSTONE, LLCINST. NO. D222078748O.P.R.T.C.T.500 FORT WORTH TR.MALLICK TOWER, INC.VOL. 6161, PG. 479D.R.T.C.T.101 FORT WORTH TR.PROPOSED 8" WATER LINEALIGNMENT 4 (RE: WL-7)PROPOSED 42" WATER LINEALIGNMENT 3 (RE: WL-5)CONTROL POINT10STA 1+11.818" SSWL LOWERING(RE: 1/DT-6)FL=546.60(FIELD VERIFY)STA 1+16.7215" SDWL LOWERING(RE: 1/DT-6)FL=554.51(FIELD VERIFY)RIM=558.51CONCRETE COLLARFL 8" PVC(E)=548.94FL 8" PVC(W)=548.871+002+003+00RIM=557.66TOP NUT=553.04PROPOSED 42" WATER LINEALIGNMENT 5 (RE:WL-8)STA 3+09.8827" SD (D-HOLE)WL LOWERING(RE:1/DT-6)FL=544.00(FIELD VERIFY)PI STA 1+54.45INSTALL:1-8" 45° BENDN=6959271.0016E=2324916.8731PI STA 2+30.06INSTALL:1-8" 45° BENDN=6959271.3489E=2324992.4765PI STA 2+36.10INSTALL:1-8" 45° BENDN=6959267.9871E=2324997.4920PI STA 1+48.19INSTALL:1-8" 45° BENDN=6959267.2001E=2324911.8905TH-1ATH-1MATCH LINE STA 3+50CONTROL POINT#10CIRSN:6959222.85E:2324862.74ELEV:558.16CONTROL POINT#1CIRSN:6958988.08E:2324952.29ELEV:569.66SCALE IN FEET040'20'SCALE IN FEET040'20'NORTHNORTHREVISIONSCONSTRUCTION NOTESCITY PROJECT #105064WATER PROJECT #DATE:FULL SIZESCALE:DESIGNED: DRAWN: SHEETDESCRIPTIONDATENO.123NOTE:1. CONTRACTOR SHALL PROTECT ALL EXISTING TREES, FENCES, RETAINING WALLSAND STRUCTURES UNLESS OTHERWISE NOTED.2. THE CONTRACTOR SHALL CONTACT THE FOLLOWING AT LEAST 48 HOURS PRIOR TOEXCAVATING AT EACH LOCATION:AT&T(817) 338-6202FIBERLIGHT (MIKE BITSCHE) (214) 755-6741FORT WORTH WATER DEPT.-FIELD OPERATIONS(817) 392-8296FORT WORTH T&PW(817) 392-8100ATMOS ENERGY(817) 207-2831ONCOR ELECTRIC(817) 215-6688TIME WARNER(214) 320-7406CHARTER COMM.(817) 298-3632ALL OTHER FACILITIES1-800-DIG-TESSX-28340Freese and Nichols, Inc.Texas Registered Engineering Firm F-2144FTW18195 Plot Date: 10/14/2024 10:03 AM Plot By: 08094 Filename: N:\WTU\Drawings\CV-AL-PP-ALIGN6.dwgLast Saved: 10/14/2024 9:49 AM Saved By: 08094Filename: N:\WTU\Drawings\CV-AL-PP-ALIGN6.dwgACAD Rel: 24.2s (LMS Tech) FTW18195 DOWNTOWN CAST IRON REPLACEMENTSDOWNTOWN CAST IRON REPLACEMENTSAUGUST 2024WATER DEPARTMENTWATER MAP #MAPSCO #76C, 76D, 62Z3. CONTRACTOR SHALL PROTECT ALL EXISTING WATER SERVICES, WHETHER OR NOTTHEY ARE INDICATED ON THE PLANS.4. CONTRACTOR SHALL PROTECT ALL EXISTING SEWER SERVICES, WHETHER OR NOTTHEY ARE INDICATED ON THE PLANS.5. PROTECT EXISTING MAILBOXES.6. ALL FRANCHISE UTILITIES LOCATIONS ARE APPROXIMATE. CONTRACTOR TO FIELDVERIFY. FRANCHISE UTILITY MAPS CAN BE PROVIDED TO THE AWARD CONTRACTORUPON REQUEST.801 Cherry Street, Suite 2800Fort Worth, Texas 76102Phone - (817) 735-7300Web - www.freese.comALIGNMENT 6STA 1+00 TO STA 6+50WL-14CAYALAS NOTEDMeter TableMeter NumberStationOffsetNote402+92.0012 LFNORTHC504+15.0033 LFSOUTHBAINSTALL:1-1" WATER SERVICE1-WATER METER SERVICE RECONNECTBREMOVE EX. WATER METERINSTALL:1-1" WATER SERVICE1-WATER METER SERVICE RECONNECTCREMOVE EX. WATER METERINSTALL:1-1.5" WATER SERVICE1-WATER METER SERVICE RECONNECTDREMOVE EX. WATER METERINSTALL:1-2" WATER SERVICE1-WATER METER SERVICE RECONNECT22DJ TS11ADDENDUM NO. 0210/14/2410/14/24 LOT 1-R, BLOCK 35JENNINGS WEST ADDITIONCAB. A, SL. 10589P.R.T.C.T.FIRST PRESBYTERIAN CHURCH1001 PENN ST.FORMER W. 13TH STREETVACATED BY CITY ORD. NO. 16625RETAINED AS 30' EASEMENTFOR EXISTING UTILITIESCAB. A, SL. 10589P.R.T.C.T.GVRISERGVICVICVICVICVICVHANDICAPHANDICAPHANDICAPHANDICAPHANDICAPHANDICAPNO PARKING NO PARKINGRIM=631.98LARGE DIAMETER METAL PIPENO FLOWLINE ACCESSNO PARKINGNO PARKINGHANDICAP 12" OAKICVICV18" OAKSIGNLANDSCAPE LIGHTFLAG POLE26" LIVE OAKCELL TOWERBUILDINGCONCRETE CONCRETE CONCRETE CONCRETECONCRETEHEDGE CONCRETE CONCRETE CONCRETECONCRETE CONCRETECONCRETECONCRETE CONCRETE CONCRETE 6" CONCRETE (X-00703)PENN STREET(ASPHALT PAVEMENT)8" PVC WL (X-21276)36" CONCRETE WL (X-16964)42" CONCRETE WL (X-09011)SUMMIT AVENUE (ASPHALT PAVEMENT)36" CI WL (X-16964)8" CI WL (X-16964)8" PVC WL (X-21276)42" CONCRETE WL (X-09011)GVRISERGVRIM=621.48TOP NUT=619.92RIM=623.55TOP NUT=621.97RIM=623.45TOP NUT=621.76RIM=624.32TOP NUT=620.88RIM=625.49TOP NUT=623.34RIM=631.76TOP NUT=630.22RIM=624.73FL 6" PVC(W)=617.08FL 8" PVC(N)=616.82FL 6" PVC(S)=616.95STA 1+00.00BEGIN PROP 36" WL ALIGNMENT 10ACONNECT TO EX 42" CONCRETE WL(RE: DT-18)N=6957790.45E=2324671.23STA 3+52.86 ALIGNMENT 10A=STA 1+00.00 ALIGNMENT 10END PROP 36" WL ALIGNMENT 10ACONNECT TO PROP 36" WL ALIGNMENT 10N=6957792.30E=2324924.09CAUTION! OVERHEAD ELECTRICPROPOSED 8" WATER LINEALIGNMENT 9 (RE: WL-23)PROPOSED 36" WATER LINEALIGNMENT 10 (RE:WL-25)CONCRETEPARKING LOTPROPOSED 36" WATER LINEALIGNMENT 10AREMOVE EX AIR VALVECONCRETEPARKING LOT3+531+002+003+00JAMES L. WEST PRESBYTERIANSPECIAL CARE CENTERVOL. 10484, PG. 2144D.R.T.C.T.1111 SUMMIT AVE.LOT 1, BLOCK 29-RJENNINGS WEST ADDITIONCAB. A, SL. 971P.R.T.C.T.PROPOSED 8" WATER LINEALIGNMENT 9 (RE:WL-23)FORMER W. 13TH STREETVACATED BY CITY ORD. NO. 11021RETAINED AS 30' EASEMENTFOR EXISTING UTILITIESCAB. A, SL. 10589P.R.T.C.T.LOT 1-R, BLOCK 35JENNINGS WEST ADDITIONCAB. A, SL. 10589P.R.T.C.T.FIRST PRESBYTERIAN CHURCH1001 PENN ST.LOT 1, BLOCK 29-RJENNINGS WEST ADDITIONCAB. A, SL. 971P.R.T.C.T.EX 6" SEWER TO BEABANDONED & GROUTEDEX 1" WATER SERVICETO BE ABANDONED15'15'12'36" CI WL TO BEGROUTED & ABANDONED(RE:G-14)PROPOSED 8" SANITARYSEWER SS-A (RE: SS-1)CONTROL POINT15CONTROL POINT16STA 3+13.21INSTALL:1-8" BOVN=6957792.01E=2324884.44EX 42" WL TO REMAININ SERVICEN89°34'50"EREMOVE/REPLACE 30 LFBRICK WALL TO MATCHEXISTING CONDITIONS6056106156206256306356406456506056106156206256306356406456500+501+002+003+004+00STA 1+00BEGIN PROP 36" WLCONNECT TO EX 42" X 36"REDUCERTOP=627.50(FIELD VERIFY)253 LF 36" WATER LINE (150 PSI MIN)CLSM BACKFILL (RE: 1/DT-1A)EXISTING GROUND-0.50%-6.63%-0.50%PVI STA 1+06TOP=627.47 PVI STA 2+56.60 TOP=617.48 STA 3+52.86 END PROP 36" WL CONNECT TO PROP 36" WL TOP=617.00 STA 3+06.03 EX GAS ELEV=UNKN (FIELD VERIFY) STA 3+19.19 PROP 6" SS FL=619.9036" WL @TOP 627.50TOP 621.24 TOP 617.26 EX 42" WL TOREMAIN IN SERVICESTA 3+13.21 INSTALL: 1-8" BOV 3' MIN 36" WL @STA 3+02.98 EX UGT ELEV=UNKN (FIELD VERIFY)CONTROL POINT#15CIRSN:6957870.06E:2324945.5ELEV:622.01CONTROL POINT#16CIRSN:6957866.42E:2324741.09ELEV:628.41SCALE IN FEET040'20'HORIZONTALSCALE IN FEET010'5'VERTICALALIGNMENT 10ASTA 1+00 TO ENDWL-33CAYALAS NOTEDNORTHREVISIONSCONSTRUCTION NOTESCITY PROJECT #105064WATER PROJECT #DATE:FULL SIZESCALE:DESIGNED: DRAWN: SHEETDESCRIPTIONDATENO.123NOTE:1. CONTRACTOR SHALL PROTECT ALL EXISTING TREES, FENCES, RETAINING WALLSAND STRUCTURES UNLESS OTHERWISE NOTED.2. THE CONTRACTOR SHALL CONTACT THE FOLLOWING AT LEAST 48 HOURS PRIOR TOEXCAVATING AT EACH LOCATION:AT&T(817) 338-6202FIBERLIGHT (MIKE BITSCHE) (214) 755-6741FORT WORTH WATER DEPT.-FIELD OPERATIONS(817) 392-8296FORT WORTH T&PW(817) 392-8100ATMOS ENERGY(817) 207-2831ONCOR ELECTRIC(817) 215-6688TIME WARNER(214) 320-7406CHARTER COMM.(817) 298-3632ALL OTHER FACILITIES1-800-DIG-TESSX-28340Freese and Nichols, Inc.Texas Registered Engineering Firm F-2144FTW18195 Plot Date: 10/14/2024 10:04 AM Plot By: 08094 Filename: N:\WTU\Drawings\PART 2 ALIGNMENTS\CV-AL-PP-ALIGN10A.dwgLast Saved: 10/14/2024 9:56 AM Saved By: 08094Filename: N:\WTU\Drawings\PART 2 ALIGNMENTS\CV-AL-PP-ALIGN10A.dwgACAD Rel: 24.2s (LMS Tech) FTW18195 DOWNTOWN CAST IRON REPLACEMENTSDOWNTOWN CAST IRON REPLACEMENTSAUGUST 2024WATER DEPARTMENTWATER MAP #MAPSCO #76C, 76D, 62Z3. CONTRACTOR SHALL PROTECT ALL EXISTING WATER SERVICES, WHETHER OR NOTTHEY ARE INDICATED ON THE PLANS.4. CONTRACTOR SHALL PROTECT ALL EXISTING SEWER SERVICES, WHETHER OR NOTTHEY ARE INDICATED ON THE PLANS.5. PROTECT EXISTING MAILBOXES.6. ALL FRANCHISE UTILITIES LOCATIONS ARE APPROXIMATE. CONTRACTOR TO FIELDVERIFY. FRANCHISE UTILITY MAPS CAN BE PROVIDED TO THE AWARD CONTRACTORUPON REQUEST.801 Cherry Street, Suite 2800Fort Worth, Texas 76102Phone - (817) 735-7300Web - www.freese.com2DJ TS1ADDENDUM NO. 0210/14/2410/14/24 ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! !!! !!!! ! ! !! ! !!! ! !!!! !!!!! !!!!!! !!!! !!! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! !!!!! ! ! ! !!!!! ! ! ! ! !!! ! !!!! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! !!! !!! ! ! ! ! ! ! ! ! ! ! ! ! ! ### ! ! ! ! ! ! ! R R !L ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! !!! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! !!!!!!! !! !!!!!!!!! ! ! ! ! ! ! ! ! ! !! ! ! ! ! ! ! ! !!! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! !!! ®s ®s §¨¦ §¨¦ §¨¦ §¨¦ §¨¦ §¨¦ §¨¦ §¨¦ §¨¦ §¨¦ §¨¦ §¨¦ §¨¦ §¨¦ §¨¦ < < < " # " < <<<< <<<< << < < < < ##< # # < < " " " " " << "" " << # "#"# <<< < # # # # # " " " " # # # < # < < < < < < <# <# # # " <# ## < < < < < < < < < # # " " < #" < < " " # < # " # # # " " " " # # # # < " < < < < " # < " "" # < ## """ # # # "< < " " # # < # < # # #< #####< "# # # " "# ## ## < # < <<< " " " " < " < " " " # " " < " " " < # < # # < < # < <7x8x# # " " " # " " " < < # #<#< # # < < < # # # # # < < " < " " " < < # " " # " " < < "" < " " " " " # "" # ##### " # " " # ## # # "" " "" <<<<< # # "" # " " "# " # < # # < # < ## #" " # # # < " ### #" # "" # # " " " # " " "# " " <# < "# # < """ < #<## "# ###"" " # # # " < # " # # # < # # " " # " " < # < < < " # # # # " # " " # # # " # " " " " " #< << " 6301 0 6300 9 6300 8 6300 7 6300 6 6300 5 627626276762770617626176551862518655186864263642666326363266630226302463026630276302863029517255172363125631226262262626626306162561623631696316863167631646316363162631616310 4 6310 3 6314 8 63146 6306643422!4342344408 4486424310 24201 24308 24203 24205 24209 24207 24301 24302 24304 24306 44703 4440744406 44403 43643 43664446694460744606443254432344321 4691 3 23404 3276232763427654576545762322243236243303 43503 5X 6906531862318674266542663426623416253404 5340233829464616600 2 6600 568144 68149 493254933033843 32609 32608 32606 32604 326022612522225232232522146105 44503 52841 24444 640656505166068660626806868064680626805 4 6805 1 6900 7 43906 46909 46906 4690 4488254782247824 4586143806438674X43802 4474545662486684866649668496635066650668 435254456545431454684442844448 4236743343 44305 443034622246227 49323503305032750324492674926350269502665026344205 44105 442224522947107 47102 43346 43349 43243 43146 43103 !4222541365411247X311653110411124 48126481232712427122271282712750126501234912749123112681422714223152271522316242 16226172271722312106 131651416214101 14104 14108 15148 15142 1512815125151681516415105 15108 321253312433104 341223412635147 322658X31366333278X33345 34366353663536235347 353283532535302 35306 363663636236346 36342 3632736306 36302 37347 37366415624152631506 315223156432402 334263342836446 364243642736406 35402 37448 36566365623556632662317065X 34704 32803 328064186542865 32943 62001 6106761063510675106353105 53449 52707 52704 52701 52610 52606 5260252648 53706 53704132258X46502 45244 45529455284552745526455254552445523455224552145668456654642846423455634556545567455694650846568465694656246563465644656546310463094630846307463064630546304463034630246301 45408 45404 454414544245443454444544545446 46408 46406 46404 46402 46401 45425462068X 35142 3512735124351663516335106 35103 36146 36144 36142 3616736162371623716737106 37104 38141 38146 38246 37206 37204 36242 352273522235245 35266352633422834205 34243 44546 44543 44442 4444445327453254532245144 45343 45345 45347 45548 5376753745 536225362653608 53605 53504 53502 52005 5240652405524045240352401 52307 52304 < 52302 < < 52105 < <" 52102 < 52202 < < 52209 <"" 52206 < 530465304753048 5324753248 53250 5324153242532435324453245 53249 53141 53147531485314953150 5304253043 53342 53344 53345 5346953467534655346353461534435344453445534465344753448 5356653562526665266252742 52745!R525225252552526L52528L52567525655256252541525425254352544525475254852549 51667516655166252002 5342652422524275332253327535435354453545535465354753548 5250752506525055250452503525025250147167471654716227163271614860 8 48605 48602 4654 2 4654 4473634736646364 46365463664636846468464664646427144 27143 47343 47347 48307 48303 46149 46147 46142 4732947326463304632746324465284816228128281224816647143 47147 4764 1 4764 2 476 4 3 476 4 4 4764 6 4764 7 4764 8 47649 2810528106281072810828109 4760 9 4760 7 4760 24766147662476634766447665476664766747668476694722647222482264822548224482214826547262472664626348206 48202 47242 47247 46128461234612148107 48104 471274712333523335223352134362342233316533147 33942 33943 334663322232709 32707 33746 33748 33308 33303 53747 536675366353647 53523535245352553526535271312533421334223342432906 32904 32902 34304 35206 35202 3734335345 37444 36402 35406 34404 34409 34403 3382133823338253382734565345643456334562345613464134642346433464434645346463464734648 3474934748347473474634745 347433474233708337073370633705337043370333702 ! 33805338033380233801 3396733965339633396133901 33903 33905 33907 33909 53214 53212 53210 53208 53206 53204 53202 53109 53104 53102 53008 53006 53004 53002 34665346633466134526345273452834529344243442534426344273442834429532273282932828328273282532826316034X 32145 3296932968329673296631907 31908 12145 321631212511104 3112532105 32946 5204842962429614296041665425644252531323424224132341942418384183941842 41846 41847 41747 411612112541646 419474196141962 4196341964112282122821223111662116541246 42329423284232741347 41141 41142 41148 68014 68010 6800 7 6800 2 47949 4795 1 47944 4794 2 640296402664022641696404 7 64050 6601 5 6601 1 65013 65011 6500 6 65003 65042 6504 6 65054 6900 5 6900 2 68044 6804 7 4894 2 4894 4 48909 48906 49911 4990 8 49905 49902 48841 4884 4 4884 6 4884 8 48810 48807 4880 3 625634484 7 4485 1 4394 2 4394 5 4394 6 4396644812 4496444945 44804 4591 4 45913 4591 1 45910 4391 2 4416645165251652416526165241252512543205 22124436024332543442 43443 43745 603263603266602266602262601261603028603027603026603025603024603023603022603021603122601126602122603161603162603163603164603165603166603167603168601063601067601047 6010436030 4 7 60304 9 601022601004 601103 60391 6 6039 1 1 60294 6 603025 603007 4176541903 31945 41905 342453424634247 34248 34249 446453016530161291672916230222 15161317656410 3 6410 54818646968 !3466234664346668x6x 5x 7x9x 8x9x9x4x9x 8x 8x 4490712x 5x 8x6x7x 9x 6x9x9x6x8x 7x 8x6x4x4x8x 4x6x5x 6x7x5x7x7x 9x 8x6x 7x9x 4x 6x7x8x 9x7x 8x8x9x4x8x3x 8xA 7x8x8x9x3x 5x 7x 6x7x 7x 7x 6x 60394 5 11x 15 x 60395 2 12x 603 905 15 x 9x 602 9 5 4 10 x 3x 6x13x 6x 8x 4x9x7x7x9x9x9x8x 7x8x7x 28x 27x12x18x 10xVP VP VP VPVP PDPDPDPDPDPD PDPD PDPDPDPDPDPD PD CS CS CS CS CS CS CS CSCSCSCSCS CSCS CSCSCSCSVL8xVL2x VL2x VL6x43467VL2x VL4xVL7x VL4x VL3x VL4xVL5xVL4xVL4x VL7x VL2x VL7x VL2x VL3x VL2x VL2x VL4XVL14xPLZ1x PLZ1xPLZ2xPLZ3xPLZ1xPLZ1x PLZ2x PLZ2x PLZ 1x PLZ3x PLZ4xPLZ2xPLZ 3x PLZ1x PLZ2x PLZ1xPLZ4x PLZ1xPLZ5xPLZ3xPLZ2x PLZ1xPLZ2xPLZ8x PLZ4xPLZ2xPLZ1xPLZ5xPLZ1xLZ5xLZ1x LZ2xLZ1xLZ1xLZ3x LZ5XLZ1x LZ3x LZ4x CLZ4xLZ1xLZ2x LZ2xLZ2xPLZ1x LZ2x LZ4xLZ2x LZ2xLZ1x LZ3xLZ1x PLZ1x CLZ1xCLZ4xCLZ3xCLZ2xCLZ4xCLZ2xCLZ4xCLZ1xCLZ2xCLZ1x CLZ2x CLZ3xCLZ3xCLZ2xCLZ2x CLZ2xCLZ3x CLZ1xCLZ1xCLZ 2x CLZ 2x CLZ1x CLZ1x CLZ7x CLZ1xCLZ1xCLZ1x CLZ4xCLZ1x CLZ2xCLZ1x CLZ2x CLZ3xCLZ2xCLZ6xCLZ1xCLZ2xCLZ1x CLZ2X CLZ1x CLZ 1x CLZ 1x CLZ 2x CLZ 2x 438 464 624 642 142 448 233 132 660 6021 243 468 458 459 469 439 640 541 670 234 449 365 641 630 489 479 493 272 478 442452 681 632 422 621 532 262 492 496 610 349 486 332 162 371 625 548 346 491 429 620 232 172 414 510 622 323 341 362 427 424 314 483 312 437 291 152 456 421441 325 336 327 451 538 547 543 545 544 546 122 627 650 680 690 631 6032 6039 691 488 499 432 361 498 252 473 433453 530 244 311411 443 372 431 6031 302 425 476 222 6029 465 348318 521 419 251 502 292 435 426 526 344 506 520 457 335 540 242 363 355 6011 537 525 527 533 534 535 373 524 364 516 626 531 617 282 518 503 6022 528 6010 112 523 671 6012 212 616 517 374 651 661 382 522 151141131 331321 121 351 381 161 342 352322 111211 412 413 313 333 353343 354334324 345315 326316416 415 317417 337 221231241261271281301 501 481 471 461 462472482 463 423 434444454 455 445 436446466 447 347 338328 319 418428 329 339 536 542 6030 CLZ1xLZ2xCLZ8xVL3x CLZ 2x VL4XCLZ1xCLZ4xCLZ4xLZ5XVL6xPLZ1xVL4xVL2xCD B D L F I R R L L A B CB D D R D A B C D BAABABACB L L R L L L L C E ED B FE H A B E < D BA C B C A BA LR LR LR R L R R R R R AB L R ABC F E D C B AA B C D E D C B A A B C C BA DCBA A B C D E ABCRL BA RLR L L ABC ABD ABC ABCD EFABCD D A B C RLR LRL RL BA H G E B A D A B ABC BA G CBA BA GFEDCBA BC A A B ABC DEFGH I B A A ABCDE B A C A FEDCBA GFEDCBA A B C D E DCBA A DC A CD D C B A ABC A D BA A B C D EF ABC ABCD F E D C B A H G F E HGFEDCBAIHGFEDCBA CBA G F E DCBA A B C AB G F E D C B A R L LRRL F E D C B A E D C B A A B C D G F E D C B A G F E D C B A AB D C B A GH F E D C B A CBA AB HGFED C B A C B A DCBA AB DCBA B A DCBDCA FE GCA C A FEA B C D ED C E D C B A C B AB D A CD FECBA C D ABC AB D C B A HGF DCBA H FE BA CA R LRL C A BCDEF AH G G E DC A BA G E DC G E DC A CBACBACBA ABCD DCBA HG E D BA HG AB B EDCA B EDCA BCDEFGH AB DEFGHAB A C DCBA DCBA A C ED CBA R C C A L K J H G F D C A LJIHFEDBA L K I H G E D C A A C D F A C D F G E D B A I G F D C A A B B L R L R L R B ABCD EFGH E A G A C D F H F E D B A O M L K I DC B A F E C A ABCDEF FED CBA DCBA GFEDCBA CBA FED ED CBA AB CDE A E D CBA D BA G F E D C B A AB DC C A A CD A FD GECB D C AD C B C A D A BC DCBA AB HGFEDCBA FEE CBA ! ! < ! ! C B A C B A H G F A B C D E A B C H G F E L R R RLRLRLRLRL HGFEDCBA BCABCD CBA CBA HGFEDCBA A B CABCDABCDEF ABCDEFGH HGFEDCBA DA CBA FED CBA ABCDE A B C D E F A B C R C A ABCD E GH GF E D C BA H GF E DC BA F E D C B A I H G F E D C B A D C B A A B B A D C B A A B C D E BA C D G RLRL CBA H G F E D C B A A B C A B C D E F G H L R HGFE B ABCD EFG F E D C B A E D CBA H G F E D C B A F C FB A B C D E HGFEDCBA AB LRLR RL R L B B B B C B C G E GD BA B F B F BB F LRLRLRLR RLRLRLL RL RLRL RL R L RL DCBA LR CDEF B C D C LR L R BA ABCD EFGH I J KL AB ABCDEF FEDCBA H G F E D C B < A ABCD EFGH FED C B A GF E DCBA BA FE DCBA AB AB FE CBA A BC DE ABCDEFGH I BA B ABC DEFGH I JK B E H E B C F E B J F B G K C I E B C E B G C N F J C B L BA B C AB C R L L L R L L L LR R R R L R RL D LRLRLRL RLRLRLR RL L R LRLRLRLR L R 333623336564004 7am-9am 7am-9am7am-9am 7am-9am7am-9am7am-9am 4pm-6pm 4pm-6pm 5pm-6pm 5pm-6pm 7am-8am 7am-9am 4pm-6pm 4pm-6pm 4pm-6pm 4pm-6pm5pm-6pm 4pm-6pm 4pm-6pm 7am-9am 5pm-6pm5pm-6pm 7am-8am7am-8am 4pm-6pm5pm-6pm5pm-6pm 4pm-6pm 7am-9am 5pm-6pm 200 100 100 200 300 400 500 600 700 800 900 1000 1100 1200 1700 1600 1500 1400 1300 100 200 400 600 800 900 1000 100 200 1100 100 200 300 400 500 600 700800 900 225 250 275 100 100 200300400500600700800900 1002003004005006007001000 7TH 1ST 5TH 2ND 3RD JONESBELKNAP TAYLORBURNETTCALHOUN4TH 8TH 9TH 6THCHERRY LAN C A S T E R LAMAR13TH 10TH ELM14TH MAIN11TH 12THMACON 15TH WEATHERFORD HOUSTONGROVE16TH TEXA S TERRYPECANJENNINGSCOMMERCEBLUFF 17THHENDERSONFLORENCETHROCKMORTONMONROET E X A S 5TH PECANLAMAR5TH JONES4THTAYLOR CALHOUNCOMMERCEBURNETTTHROCKMORTON5TH TAYLOR5TH 2ND HOUSTONGROVETAYLORBELKNAP HOUSTONCHERRYJONES2ND 6TH BELKNAP LAMAR4TH PECANLAMARWEATHERFORD COMMERCE6TH 1ST CHERRYCALHOUNFLORENCE14THHENDERSON 1ST 3RD 8TH 5TH THROCKMORTON2ND FLORENCEMAIN13TH MAIN9TH 3RD TEX A S MAINCALHOUN10TH MACONLAN C A S T E R COMMERCEMAINCALHOUNJONES12THTHROCKMORTONFLORENCE HOUSTON10TH THROCKMORTON10TH 7TH 7TH 8TH WEATHERFORD 7TH COMMERCE3RD CALHOUNHENDERSONCOMMERCEBURNETTJONES1ST1ST 15TH JONESJONES2ND HOUSTON4TH 6TH JENNINGS7THTAYLOR4TH LANC A S T E R GROVEBELKNAP TAYLOR13TH CALHOUN9TH WEATHERFORD 2ND HOUSTONHENDERSON 4/15/2019 " " # # " " " " " # " " 81250 81144 81148 81243 81247 82205 82202 82108 82104 F E D C B A A B C D E F G H A B C D A B C D E F G H H G F E D C B A LANCASTER WILL ROGERSCAMP BOWIE LANCASTER 822 811 812 821 ® City of Fort Worth Meter Map Cultural Legend Meter Hours !1 hour & Under Parking !2 Hour Parking !4 Hour Parking !10 Hour Parking Meter Type <Two Spaces #Three Spaces "Four Spaces D Number of Spaces Signage Cabstand Comercial Loading Zone ®s Handicaped Loading Zone Passenger Loading Zone §¨¦PoliceDepartment Vistor Parking Blocks Restricted Times 4pm-6pm No Parking 5pm-6pm No Parking 7am-8am No Parking 7am-9am No Parking " # #X "" #X""X ##"812248122280207 8020381262822628226682334823318232782324823228236682362PLZ2x GF E D C B A G F E D C B A DCBAAABCCB J I H G F E D C B A E D C B A HEDCBA 804 822 823 803 802 812 782792 772 791 801 781 771 821 811 7TH6THCOOPER PULASKISOUTHLANDTERRELL8TH8TH8TH 7TH! !!!!!! ""##""""" " " " " " # #278920 278918 278914 278910 278906 278902 300368295364295346 285366285356 285344 285329285328285327285323285322285321285317 285305295227295224290219290228290225285219285222285225 2892262892236x8x 8xCLZ2xCLZ1x CLZ4xEDCB GFEDCB HGFE CB F H A A A DCBA H G F E D C B A D C B AHGFEDCBA BCDEF H G F E D C B A A D 2952 2902 2852 3163 2789 2953 2903 2853 2892 2891 3003 31533153WA!ITSUNIVERSITYGREENELUBBOCKCOCKRELLBELLAIRE ROGERSLOWDEN LUBBOCKUNIVERSITYBELLAIRE MedicalTCU323258X9X4x4x 603965 7x 6030657x 7x 8x 33225A B C D E F G A B C D E F A B C D E 34342 34347 A B C D E 34308 D E G 602922602926A B C D E F G H 3476234765C B AE D "####<"#< <#A B CL R CLZ FG ! ! ! ! ! 53501 ! 53503 53505 68141 !6x8x < H F A B C D E F G H " " " "##< < < L R L R L R L R < B C 10x 43105 !42963! 285301 285302 285303285304 285306 285307 285310285311 285312 285315 285316 285318 285319285320 ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! 6x A B C D EF DEFGHI A B C D E F G H 469 0 1 e Downtown (CBD), Medical, TCU Monday-Friday 8am-6pm One-Hour Meters (Red Decal) $1.50 per hour Two-Hour Meters (Orange Decal) $1.50 per hour Four-Hour Meters (Blue Decal) $0.75 per hour 10-Hour Meters (Green Decal) $0.50 per hour West 7th Seven Days a week except holidays Two-Hour & Four-Hour Meters 10am-4pm $1 per hour 4pm-10pm $2.50 per hour 10pm-10am FREE Cultural District (Will Rogers) Seven days a week 6am-10pm Four-Hour Meters $0.75 per hour �R T�V'�RT�I� ADDENDUM TO INVITATION TO BID NO. 24-0302 DOWNTOWN 16-42 INCH CAST IRON WATER MAIN REPLACEMENTS WATER DEPARTMENT ADDENDUM NO. 3 INVITATION TO BID (ITB): 24-0302 BID OPENING DATE: OCTOBER 17, 2024 (CHANGED) REVISED BID OPENING DATE: OCTOBER 24, 2024 DATE ISSUED: OCTOBER 22, 2024 ITB No. 24-0302, issued September 19, 2024, is hereby amended as follows: 1. TECHNICAL SPECIFICATIONS: Re lace the followin Sections: Re lace Section 00 41 00 Bid Form 2. DRAWINGS: Re lace the followin : � Re lace Plan Sheet . DT-5 WATER DETAILS IV All other terms and conditions remain unchanged. %� �'lr.��� TON SHOLOLA, P.E. ASSISTANT DIRECTOR, WATER DEPARTMENT With Section 00 41 00 Bid Form With Plan Sheet DT-5 WATER DETAILS IV ..............................................................................� By the signature affixed below, Addendum No. 3 is hereby incorporated into and made part of the above referenced Invitation to Bid. COMPANYNAME: Ci�l � GO��f�i'���'an SIGNATURE: .�c� a �� NOTE: Company name and signature must be e same as on the original bid documents. Failure to return this form with your sealed bid may con�tit te grounds for rejection of your offer. ITB 24-0302 Downtown 16-42 Inch Cast Iron Water Main Replacements Addendum No. 3, Page 1 of 1 00 42 43 PROPOSAL FORM Page 1 of 4 1A* 3311.1067 48" Steel AWWA C200 Water Pipe, CLSM Backfill 33 11 14 LF 20 -$ 1B* 3311.1077 48" Concrete AWWA C303 Water Pipe, CLSM Backfill 33 11 13 LF 20 -$ 2A* 3311.0967 42" Steel AWWA C200 Water Pipe, CLSM Backfill 33 11 14 LF 3,790 -$ 2B* 3311.0977 42" Concrete AWWA C303 Water Pipe, CLSM Backfill 33 11 13 LF 3,790 -$ 3A* 3311.0857 36" DIP Water, CLSM Backfill 33 11 10 LF 2,460 -$ 3B* 3311.0867 36" Steel AWWA C200 Water Pipe, CLSM Backfill 33 11 14 LF 2,460 -$ 3C* 3311.0877 36" Concrete AWWA C303 Water Pipe, CLSM Backfill 33 11 13 LF 2,460 -$ 4A* 3311.0657 24" DIP Water, CLSM Backfill 33 11 10 LF 840 -$ 4B* 3311.0677 24" Steel AWWA C200 Water Pipe, CLSM Backfill 33 11 14 LF 840 -$ 4C* 3311.0687 24" Concrete AWWA C303 Water Pipe, CLSM Backfill 33 11 13 LF 840 -$ 5A* 3311.0001 Ductile Iron Water Fittings w/ Restraint 33 11 11 TON 40 -$ 5B* 3311.0011 Steel Fittings 33 11 14 LS 1 -$ 5C* 3311.0021 C303 Fittings 33 11 13 LS 1 -$ 6 3305.2010 42" Water Carrier Pipe 33 05 24 LF 80 -$ 7 3305.1110 60" Casing By Other Than Open Cut 33 05 22 LF 80 -$ 8 3305.2009 36" Water Carrier Pipe 33 05 24 LF 30 -$ 9 3305.1109 54" Casing By Other Than Open Cut 33 05 22 LF 30 -$ 10 3305.2007 24" Water Carrier Pipe 33 05 24 LF 120 -$ 11 3305.1107 42" Casing By Other Than Open Cut 33 05 22 LF 120 -$ 12 3311.0461 12" PVC Water Pipe 33 11 10, 33 11 12 LF 410 -$ 13 3311.0261 8" PVC Water Pipe 33 11 10, 33 11 12 LF 5210 -$ 14 3311.0061 4" PVC Water Pipe 33 11 12 LF 200 -$ 15 3305.0203 Imported Embedment/Backfill, CLSM 33 05 10 CY 100 -$ 16 3312.5000 36" AWWA Butterfly Valve Vault 33 12 20 EA 4 -$ 17 9999.0001 Install 36" Butterfly Valve (City Provided) - EA 4 -$ 18 3312.5001 42" AWWA Butterfly Valve Vault 33 12 20 EA 3 -$ 19 9999.0002 Install 42" Butterfly Valve (City Provided) - EA 3 -$ 20 3312.3003 8" Gate Valve 33 12 20 EA 22 -$ 21 3312.3005 12" Gate Valve 33 12 20 EA 4 -$ 22 3312.3008 24" Gate Valve w/Vault 33 12 20 EA 2 -$ 23 3312.3009 30" Gate Valve Vault 33 12 20 EA 1 -$ 24 9999.0003 Install 30" Gate Valve (City Provided) - EA 1 -$ 25 3312.1005 6" Combination Air Valve Assembly for Water 33 12 30 EA 4 -$ 26 3312.6002 6" Blow Off Valve 33 12 60 EA 1 -$ 27 3312.6003 8" Blow Off Valve 33 12 60 EA 3 -$ 28 3312.0001 Fire Hydrant 33 12 40 EA 8 -$ 29 0241.1510 4"-12" Water Abandonment Plug 02 41 14 EA 7 -$ 30 0241.1208 20" Water Abandonment Plug 02 41 14 EA 1 -$ 31 0241.1211 36" Water Abandonment Plug 02 41 14 EA 6 -$ 32 0241.1303 Remove 8" Water Valve 02 41 14 EA 26 -$ 33 9999.0004 Remove 16" Water Valve - EA 2 -$ 34 9999.0005 Remove 36" Water Valve - EA 10 -$ 35 9999.0006 Remove Existing Air Valve - EA 1 -$ * Contractor to provide Unit Price / Bid Value for only one of the pipe material alternatives for Items 1 through 5 DO NOT PROVIDE UNIT PRICE / BID VALUE FOR EACH ALTERNATIVE Unit 1 - Water Improvements Downtown Cast Iron Water Main Replacements Bidlist Item No.Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value SECTION 00 42 43 PROPOSAL FORM Project Item Information Bidder's Proposal UNIT PRICE BID Bidder's Application CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 24, 2020 Downtown Cast Iron Water Main Replacements City Project Number 105064 Addendum No. 03 00 42 43 PROPOSAL FORM Page 2 of 4 SECTION 00 42 43 PROPOSAL FORM Project Item Information Bidder's Proposal UNIT PRICE BID Bidder's Application 36 0241.1000 Remove Conc Pvmt 02 41 15 SY 4500 -$ 37 0241.1001 Water Line Grouting 02 41 14 CY 420 -$ 38 3312.0117 Connection to Existing 4"-12" Water Main 33 12 25 EA 18 -$ 39 3312.0107 Connection to Existing 20" Water Main 33 12 25 EA 1 -$ 40 3312.0108 Connection to Existing 24" Water Main 33 12 25 EA 2 -$ 41 3312.0109 Connection to Existing 30" Water Main 33 12 25 EA 1 -$ 42 3312.0110 Connection to Existing 36" Water Main 33 12 25 EA 3 -$ 43 3312.0111 Connection to Existing 42" Water Main 33 12 25 EA 1 -$ 44 3312.0112 Connection to Existing 48" Water Main 33 12 25 EA 2 -$ 45 3312.2001 1" Water Service, Meter Reconnection 33 12 10 EA 13 -$ 46 3312.2003 1" Water Service 33 12 10 EA 13 -$ 47 3312.2101 1 1/2" Water Service, Meter Reconnection 33 12 10 EA 2 -$ 48 3312.2103 1 1/2" Water Service 33 12 10 EA 2 -$ 49 3312.2201 2" Water Service, Meter Reconnection 33 12 10 EA 7 -$ 50 3312.2203 2" Water Service 33 12 10 EA 7 -$ 51 9999.0007 4" Water Service, Meter Reconnection 33 12 10 EA 1 -$ 52 9999.0008 4" Private Water Service Relocation 33 12 10 EA 1 -$ 53 3212.0305 3" Asphalt Pvmt Superpave SP-D 32 12 16 SY 33000 -$ 54 0241.1507 3" Surface Milling 02 41 15 SY 33000 -$ 55 3201.0202 Asphalt Pvmt Repair Beyond Defined Width, Arterial 33 01 17 SY 2000 -$ 56 3201.0127 10' Wide Asphalt Pvmt Repair, Arterial 32 01 17 LF 5400 -$ 57 3201.0113 6' Wide Asphalt Pvmt Repair, Arterial 33 01 17 LF 5100 -$ 58 3201.0616 Conc Pvmt Repair, Arterial/Industrial 32 13 13 SY 4500 -$ 59 0241.1400 Remove Conc Valley Gutter 02 41 15 SY 500 -$ 60 0241.0100 Remove Sidewalk 02 41 13 SF 500 -$ 61 0241.1300 Remove Conc Curb & Gutter 02 41 15 LF 1000 -$ 62 3216.0301 7" Conc Valley Gutter 32 16 13 SY 500 -$ 63 3213.0303 6" Conc Sidewalk 32 13 20 SF 500 -$ 64 3216.0101 6" Conc Curb and Gutter 32 16 13 LF 1,000 -$ 65 3213.0401 6" Concrete Driveway 32 13 20 SF 200 -$ 66 3213.0403 8" Concrete Driveway 32 13 20 SF 200 -$ 67 3305.0109 Trench Safety 33 05 10 LF 12900 -$ 68 3471.0001 Traffic Control 34 71 13 MO 18 -$ 69 3125.0101 SWPPP ≥ 1 acre 31 25 00 LS 1 -$ 70 0171.0101 Construction Staking 01 71 23 LS 1 -$ 71 0171.0102 As-Built Survey 01 71 23 LS 1 -$ 72 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 EA 19 -$ 73 9999.0009 Cathodic Protection Design 33 04 412 LS 1 -$ 74 3304.0002 Cathodic Protection 33 04 12 LS 1 -$ 75 3304.0101 Temporary Water Services 33 04 30 LS 1 -$ 76 9999.0010 Parking Meter Reimbursement (2nd Street) - LS 1 -$ 77 9999.0011 Parking Meter Reimbursement (Florence Street) - LS 1 -$ 78 9999.0012 Brick Wall Repair - LS 1 -$ 79 9999.0013 6" Solid Yellow or White, Spray Thermoplastic (90 mil.) 32 17 23 LF 16047 -$ 80 9999.0014 6" Solid White, Spray Thermoplastic (90 mil.) 32 17 23 LF 690 -$ 81 9999.0015 6" Solid Yellow, Spray Thermoplastic (90 mil.) 32 17 23 LF 824 -$ 82 9999.0016 6" Dash White or Yellow, Spray Thermoplastic (90 mil.) 32 17 23 LF 286 -$ 83 9999.0017 6" Dash White, Spray Thermoplastic (90 mil.) 32 17 23 LF 1,735 -$ CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 24, 2020 Downtown Cast Iron Water Main Replacements City Project Number 105064 Addendum No. 03 00 42 43 PROPOSAL FORM Page 3 of 4 SECTION 00 42 43 PROPOSAL FORM Project Item Information Bidder's Proposal UNIT PRICE BID Bidder's Application 84 9999.0018 6" Dash Yellow, Spray Thermoplastic (90 mil.) 32 17 23 LF 150 -$ 85 9999.0019 8" Solid White, Spray Thermoplastic (90 mil.) 32 17 23 LF 2,549 -$ 86 9999.0020 18" Extrude Thermoplastic (125 mil.) White or Yellow, Solid Line 32 17 23 LF 128 -$ 87 9999.0021 24" Extrude Thermoplastic (125 mil.) White, Solid Line 32 17 23 LF 3,030 -$ 88 9999.0022 Prep and Seal Pavement Surface for 4" Markings (6")32 17 23 LF 6,700 -$ 89 9999.0023 Prep and Seal Pavement Surface for 8" Markings 32 17 23 LF 449 -$ 90 9999.0024 Prep and Seal Pavement Surface for 18" Markings 32 17 23 LF 128 -$ 91 9999.0025 Prep and Seal Pavement Surface for 24" Markings 32 17 23 LF 1,540 -$ 92 9999.0026 Prep and Seal Pavement Surface for Arrow 32 17 23 EA 7 -$ 93 9999.0027 24" Preformed Thermoplastic (125 mil.) White or Yellow, Solid Line 32 17 23 LF 1,592 -$ 94 9999.0028 24" Preformed Thermoplastic - CONTRAST 32 17 23 LF 330 -$ 95 9999.0029 Thermoplastic Preformed - (90 mil.) (5 ft wide, Bike Green, Premark Brand Including Sealer. Must Use 2 Part Sealer.)32 17 23 LF 326 -$ 96 9999.0030 8" Type II White C/C or Yellow A/A Ceramic Button 32 17 23 EA 52 -$ 97 9999.0031 Yellow 36" Delineators 32 17 23 EA 16 -$ 98 9999.0032 Thermoplastic Preformed - (90 mil.) (Bike, Includes Bike Symbol Only) 32 17 23 EA 12 -$ 99 9999.0033 Thermoplastic Preformed - (125 mil.) (Bike, Arrow, Includes 1 Straight Arrow only, 6') 32 17 23 EA 7 -$ 100 9999.0034 Thermoplastic Preformed - (125 mil.) (Single Head Curve Arrows, BIKE, BUS or ONLY's) 32 17 23 EA 41 -$ 101 9999.0035 Thermoplastic Preformed - CONTRAST (125 mil.) (Single Head Curve Arrows, BIKE, BUS or ONLY's)32 17 23 EA 6 -$ 102 9999.0036 Thermoplastic Preformed - (90 mil.) (Bike, Shared, Includes Bike Symbol and 2 Sharrow Markings) 32 17 23 EA 1 -$ 103 9999.0037 4" REFL Raised Marker TY I-C 32 17 23 EA 105 -$ 104 3217.2103 4" REFL Raised Marker TY II-A-A 32 17 23 EA 267 -$ 105 3217.2104 4" REFL Raised Marker TY II-C-R 32 17 23 LF 188 -$ 106 9999.0038 Utility Adjustment - LS 1 $ 60,000.00 60,000.00$ 107 9999.0039 Furnish Street Use Permit - EA 12 -$ 108 9999.0040 Remobilization for World Cup - LS 1 -$ 109 9999.0041 Water Construction Allowance - LS 1 $ 200,000.00 200,000.00$ $ Unit 1 Sub-Total - Water Improvements CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 24, 2020 Downtown Cast Iron Water Main Replacements City Project Number 105064 Addendum No. 03 00 42 43 PROPOSAL FORM Page 4 of 4 SECTION 00 42 43 PROPOSAL FORM Project Item Information Bidder's Proposal UNIT PRICE BID Bidder's Application 1 3331.1101 6" to 8" Pipe Enlargement 33 31 23 LF 620 -$ 2 3331.3311 4" Sewer Service, Reconnection 33 31 50 EA 1 -$ 3 3339.1001 4' Manhole 33 39 10, 33 39 20 EA 4 -$ 4 0241.2201 Remove 4' Sewer Manhole 02 41 14 EA 2 -$ 5 0241.2001 Sanitary Line Grouting 02 41 14 CY 10 -$ 6 3303.0001 Bypass Pumping 33 05 10 LS 1 -$ 7 3305.0109 Trench Safety 33 03 10 LF 620 -$ 8 3301.0001 Pre-CCTV Inspection 33 01 31 LF 620 -$ 9 3301.0002 Post-CCTV Inspection 33 01 31 LF 1240 -$ 10 0171.0101 Construction Staking 01 71 23 LS 1 -$ 11 0171.0102 As-Built Survey 01 71 23 LS 1 -$ 12 9999.0001 Sanitary Sewer Construction Allowance - LS 1 $ 30,000.00 30,000.00$ 1 0241.1300 Remove Conc Curb & Gutter 02 41 15 LF 160 -$ 2 0241.0100 Remove Sidewalk 02 41 13 SF 1050 -$ 3 0241.0401 Remove Concrete Drive 02 41 13 SF 340 -$ 4 3110.0103 12"-18" Tree Removal 31 10 00 EA 4 -$ 5 3110.0104 18"-24" Tree Removal 31 10 00 EA 2 -$ 6 3216.0101 6" Conc Curb and Gutter 32 16 13 LF 160 -$ 7 3213.0506 Barrier Free Ramp, Type P-1 32 13 20 EA 1 -$ 8 3213.0311 4" Conc Sidewalk Adjacent to Curb 32 13 20 SF 2400 -$ 9 3213.0401 6" Concrete Driveway 32 13 20 SF 340 -$ 10 3232.0100 Conc Ret Wall Adjacent to Sidewalk 32 32 13 SF 540 -$ 11 3291.0100 Topsoil 32 91 19 CY 7 -$ 12 3292.0100 Block Sod Replacement 32 92 13 SY 110 -$ ** The City reserves the right to award the contract to the responsive low bidder of Total A or to the responsive low bidder of Total B END OF SECTION Sub-Total, Unit 1 - Water Improvements $ Unit 2 Sub-Total - Sanitary Sewer Improvements $ Unit 2 - Sanitary Sewer Improvements $ Bid Summaries Sub-Total, Unit 3 - Sidewalk Improvements $ Sub-Total, Unit 2 - Sanitary Sewer Improvements $ Total A (Sub-Total, Unit 1 + Sub-Total, Unit 2) Total B (Sub-Total, Unit 1 + Sub-Total, Unit 2 + Sub-Total, Unit 3) $ $ Unit 3 - Sidewalk Improvements **The location of all Unit 3 items is 1100 block of 5th Street. The exact location will be determined in the field. Unit 3 Sub-Total - Sidewalk Improvements CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 24, 2020 Downtown Cast Iron Water Main Replacements City Project Number 105064 Addendum No. 03 PIPESIZE90° BENDS45° BENDS22.5° BENDS11.25° BENDS6"ALL 90°BENDS SHALLBERESTRAINED48.69124.82112.4718"86.56244.13122.17110"135.25368.95234.64112"194.76499.29249.88124"72073904200236"16201588064504"L" "L"NOTES:1.CONTRACTOR SHALL BEREQUIRED TO COVER METERVAULT WITH PROTECTIVEGUARD.2.METER SHALL BE REMOVEDBY THE CONTRACTOR.CONNECTION FROMBY-PASS TO PRIVATESERVICE SHALL BE MADE BYCONTRACTOR.36" MIN.1" MIN. 1" MIN.(33 11 00-D132) VERTICAL TIE DOWN BLOCKINGNOT TO SCALES REVISED: 12-31-20121(33 04 30-D133) TEMPORARY SERVICE CONNECTIONNOT TO SCALES REVISED: 08-31-20122(33 04 30-D134) INTERSECTION & DRIVEWAY APPROACH CROSSING FOR TEMPORARY WATER SERVICENOT TO SCALES REVISED: 08-31-20123PROFILE VIEWPIPE EMBEDMENT PERDRAWINGS ANDSECTION 33 05 10TIE-DOWN BARS ASDESIGNATED ON TABLEBLOCKING SHALL BE AGAINSTUNDISTURBED EARTH6" MIN.6"MIN.(TYP.)6" MIN.WIDTH SHALL BE 8" MIN.FOR 2 BAR APPLICATIONS,OTHERWISE 6" MIN.6" MIN.6" MIN.PLANVIEWSECTION VIEWBLOCKING SHALL BE AGAINSTUNDISTURBED EARTHREINFORCING MAT,#4 BARS @ 6" OCEWREINFORCING MAT SHALLBE #4 BARS @ 6" OCEWHOOK TIE DOWN BARS INTOREINFORCING MAT (TYP.)PIPE BACKFILL PERDRAWINGS ANDSECTION 33 05 10EXISTING SERVICE LINEEXISTING PRIVATE SERVICETO HOUSE OR BUILDINGADAPT AS REQUIRED3/4" TUBING34" CURB STOP PERSECTION 33 12 102" GALVANIZED PIPEASPHALTCOVER2" GALVANIZED PIPEEXISTING PAVEMENT15# ROOFING FELT2-STANDARD FINISHED2"x6" BOARDSNOTE:1.BOND WIRES SHALL BE PLACEDA MINIMUM OF 6" APART.PIPEPIPE(33 04 10-D143) BELL AND SPIGOT BONDINGNOT TO SCALES REVISED: 08-31-20125BONDING WIRES,#2 AWG/THHN INSULATIONTHERMITE BRAZED CONNECTIONS(TYP. 4 PLACES)PER 31 04 10-D142REVISIONSCONSTRUCTION NOTESCITY PROJECT #105064WATER PROJECT #DATE:FULL SIZESCALE:DESIGNED: DRAWN: SHEETDESCRIPTIONDATENO.123NOTE:1.CONTRACTOR SHALL PROTECT ALL EXISTING TREES, FENCES, RETAINING WALLSAND STRUCTURES UNLESS OTHERWISE NOTED.2.THE CONTRACTOR SHALL CONTACT THE FOLLOWING AT LEAST 48 HOURS PRIOR TOEXCAVATING AT EACH LOCATION:AT&T(817) 338-6202FIBERLIGHT (MIKE BITSCHE) (214) 755-6741FORT WORTH WATER DEPT.-FIELD OPERATIONS(817) 392-8296FORT WORTH T&PW(817) 392-8100ATMOS ENERGY(817) 207-2831ONCOR ELECTRIC(817) 215-6688TIME WARNER(214) 320-7406CHARTER COMM.(817) 298-3632ALL OTHER FACILITIES1-800-DIG-TESSX-28340Freese and Nichols, Inc.Texas Registered Engineering Firm F-2144FTW18195 Plot Date: 10/9/2024 2:23 PM Plot By: 08094 Filename: N:\WTU\Drawings\CV-ALL-DT-MISC01.dwgLast Saved: 10/9/2024 2:20 PM Saved By: 08094Filename: N:\WTU\Drawings\CV-ALL-DT-MISC01.dwgACAD Rel: 24.2s (LMS Tech) FTW18195 DOWNTOWN CAST IRON REPLACEMENTSDOWNTOWN CAST IRON REPLACEMENTSAUGUST 2024WATER DEPARTMENTWATER MAP #MAPSCO #76C, 76D, 62Z3.CONTRACTOR SHALL PROTECT ALL EXISTING WATER SERVICES, WHETHER OR NOTTHEY ARE INDICATED ON THE PLANS.4.CONTRACTOR SHALL PROTECT ALL EXISTING SEWER SERVICES, WHETHER OR NOTTHEY ARE INDICATED ON THE PLANS.5.PROTECT EXISTING MAILBOXES.6.ALL FRANCHISE UTILITIES LOCATIONS ARE APPROXIMATE. CONTRACTOR TO FIELDVERIFY. FRANCHISE UTILITY MAPS CAN BE PROVIDED TO THE AWARD CONTRACTORUPON REQUEST.801 Cherry Street, Suite 2800Fort Worth, Texas 76102Phone - (817) 735-7300Web - www.freese.comDETAILSWATER DETAILS IVDT-5CAYALAS NOTED1ADDENDUM NO. 110/9/202410/09/2436"1620158806450436"162015880NOTES:1.VERTICAL TIE-DOWN BLOCKING VOLUMES SHOWN ARE BASED ON:1.1.225 PSI TEST PRESSURE1.2.150 PCF CONCRETE DENSITY1.3.A SAFETY FACTOR OF 1.5.2.BAR QUANTITIES ARE BASED ON:2.1.30 KSI #4 STEEL REINFORCEMENT BAR2.2.A FACTOR OF SAFETY OF 1.52.3."L" SHALL BE A MINIMUM OF 18".3.THE ENGINEER SHALL PROVIDE A SEPARATE VERTICAL TIE-DOWN BLOCKINGTABLE WHEN THE CONDITIONS DO NOT MEET THE ABOVE ASSUMPTIONS.4.THE CONTRACTOR IS REQUIRED TO PROVIDE THRUST RESTRAINT BY MEANS OFVERTICAL TIE-DOWN BLOCKING FOR ALL PIPES. THIS ITEM SHALL BE CONSIDEREDSUBSIDIARY TO THE VARIOUS ITEMS BID.5.ALL MJ FITTINGS SHALL BE ADDITIONALLY RESTRAINED WITH RETAINER GLANDS.6.WIDTHS, LENGTHS AND DEPTHS MAY VARY BUT SATISFACTION OF ABOVEMINIMUM VOLUMES MUST BE DEMONSTRATED.7.KEEP CONCRETE CLEAR OF PIPE JOINTS AND BOLTS.8.VERTICAL TIE-DOWN BLOCKING FOR LINES 16" AND LARGER SHALL BE DESIGNEDFOR THE SPECIFIC LOCATION AND SHOWN ON THE DRAWINGS.9.ALL DUCTILE IRON FITTINGS SHALL BE WRAPPED IN POLYETHYLENEENCASEMENT PRIOR TO PLACING OF BLOCKING.10.CONCRETE MATERIAL SHALL CONFORM TO SECTION 03 30 00.42"221011906102ADDENDUM NO. 210/22/202422011610/22/2024 00 05 15 - 1 ADDENDA Page 1 of 1 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 SECTION 00 05 15 ADDENDA END OF SECTION 00 11 13 INVITATION TO BIDDERS Page 1 of 3 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 105064 Revised 2/08/24 SECTION 00 11 13 INVITATION TO BIDDERS RECEIPT OF BIDS Electronic bids for the construction of the Downtown Cast Iron Water Main Replacements (“Project”) will be received by the City of Fort Worth via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective Project until 2:00 P.M. CST, Thursday, October 17, 2024. Bids will then be opened publicly and read aloud beginning at 2:00 PM CST in the City Council Chambers. Your submissions must be uploaded, finalized and submitted prior to the Project’s posted due date. The City strongly recommends allowing sufficient time to complete this process (ideally a week prior to the deadline) to begin the uploading process and to finalize your submission. Uploading large documents may take time, depending on the size of the file(s) and your Internet connection speed. The Bonfire portal can be accessed using Microsoft Edge, Google Chrome, or Mozilla Firefox. Javascript must be enabled. Browser cookies must be enabled. Electronic submission is subject to electronic interface latency, which can result in transmission delays. All bidders or proposers assume the risk of late transmission/ submission. The City shall not be held liable if an interested bidder or proposer is unable to submit a complete bid/response before the published deadline due to transmission delays or any other technical issues or obstructions. The City strongly recommends allowing sufficient time to complete the submission process (ideally a week before the deadline) to begin the uploading process and to finalize your submission to give adequate time in the event an issue arises. All submissions must be submitted electronically prior to the close date and time under the respective Project via the Procurement Portal: https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities Failure to submit all completed required information listed in the respective Solicitation will be grounds for rejection of a bid as non-responsive. No late bids/proposals shall be accepted. Bids delivered in any other manner than using the Bonfire Platform (Procurement Portal) will not be accepted or considered. If, upon being opened, a submission is unreadable to the degree that material conformance to the requirements of the procurement specifications cannot be ascertained, such submission will be rejected without liability to the City, unless such bidder provides clear and convincing evidence (a) of the content of the submission as originally submitted and (b) that the unreadable condition of the Electronic Bid was caused solely by error or malfunction of the Bonfire Platform (Procurement Portal). Failure to scan a clear or readable copy of a bid into the system does not constitute and shall not be considered an error or malfunction of the Bonfire Platform (Procurement Portal). Bidders are encouraged to fully review each page of every document within their submission prior to submitting to ensure all documents are clear, legible, and complete. SUPPORT For technical questions, visit Bonfire’s help forum at https://vendorsupport.gobonfire.com/hc/en- us Contact the Bonfire support team at Support@GoBonfire.com or by calling 1-800-354-8010. 00 11 13 INVITATION TO BIDDERS Page 2 of 3 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 105064 Revised 2/08/24 To get started with Bonfire, watch this five-minute training video: Vendor Registration and Submission [VIDEO] – Bonfire Vendor Support (gobonfire.com) GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: 20 LF of 48” water line by open cut 3,790 LF 42” water line by open cut 80 LF 42” water line and 60” steel casing by other than open cut 2,520 LF 36” water line by open cut 60 LF 36” water line and 54” steel casing by other than open cut 780 LF 24” water line by open cut 410 LF 12” water line by open cut 5,160 LF 8” water line by open cut 620 LF 8” sewer line by pipe enlargement PREQUALIFICATION Certain improvements included in this project must be performed by a contractor or designated subcontractor who is pre-qualified by the City at the time of bid opening. The procedures for qualification and pre-qualification are outlined in the Section 3 of 00 21 13 – INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective Project. Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. EXPRESSION OF INTEREST To ensure potential bidders are kept up to date of any new information pertinent to this project, all interested parties should indicate their intent to bid in the Procurement Portal by selecting “yes” under the Intent to Bid section. All Addenda will be posted in the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective Project. PREBID CONFERENCE – Web Conference A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, and time via a web conferencing application: DATE: Wednesday, October 2, 2024 TIME: 10:00 AM Invitations with links to the web conferencing application will be distributed directly to those who have submitted an Expression of Interest. Invitations with links to the web conferencing application will be distributed directly to those who have submitted an Expression of Interest. 00 11 13 INVITATION TO BIDDERS Page 3 of 3 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 105064 Revised 2/08/24 If a prebid conference is held, the presentation and any questions and answers provided at the prebid conference will be issued as an Addendum to the call for bids. If a prebid conference is not being held, prospective bidders should direct all questions about the meaning and intent of the Bidding Documents electronically through the Vendors discussions section under the respective Project via the Procurement Portal. If necessary, Addenda will be issued pursuant to the Instructions to Bidders. CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject any or all bids. AWARD City will award a contract to the Bidder presenting the lowest price, qualifications and competencies considered. ADVERTISEMENT DATES September 19, 2024 September 26, 2024 END OF SECTION 00 21 13 INSTRUCTIONS TO BIDDERS Page 1 of 9 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 105064 Revised/Updated 1/17/24 SECTION 00 21 13 INSTRUCTIONS TO BIDDERS 1. Defined Terms 1.1. Capitalized terms used in these INSTRUCTIONS TO BIDDERS are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making electronic Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 3.1. Bidders or their designated subcontractors are required to be prequalified for the work types requiring prequalification as per Sections 00 45 11 BIDDERS PREQUALIFICATIONS and 00 45 12 PREQUALIFICATION STATEMENT. Firms seeking pre-qualification, must submit the documentation identified in Section 00 45 11 on Section 00 45 13 PREQUALIFICATION APPLICATION at least seven (7) calendar days prior to Bid opening for review and, if qualified, acceptance. The subcontractors listed by a Bidder on 00 45 12 must be prequalified for the appropriate work types. Subcontractors must follow the same timelines as Bidders for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at the time bids are opened and reviewed may cause the bid to be rejected. Prequalification requirement work types and documentation are available by accessing all required files through the City’s website at: https://apps.fortworthtexas.gov/ProjectResources/ 00 21 13 INSTRUCTIONS TO BIDDERS Page 2 of 9 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 105064 Revised/Updated 1/17/24 3.1.1. Paving – Requirements document located at: https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/02%20- %20Construction%20Documents/Contractor%20Prequalification/TPW%20Paving %20Contractor%20Prequalification%20Program/PREQUALIFICATION%20REQ UIREMENTS%20FOR%20PAVING%20CONTRACTORS.pdf 3.1.2. Roadway and Pedestrian Lighting – Requirements document located at: https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/02%20- %20Construction%20Documents/Contractor%20Prequalification/TPW%20Roadwa y%20and%20Pedestrian%20Lighting%20Prequalification%20Program/STREET% 20LIGHT%20PREQUAL%20REQMNTS.pdf 3.1.3. Water and Sanitary Sewer – Requirements document located at: https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/02%20- %20Construction%20Documents/Contractor%20Prequalification/Water%20and%2 0Sanitary%20Sewer%20Contractor%20Prequalification%20Program/WSS%20pre qual%20requirements.pdf 3.2. Each Bidder, unless currently prequalified, must submit to City at least seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 45 11, BIDDERS PREQUALIFICATIONS. 3.2.1. Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1. 3.3. The City reserves the right to require any pre-qualified contractor who is the apparent low bidder for a project to submit such additional information as the City, in its sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule to assist the City in evaluating and assessing the ability of the apparent low bidder to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City’s assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information, if requested, may be grounds for rejecting the apparent low bidder as non-responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 3.4. In addition to prequalification, additional requirements for qualification may be required within various sections of the Contract Documents. 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1. Before submitting a Bid, each Bidder: 00 21 13 INSTRUCTIONS TO BIDDERS Page 3 of 9 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 105064 Revised/Updated 1/17/24 4.1.1. Shall examine and carefully study the Contract Documents and other related data identified in the Bidding Documents (including "technical data" referred to in Paragraph 4.2. below). No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.2. Should visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. 4.1.3. Shall consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. 4.1.4. Shall study all: (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in the Contract Documents as containing reliable "technical data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data." 4.1.5. Is advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish. All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.6. Should perform independent research, investigations, tests, borings, and such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. For projects with restricted access, upon request, City may provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations, tests and studies. 4.1.7. Shall determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work, time required for its completion, and obtain all information required to make a proposal. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is understood that the submission of a proposal or bid is prima-facie evidence that the Bidder has made the investigations, examinations and tests herein required. 00 21 13 INSTRUCTIONS TO BIDDERS Page 4 of 9 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 105064 Revised/Updated 1/17/24 4.1.8. Shall promptly notify City of all conflicts, errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. 4.1.9. Indicate their intent to bid by selecting “yes” in the Procurement Portal under the Intent to Bid section. You must indicate your intent to bid to be able to submit a bid to the City. 4.2. Reference is made to Section 00 73 00 – Supplementary Conditions for identification of: 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations, opinions or information. 4.2.4. Standard insurance requirements, coverages and limits. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder: (i) that Bidder has complied with every requirement of this Paragraph 4, (ii) that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, (iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicts, etc., have not been resolved through the interpretations by City as described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract Documents. 00 21 13 INSTRUCTIONS TO BIDDERS Page 5 of 9 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 105064 Revised/Updated 1/17/24 5. Availability of Lands for Work, Etc. 5.1. The lands upon which the Work is to be performed, rights-of-way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. 5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- of-way, easements, and/or permits are not obtained, the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. 5.3. The Bidder shall be prepared to commence construction without all executed right-of- way, easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. 6. Interpretations and Addenda 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to City electrically through the Vendor Discussions section under the respective Project via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities on or before 2 p.m., the Thursday prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3. Addenda or clarifications shall be posted under the respective Project via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 00 21 13 INSTRUCTIONS TO BIDDERS Page 6 of 9 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 105064 Revised/Updated 1/17/24 7. Bid Security 7.1. Each Bid must be accompanied by a Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price, on the form attached or equivalent, issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. 7.2. The Bid Bonds provided by a Bidder will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and return the Contract Documents within 14 days after the Notice of Award conveying same, City may consider Bidder to be in default, rescind the Notice of Award and act on the Bid Bond. Such action shall be City's exclusive remedy in the event Bidder is deemed to have defaulted. 8. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or-Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or-equal" items. Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or- equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General Conditions and is supplemented in Section 01 25 00 of the General Requirements. 11. Subcontractors, Suppliers and Others 11.1. In accordance with the City’s Business Equity Ordinance No.25165-10-2021 the City has goals for the participation of minority business and/or women business enterprises in City contracts $100,000 or greater. See Section 00 45 40 for the M/WBE Project Goals and additional requirements. Failure to comply shall render the Bidder as non-responsive. Business Equity Ordinance No.25165-10-2021, as amended (replacing Ordinance No. 24534-11-2020), codified at: https://codelibrary.amlegal.com/codes/ftworth/latest/ftworth_tx/0-0-0-22593 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor or City has reasonable objection. 00 21 13 INSTRUCTIONS TO BIDDERS Page 7 of 9 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 105064 Revised/Updated 1/17/24 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents. 12.2. All blanks on the Bid Form must be completed and the Bid Form signed electronically or signed in ink and scan. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices for which the Bidder proposes to do the work contemplated or furnish materials required. 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 – Vendor Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be submitted electronically in the Procurement Portal on the prescribed Bid Form, provided with the Bidding Documents, prior to the time indicated in the Advertisement or INVITATION TO BIDDERS. 00 21 13 INSTRUCTIONS TO BIDDERS Page 8 of 9 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 105064 Revised/Updated 1/17/24 14. Withdrawal of Bids 14.1. Bids submitted electronically may be withdrawn prior to the time set for bid opening via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities. 15. Opening of Bids Bids will be opened and read aloud publicly. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for a minimum of 90 days or the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid security prior to that date. 17. Evaluation of Bids and Award of Contract 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder. City reserves the right to waive informalities not involving price, contract time or changes in the Work and award a contract to such Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 17.2. In addition to Bidder’s relevant prequalification requirements, City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work where the identity of such Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. 00 21 13 INSTRUCTIONS TO BIDDERS Page 9 of 9 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number: 105064 Revised/Updated 1/17/24 17.4. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder’s bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident’s principal place of business is located. 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contract award, a Notice of Award will be issued by the City. 17.7.1. The contractor is required to fill out and sign the Certificate of Interested Parties Form 1295 and the form must be submitted to the Project Manager before the contract will be presented to the City Council. The form can be obtained at https://www.ethics.state.tx.us/data/forms/1295/1295.pdf 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement 18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Project Manual. Within 14 days thereafter, Contractor shall sign and deliver the required number of counterparts of the Project Manual to City with the required Bonds, Certificates of Insurance, and all other required documentation. 18.2. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION 00 35 13 CONFLICT OF INTEREST STATEMENT Page 1 of 1 SECTION 00 35 13 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent to a City of Fort Worth procurement is required to complete a Conflict of Interest Questionnaire or certify that one is current and on file with the City Secretary's Office pursuant to state law. If a member of the Fort Worth City Council, any one or more of the City Manager or Assistant City Managers, or an agent of the City who exercise discretion in the planning, recommending, selecting or contracting with a bidder, offeror or respondent is affiliated with your company, then a Local Government Officer Conflicts Disclosure Statement (CIS) may be required. You are urged to consult with counsel regarding the applicability of these forms and Local Government Code Chapter 176 to your company. The referenced forms may be downloaded from the links provided below. Form C!Q Conflie# o� Interest Questior�naire state.tx.us' htt s://www.ethics.state.tx.us/data/forms/conflicUCIS. df o CIQ Form does not apply o CIQ Form is on file with City Secretary � CIQ Form is being provided to the City Secretary ❑ CIS Form does not apply o CIS Form is on File with City Secretary ❑ CIS Form is being provided to the City Secretary BIDDER: William J Schultz Inc dba Circle C Construction Comp 500 W Trammell Ave Fort Worth, Texas 76140 By: Teresa S Skelly Signature: � �a ��'.� Title: President END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 24, 2020 Downtown Cast Iron Water Main Replacements City Project Number 105064 00 41 00 CONFLICT OF INTEREST STATEMENT Page 1 of 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: City Project No. Units/Sections: Downtown Cast Iron Water Main Replacements 705064 Unit 1 - Water Improvements Unit 2- Sanitary Sewer Improvements Unit 3 - Sidewalk Improvements 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project Number 105064 Revised February 24, 2020 00 41 00 CONFLICT OF INTEREST STATEMENT Page 2 of 3 d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Water Transmission, Urban/Renewal, All Sizes b. Water Main/Distribution, Urban/Renewal, 8-inch and larger c. Asphalt Paving 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 640 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones} within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 105064 Revised February 24, 2020 00 41 00 CONFLICT OF INTEREST STATEMENT Page 3 of 3 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. Evaluation of Alternate Bid Items Total A(Sub-Total, Unit 1+ Sub-Total, Unit 2) Total B(Sub-Total, Unit 1+ Sub-Total, Unit 2+ Sub-Total, Unit 3) $ $ 19,176,936.50 19,312,041.50 7. Bid Submittal This Bid is submitted on October 24, 2024 by the entity named below. RespectFully submitted, gy: � �S'�s".� (Signature) Teresa S Ske (Printed Name) Receipt is acknowledged of the Initial followin Addenda: Addendum No. 1: TS'S Addendum No. 2: %S',S' Addendum No. 3: TS' Addendum No. 4: Title: President Company: William J Schultz Inc dba Circle C Construction Comp Address: 500 W Trammell Ave Fort Worth, Texas 76140 State of Incorporation: Texas Email: t.skelly@circlecconstruction.com Phone: 817-293-1863 END OF SECTION Corporate Seal: CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 105064 Revised February 24, 2020 00 42 43 PROPOSAL FORM Page 1 of 4 1A*3311.1067 48" Steel AWWA C200 Water Pipe, CLSM Backfill 33 11 14 LF 20 2,500.00$ 50,000.00$ 1B*3311.1077 48" Concrete AWWA C303 Water Pipe, CLSM Backfill 33 11 13 LF 20 -$ -$ 2A*3311.0967 42" Steel AWWA C200 Water Pipe, CLSM Backfill 33 11 14 LF 3,790 900.00$ 3,411,000.00$ 2B*3311.0977 42" Concrete AWWA C303 Water Pipe, CLSM Backfill 33 11 13 LF 3,790 -$ -$ 3A*3311.0857 36" DIP Water, CLSM Backfill 33 11 10 LF 2,460 $ - -$ 3B*3311.0867 36" Steel AWWA C200 Water Pipe, CLSM Backfill 33 11 14 LF 2,460 $ 850.00 2,091,000.00$ 3C*3311.0877 36" Concrete AWWA C303 Water Pipe, CLSM Backfill 33 11 13 LF 2,460 $ - -$ 4A*3311.0657 24" DIP Water, CLSM Backfill 33 11 10 LF 840 $ - -$ 4B*3311.0677 24" Steel AWWA C200 Water Pipe, CLSM Backfill 33 11 14 LF 840 $ 800.00 672,000.00$ 4C*3311.0687 24" Concrete AWWA C303 Water Pipe, CLSM Backfill 33 11 13 LF 840 $ - -$ 5A*3311.0001 Ductile Iron Water Fittings w/ Restraint 33 11 11 TON 40 -$ 5B*3311.0011 Steel Fittings 33 11 14 LS 1 $ 1,150,000.00 1,150,000.00$ 5C*3311.0021 C303 Fittings 33 11 13 LS 1 $ - -$ 6 3305.2010 42" Water Carrier Pipe 33 05 24 LF 80 $ 1,600.00 128,000.00$ 7 3305.1110 60" Casing By Other Than Open Cut 33 05 22 LF 80 $ 2,250.00 180,000.00$ 8 3305.2009 36" Water Carrier Pipe 33 05 24 LF 30 $ 850.00 25,500.00$ 9 3305.1109 54" Casing By Other Than Open Cut 33 05 22 LF 30 $ 2,000.00 60,000.00$ 10 3305.2007 24" Water Carrier Pipe 33 05 24 LF 120 $ 600.00 72,000.00$ 11 3305.1107 42" Casing By Other Than Open Cut 33 05 22 LF 120 $ 1,600.00 192,000.00$ 12 3311.0461 12" PVC Water Pipe 33 11 10, 33 11 12 LF 410 $ 325.00 133,250.00$ 13 3311.0261 8" PVC Water Pipe 33 11 10, 33 11 12 LF 5210 $ 275.00 1,432,750.00$ 14 3311.0061 4" PVC Water Pipe 33 11 12 LF 200 $ 225.00 45,000.00$ 15 3305.0203 Imported Embedment/Backfill, CLSM 33 05 10 CY 100 $ 180.00 18,000.00$ 16 3312.5000 36" AWWA Butterfly Valve Vault 33 12 20 EA 4 $ 125,000.00 500,000.00$ 17 9999.0001 Install 36" Butterfly Valve (City Provided)-EA 4 $ 45,000.00 180,000.00$ 18 3312.5001 42" AWWA Butterfly Valve Vault 33 12 20 EA 3 $ 145,000.00 435,000.00$ 19 9999.0002 Install 42" Butterfly Valve (City Provided)-EA 3 $ 45,000.00 135,000.00$ 20 3312.3003 8" Gate Valve 33 12 20 EA 22 $ 2,400.00 52,800.00$ 21 3312.3005 12" Gate Valve 33 12 20 EA 4 $ 4,500.00 18,000.00$ 22 3312.3008 24" Gate Valve w/Vault 33 12 20 EA 2 $ 85,000.00 170,000.00$ 23 3312.3009 30" Gate Valve Vault 33 12 20 EA 1 $ 65,000.00 65,000.00$ 24 9999.0003 Install 30" Gate Valve (City Provided)-EA 1 $ 35,000.00 35,000.00$ 25 3312.1005 6" Combination Air Valve Assembly for Water 33 12 30 EA 4 $ 125,000.00 500,000.00$ 26 3312.6002 6" Blow Off Valve 33 12 60 EA 1 $ 75,000.00 75,000.00$ 27 3312.6003 8" Blow Off Valve 33 12 60 EA 3 85000 255,000.00$ 28 3312.0001 Fire Hydrant 33 12 40 EA 8 $ 6,500.00 52,000.00$ 29 0241.1510 4"-12" Water Abandonment Plug 02 41 14 EA 7 $ 3,500.00 24,500.00$ 30 0241.1208 20" Water Abandonment Plug 02 41 14 EA 1 $ 5,500.00 5,500.00$ 31 0241.1211 36" Water Abandonment Plug 02 41 14 EA 6 $ 6,500.00 39,000.00$ 32 0241.1303 Remove 8" Water Valve 02 41 14 EA 26 $ 200.00 5,200.00$ 33 9999.0004 Remove 16" Water Valve -EA 2 $ 1,500.00 3,000.00$ 34 9999.0005 Remove 36" Water Valve -EA 10 $ 3,500.00 35,000.00$ 35 9999.0006 Remove Existing Air Valve -EA 1 $ 3,500.00 3,500.00$ 36 0241.1000 Remove Conc Pvmt 02 41 15 SY 4500 8.00$ 36,000.00$ SECTION 00 42 43 PROPOSAL FORM Project Item Information Bidder's Proposal UNIT PRICE BID Bidder's Application Downtown Cast Iron Water Main Replacements Bidlist Item No.Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value * Contractor to provide Unit Price / Bid Value for only one of the pipe material alternatives for Items 1 through 5 DO NOT PROVIDE UNIT PRICE / BID VALUE FOR EACH ALTERNATIVE Unit 1 - Water Improvements CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 24, 2020 Downtown Cast Iron Water Main Replacements City Project Number 105064 Addendum No. 03 00 42 43 PROPOSAL FORM Page 2 of 4 SECTION 00 42 43 PROPOSAL FORM Project Item Information Bidder's Proposal UNIT PRICE BID Bidder's Application 37 0241.1001 Water Line Grouting 02 41 14 CY 420 $ 200.00 84,000.00$ 38 3312.0117 Connection to Existing 4"-12" Water Main 33 12 25 EA 18 $ 4,500.00 81,000.00$ 39 3312.0107 Connection to Existing 20" Water Main 33 12 25 EA 1 $ 5,500.00 5,500.00$ 40 3312.0108 Connection to Existing 24" Water Main 33 12 25 EA 2 $ 25,000.00 50,000.00$ 41 3312.0109 Connection to Existing 30" Water Main 33 12 25 EA 1 $ 6,500.00 6,500.00$ 42 3312.0110 Connection to Existing 36" Water Main 33 12 25 EA 3 $ 45,000.00 135,000.00$ 43 3312.0111 Connection to Existing 42" Water Main 33 12 25 EA 1 $ 55,000.00 55,000.00$ 44 3312.0112 Connection to Existing 48" Water Main 33 12 25 EA 2 $ 65,000.00 130,000.00$ 45 3312.2001 1" Water Service, Meter Reconnection 33 12 10 EA 13 $ 1,500.00 19,500.00$ 46 3312.2003 1" Water Service 33 12 10 EA 13 $ 2,250.00 29,250.00$ 47 3312.2101 1 1/2" Water Service, Meter Reconnection 33 12 10 EA 2 $ 1,500.00 3,000.00$ 48 3312.2103 1 1/2" Water Service 33 12 10 EA 2 $ 2,750.00 5,500.00$ 49 3312.2201 2" Water Service, Meter Reconnection 33 12 10 EA 7 $ 1,500.00 10,500.00$ 50 3312.2203 2" Water Service 33 12 10 EA 7 $ 3,250.00 22,750.00$ 51 9999.0007 4" Water Service, Meter Reconnection 33 12 10 EA 1 $ 25,000.00 25,000.00$ 52 9999.0008 4" Private Water Service Relocation 33 12 10 EA 1 $ 12,000.00 12,000.00$ 53 3212.0305 3" Asphalt Pvmt Superpave SP-D 32 12 16 SY 33000 $ 32.50 1,072,500.00$ 54 0241.1507 3" Surface Milling 02 41 15 SY 33000 $ 5.00 165,000.00$ 55 3201.0202 Asphalt Pvmt Repair Beyond Defined Width, Arterial 33 01 17 SY 2000 $ 35.00 70,000.00$ 56 3201.0127 10' Wide Asphalt Pvmt Repair, Arterial 32 01 17 LF 5400 $ 185.00 999,000.00$ 57 3201.0113 6' Wide Asphalt Pvmt Repair, Arterial 33 01 17 LF 5100 $ 125.00 637,500.00$ 58 3201.0616 Conc Pvmt Repair, Arterial/Industrial 32 13 13 SY 4500 $ 175.00 787,500.00$ 59 0241.1400 Remove Conc Valley Gutter 02 41 15 SY 500 $ 5.00 2,500.00$ 60 0241.0100 Remove Sidewalk 02 41 13 SF 500 $ 5.00 2,500.00$ 61 0241.1300 Remove Conc Curb & Gutter 02 41 15 LF 1000 $ 10.00 10,000.00$ 62 3216.0301 7" Conc Valley Gutter 32 16 13 SY 500 $ 155.00 77,500.00$ 63 3213.0303 6" Conc Sidewalk 32 13 20 SF 500 $ 20.00 10,000.00$ 64 3216.0101 6" Conc Curb and Gutter 32 16 13 LF 1,000 55.00$ 55,000.00$ 65 3213.0401 6" Concrete Driveway 32 13 20 SF 200 25.00$ 5,000.00$ 66 3213.0403 8" Concrete Driveway 32 13 20 SF 200 35.00$ 7,000.00$ 67 3305.0109 Trench Safety 33 05 10 LF 12900 $ 2.00 25,800.00$ 68 3471.0001 Traffic Control 34 71 13 MO 18 $ 18,500.00 333,000.00$ 69 3125.0101 SWPPP ≥ 1 acre 31 25 00 LS 1 $ 25,000.00 25,000.00$ 70 0171.0101 Construction Staking 01 71 23 LS 1 $ 25,000.00 25,000.00$ 71 0171.0102 As-Built Survey 01 71 23 LS 1 $ 15,500.00 15,500.00$ 72 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 EA 19 $ 2,000.00 38,000.00$ 73 9999.0009 Cathodic Protection Design 33 04 412 LS 1 $ 125,000.00 125,000.00$ 74 3304.0002 Cathodic Protection 33 04 12 LS 1 $ 85,000.00 85,000.00$ 75 3304.0101 Temporary Water Services 33 04 30 LS 1 $ 525,000.00 525,000.00$ 76 9999.0010 Parking Meter Reimbursement (2nd Street)-LS 1 $ 50,000.00 50,000.00$ 77 9999.0011 Parking Meter Reimbursement (Florence Street)-LS 1 $ 50,000.00 50,000.00$ 78 9999.0012 Brick Wall Repair -LS 1 $ 25,000.00 25,000.00$ 79 9999.0013 6" Solid Yellow or White, Spray Thermoplastic (90 mil.)32 17 23 LF 16047 $ 10.00 160,470.00$ 80 9999.0014 6" Solid White, Spray Thermoplastic (90 mil.)32 17 23 LF 690 $ 10.00 6,900.00$ 81 9999.0015 6" Solid Yellow, Spray Thermoplastic (90 mil.)32 17 23 LF 824 $ 10.00 8,240.00$ 82 9999.0016 6" Dash White or Yellow, Spray Thermoplastic (90 mil.)32 17 23 LF 286 10.00$ 2,860.00$ 83 9999.0017 6" Dash White, Spray Thermoplastic (90 mil.)32 17 23 LF 1,735 10.00$ 17,350.00$ 84 9999.0018 6" Dash Yellow, Spray Thermoplastic (90 mil.)32 17 23 LF 150 10.00$ 1,500.00$ 85 9999.0019 8" Solid White, Spray Thermoplastic (90 mil.)32 17 23 LF 2,549 12.50$ 31,862.50$ CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 24, 2020 Downtown Cast Iron Water Main Replacements City Project Number 105064 Addendum No. 03 00 42 43 PROPOSAL FORM Page 3 of 4 SECTION 00 42 43 PROPOSAL FORM Project Item Information Bidder's Proposal UNIT PRICE BID Bidder's Application 86 9999.0020 18" Extrude Thermoplastic (125 mil.) White or Yellow, Solid Line 32 17 23 LF 128 18.00$ 2,304.00$ 87 9999.0021 24" Extrude Thermoplastic (125 mil.) White, Solid Line 32 17 23 LF 3,030 25.00$ 75,750.00$ 88 9999.0022 Prep and Seal Pavement Surface for 4" Markings (6")32 17 23 LF 6,700 10.00$ 67,000.00$ 89 9999.0023 Prep and Seal Pavement Surface for 8" Markings 32 17 23 LF 449 10.00$ 4,490.00$ 90 9999.0024 Prep and Seal Pavement Surface for 18" Markings 32 17 23 LF 128 10.00$ 1,280.00$ 91 9999.0025 Prep and Seal Pavement Surface for 24" Markings 32 17 23 LF 1,540 10.00$ 15,400.00$ 92 9999.0026 Prep and Seal Pavement Surface for Arrow 32 17 23 EA 7 100.00$ 700.00$ 93 9999.0027 24" Preformed Thermoplastic (125 mil.) White or Yellow, Solid Line 32 17 23 LF 1,592 $ 25.00 39,800.00$ 94 9999.0028 24" Preformed Thermoplastic - CONTRAST 32 17 23 LF 330 $ 25.00 8,250.00$ 95 9999.0029 Thermoplastic Preformed - (90 mil.) (5 ft wide, Bike Green, Premark Brand Including Sealer. Must Use 2 Part Sealer.)32 17 23 LF 326 35.00$ 11,410.00$ 96 9999.0030 8" Type II White C/C or Yellow A/A Ceramic Button 32 17 23 EA 52 20.00$ 1,040.00$ 97 9999.0031 Yellow 36" Delineators 32 17 23 EA 16 35.00$ 560.00$ 98 9999.0032 Thermoplastic Preformed - (90 mil.) (Bike, Includes Bike Symbol Only)32 17 23 EA 12 250.00$ 3,000.00$ 99 9999.0033 Thermoplastic Preformed - (125 mil.) (Bike, Arrow, Includes 1 Straight Arrow only, 6')32 17 23 EA 7 $ 250.00 1,750.00$ 100 9999.0034 Thermoplastic Preformed - (125 mil.) (Single Head Curve Arrows, BIKE, BUS or ONLY's)32 17 23 EA 41 250.00$ 10,250.00$ 101 9999.0035 Thermoplastic Preformed - CONTRAST (125 mil.) (Single Head Curve Arrows, BIKE, BUS or ONLY's)32 17 23 EA 6 250.00$ 1,500.00$ 102 9999.0036 Thermoplastic Preformed - (90 mil.) (Bike, Shared, Includes Bike Symbol and 2 Sharrow Markings)32 17 23 EA 1 250.00$ 250.00$ 103 9999.0037 4" REFL Raised Marker TY I-C 32 17 23 EA 105 10.00$ 1,050.00$ 104 3217.2103 4" REFL Raised Marker TY II-A-A 32 17 23 EA 267 $ 10.00 2,670.00$ 105 3217.2104 4" REFL Raised Marker TY II-C-R 32 17 23 LF 188 $ 10.00 1,880.00$ 106 9999.0038 Utility Adjustment -LS 1 $ 60,000.00 60,000.00$ 107 9999.0039 Furnish Street Use Permit -EA 12 $ 200.00 2,400.00$ 108 9999.0040 Remobilization for World Cup -LS 1 $ 25,000.00 25,000.00$ 109 9999.0041 Water Construction Allowance -LS 1 $ 200,000.00 200,000.00$ $ 18,949,716.50 Unit 1 Sub-Total - Water Improvements CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 24, 2020 Downtown Cast Iron Water Main Replacements City Project Number 105064 Addendum No. 03 00 42 43 PROPOSAL FORM Page 4 of 4 SECTION 00 42 43 PROPOSAL FORM Project Item Information Bidder's Proposal UNIT PRICE BID Bidder's Application 1 3331.1101 6" to 8" Pipe Enlargement 33 31 23 LF 620 $ 185.00 114,700.00$ 2 3331.3311 4" Sewer Service, Reconnection 33 31 50 EA 1 $ 2,500.00 2,500.00$ 3 3339.1001 4' Manhole 33 39 10, 33 39 20 EA 4 $ 12,500.00 50,000.00$ 4 0241.2201 Remove 4' Sewer Manhole 02 41 14 EA 2 1,000.00$ 2,000.00$ 5 0241.2001 Sanitary Line Grouting 02 41 14 CY 10 300.00$ 3,000.00$ 6 3303.0001 Bypass Pumping 33 05 10 LS 1 10,000.00$ 10,000.00$ 7 3305.0109 Trench Safety 33 03 10 LF 620 1.00$ 620.00$ 8 3301.0001 Pre-CCTV Inspection 33 01 31 LF 620 10.00$ 6,200.00$ 9 3301.0002 Post-CCTV Inspection 33 01 31 LF 1240 5.00$ 6,200.00$ 10 0171.0101 Construction Staking 01 71 23 LS 1 1,000.00$ 1,000.00$ 11 0171.0102 As-Built Survey 01 71 23 LS 1 1,000.00$ 1,000.00$ 12 9999.0001 Sanitary Sewer Construction Allowance -LS 1 $ 30,000.00 30,000.00$ 1 0241.1300 Remove Conc Curb & Gutter 02 41 15 LF 160 10.00$ 1,600.00$ 2 0241.0100 Remove Sidewalk 02 41 13 SF 1050 $ 5.00 5,250.00$ 3 0241.0401 Remove Concrete Drive 02 41 13 SF 340 $ 8.00 2,720.00$ 4 3110.0103 12"-18" Tree Removal 31 10 00 EA 4 2,000.00$ 8,000.00$ 5 3110.0104 18"-24" Tree Removal 31 10 00 EA 2 3,500.00$ 7,000.00$ 6 3216.0101 6" Conc Curb and Gutter 32 16 13 LF 160 55.00$ 8,800.00$ 7 3213.0506 Barrier Free Ramp, Type P-1 32 13 20 EA 1 3,500.00$ 3,500.00$ 8 3213.0311 4" Conc Sidewalk Adjacent to Curb 32 13 20 SF 2400 25.00$ 60,000.00$ 9 3213.0401 6" Concrete Driveway 32 13 20 SF 340 35.00$ 11,900.00$ 10 3232.0100 Conc Ret Wall Adjacent to Sidewalk 32 32 13 SF 540 45.00$ 24,300.00$ 11 3291.0100 Topsoil 32 91 19 CY 7 55.00$ 385.00$ 12 3292.0100 Block Sod Replacement 32 92 13 SY 110 15.00$ 1,650.00$ ** The City reserves the right to award the contract to the responsive low bidder of Total A or to the responsive low bidder of Total B END OF SECTION Sub-Total, Unit 3 - Sidewalk Improvements 135,105.00$ Sub-Total, Unit 2 - Sanitary Sewer Improvements 227,220.00$ Total A (Sub-Total, Unit 1 + Sub-Total, Unit 2) Total B (Sub-Total, Unit 1 + Sub-Total, Unit 2 + Sub-Total, Unit 3) 19,176,936.50$ 19,312,041.50$ Unit 3 - Sidewalk Improvements **The location of all Unit 3 items is 1100 block of 5th Street. The exact location will be determined in the field. Unit 3 Sub-Total - Sidewalk Improvements Sub-Total, Unit 1 - Water Improvements 18,949,716.50$ Unit 2 Sub-Total - Sanitary Sewer Improvements $ 227,220.00 Unit 2 - Sanitary Sewer Improvements $ 135,105.00 Bid Summaries CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 24, 2020 Downtown Cast Iron Water Main Replacements City Project Number 105064 Addendum No. 03 MERCHAN~ BONDING COMPANY,.. MERCHANTS BONDING COMPANY (MUTUAL) P.O . Box 14498, DES MOINES, IOWA 50306-3498 PHONE: (800) 678-8171 FAX: (515) 243-3854 BID BOND PUBLIC WORK Bond No. NIA -------- KNOW ALL PERSONS BY THESE PRESENTS : That William J. Schultz, Inc. dba Circle C Construction Com pany, P. 0. Box 40328 . Fort Worth . TX 76140 (hereinafter called the Principal) as Principal, and the Merchants Bonding Company (Mutual) (hereinafter called Surety), as Surety, are held and firmly bound to City of Fort Worth , 1000 Throckmorton Street, Fort Worth, Texas 76102 (hereinafter called the Obligee) in the full and just sum of ( 5% of Greatest Amount Bid -------------------- _F_i_v_e _P_e _r C_en_t_o_f _G_r_e_at_e_st_A_m_o_un_t_B_i_d _________________________ Dollars good and lawful money of the United States of America, to the payment of which sum of money well and truly to be made, the Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Signed and dated this ____ 1_7_th ____ day of ______ O_ct_o_b_e_r ______ _ 2024 THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shall make any award to the Principal for Construction of Downtown Cast Iron Water Main Replacements -City Project Number: 105064 according to the terms of the proposal or bid made by the Principal therefore, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award, and shall give bond for the faithful performance thereof with the Merchants Bondin g Com pan (Mutual) , as Surety, or with other Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay to the Obligee the damages which the Obligee may suffer by reason of such failure, not exceeding the penalty of this bond, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect. IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be duly signed and sealed . Witness: William J. Schultz, Inc. dba Circle C Construction Company -------Principal By __ ~ ___ ,,,,_J _~-~------------- John A. Miller ing Company ( 1) By--.£:.=---=--=-.:;;._____,,,.'-=--a _._~_..:._ ___ _ CON 0333 (2/15) MERCHANTS BONDI NG COMPANY™ POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa, d/b/a Merchants National Indemnity Company (in California only) (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, John A Miller; Sheryl A Klutts their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and April 27, 2024 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015 and amended on April 27, 2024 . ''The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney-in-Fact includes 'any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the Stale of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 29th day of July , 2024 •••;•,ojy~••••• •••;ii CO•• MERCHANTS BONDING COMPANY (MUTUAL) ,.•"+""··••·•·••··' J••• ••._+.-.:,\ •••••.. '4f,o•• MERCHANTS NATIONAL BONDING, INC. (t,i~~~ifi) {~~~:~~~~4~} 8 ~a MERCH2::~L 7;2:ANY .... ~~••• ••~• ~ ,.• • V'1~• •..>sY• Cl' ~ -...-7- STATE OF IOWA COUNTY OF DALLAS ss . • ~·· •• .. •·V.)h~········i'. .... ~ •• .. . ......... ,') .. ~~ '' •···· * ....... •.. * .• • ····••11••· •••••• President On this 29th day of July 2024 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC .; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. ------ Penni Miller Commission Number 787952 My Commission Expires January 20, 2027 (Expiration of notary's commission does not invalidate this instrument) Notary Public I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked . In Wrtness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 17th day of October , 2024 ·············· ......... . ··••..._1\0N,41••·· -~~'"6..C0A~··. ~ •+r ....... ~<$1' • .~v.•• ••.'IT,<> {Jfa_,~ • •••♦~ /aiPOJ?;;,-•.. o'\ ... ~.·~V,.P011:;• . .,;•. :,-;,:c; ~.~-:, .c:,.,•(.) ..-''.;.,t.• .,., :-~-:~ _.. :;ie ~· • :.._:~ -o-o-:v: ........ _ -o-..... :-..• :C: :-: •z: """'·3:• : $ ~ : ~: • ,.. 1933 : • Secretary • ... • 2003 • 0 .. • ~ • • ~ • ,:. ... •.. ... .. : • v.·· .·,::::,. -~·. ·~· • ;s.:· ·~,-· ·-.~~:·•· ..•• •·~~·.. •• ::i>ii·······\"\ •• ##•;¥ .*. •')...... ... * ... POA 0018 (6/24) •••••• .... ••••' • • •• • • MERCHAN~ BONDING COMPANY™ MERCHANTS BONDING COMPANY (MUTUAL) • MERCHANTS NATIONAL BONDING, INC. P.O . Box 14498 • DES MOINES, IOWA 50306-3498 • (800) 678-8171 • (515) 243-3854 FAX Please send all notices of claim on this bond to: Merchants Bonding Company (Mutual) I Merchants National Bonding, Inc. P.O. Box 14498 Des Moines, Iowa 50306-3498 (515) 243-8171 (800) 678-8171 Physical Address: 6700 Westown Parkway, West Des Moines, Iowa 50266 SUP 0073 TX (2/15) 00 43 37 CONFLICT OF INTEREST STATEMENT Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresidenYs principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. o BIDDER: William J Schultz Inc dba Circle C Construction Company 500 W Trammell Avenue Fort Worth, Texas 76140 By: Teresa S Skelly �� s�� (Signature) Title: President END OF SECTION Date: 24-Oct-24 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 105064 Revised February 24, 2020 [Insert Project Name] [Insert Project Number] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 Downtown Cast Iron Water Main Replacements City Project Number: 105064 SECTION 00 45 11 BIDDERS PREQUALIFICATIONS 00 45 11 - 1 BIDDERS PREQUALIFICATIONS Page 1 of 3 1. Summary. A Bidder or their designated subcontractors are required to be prequalified or have applied for prequalification by the City for the work types requiring prequalification prior to submitting bids. To be considered for award of contract the Bidder must submit Section 00 45 12, PREQUALIFICATION STATEMENT for the work type(s) listed with their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed must submit Section 00 45 13, PREQUALIFICATION APPLICATION in accordance with the requirements below. The information must be submitted fourteen (14) days prior to the date of the opening of bids. Subcontractors must follow the same timelines as contractors for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at the time bids are opened and reviewed may cause the bid to be rejected. The prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. For example, a contractor wishing to submit bids on projects to be opened on the 7th of April must file the information by the 31st day of March in order to eligible to work on these projects. In order to facilitate the approval of a Bidder’s Prequalification Application, the following must accompany the submission. a. A complete set of audited or reviewed financial statements. (1) Classified Balance Sheet (2) Income Statement (3) Statement of Cash Flows (4) Statement of Retained Earnings (5) Notes to the Financial Statements, if any b. A certified copy of the firm’s organizational documents (Corporate Charter, Articles of Incorporation, Articles of Organization, Certificate of Formation, LLC Regulations, and Certificate of Limited Partnership Agreement). c. A completed Bidder Prequalification Application. (1) The firm’s Texas Taxpayer Identification Number as issued by the Texas Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification number visit the Texas Comptroller of Public Accounts online at the following web address www.window.state.tx.us/taxpermit/ and fill out the application to apply for your Texas tax ID. (2) The firm’s e-mail address and fax number. (3) The firm’s DUNS number as issued by Dun & Bradstreet. This number is used by the City for required reporting on Federal Aid projects. The DUNS number may be obtained at www.dnb.com. d. Resumes reflecting the construction experience of the principles of the firm for firms submitting their initial prequalification. These resumes should include the size and scope of the work performed. e. Other information as requested by the City. 2. Prequalification Requirements a. Financial Statements. Financial statement submission must be provided in accordance with the following: (1) The City requires that the original Financial Statement or a certified copy be submitted for consideration. [Insert Project Name] [Insert Project Number] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 Downtown Cast Iron Water Main Replacements City Project Number: 105064 00 45 11 - 2 BIDDERS PREQUALIFICATIONS Page 2 of 3 (2) To be satisfactory, the financial statements must be audited or reviewed by an independent, certified public accounting firm registered and in good standing in any state. Current Texas statues also require that accounting firms performing audits or reviews on business entities within the State of Texas be properly licensed or registered with the Texas State Board of Public Accountancy. (3) The accounting firm should state in the audit report or review whether the contractor is an individual, corporation, or limited liability company. (4) Financial Statements must be presented in U.S. dollars at the current rate of exchange of the Balance Sheet date. (5) The City will not recognize any certified public accountant as independent who is not, in fact, independent. (6) The accountant’s opinion on the financial statements of the contracting company should state that the audit or review has been conducted in accordance with auditing standards generally accepted in the United States of America. This must be stated in the accounting firm’s opinion. It should: (1) express an unqualified opinion, or (2) express a qualified opinion on the statements taken as a whole. (7) The City reserves the right to require a new statement at any time. (8) The financial statement must be prepared as of the last day of any month, not more than one year old and must be on file with the City 16 months thereafter, in accordance with Paragraph 1. (9) The City will determine a contractor’s bidding capacity for the purposes of awarding contracts. Bidding capacity is determined by multiplying the positive net working capital (working capital = current assets – current liabilities) by a factor of 10. Only those statements reflecting a positive net working capital position will be considered satisfactory for prequalification purposes. (10) In the case that a bidding date falls within the time a new financial statement is being prepared, the previous statement shall be updated with proper verification. b. Bidder Prequalification Application. A Bidder Prequalification Application must be submitted along with audited or reviewed financial statements by firms wishing to be eligible to bid on all classes of construction and maintenance projects. Incomplete Applications will be rejected. (1) In those schedules where there is nothing to report, the notation of “None” or “N/A” should be inserted. (2) A minimum of five (5) references of related work must be provided. (3) Submission of an equipment schedule which indicates equipment under the control of the Contractor and which is related to the type of work for which the Contactor is seeking prequalification. The schedule must include the manufacturer, model and general common description of each piece of equipment. Abbreviations or means of describing equipment other than provided above will not be accepted. 3. Eligibility for Award of Contract a. The City shall be the sole judge as to a contractor’s prequalification. b. The City may reject, suspend, or modify any prequalification for failure by the contractor to demonstrate acceptable financial ability or performance. c. The City will issue a letter as to the status of the prequalification approval. [Insert Project Name] [Insert Project Number] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 Downtown Cast Iron Water Main Replacements City Project Number: 105064 00 45 11 - 3 BIDDERS PREQUALIFICATIONS Page 3 of 3 d. If a contractor has a valid prequalification letter, the contractor will be eligible to perform the prequalified work types until the expiration date stated in the letter. END OF SECTION 00 45 12 CONFLICT OF INTEREST STATEMENT Page 1 of 2 SECTION 00 4512 PREQUALIFICATION STATEMENT Each Bidder for a City procurement 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. Prequalification Major Work Type Contractor/Subcontractor Company Name Expiration Date Water Transmission, Circle C Construction 4/30/2025 Urban/Renewal, All Sizes Water Main/Distribution, Urban/Renewal, 8-inch and Circle C Construction 4/30/2025 larger Asphalt Paving Texas Bit 4/30/2025 #REF! #REF! #REF! #REF! #REF! The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: William J Schultz Inc dba Circle C Construction By: Teresa S Skelly Company � � �� 500 W Trammell Ave Fort Worth, Texas 76140 (Signatu 0 Title: President Date: �L�d,�>/ 2 5; �Dz `� CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 105064 Revised February 24, 2020 SECTION 00 45 13 PREQUALIFICATION APPLICATION Date of Balance Sheet , Mark only one: Individual Limited Partnership General Partnership Corporation Limited Liability Company Post Office Box City State Zip Code Street Address (required) City State Zip Code ( ) ( ) Telephone Fax Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) Ema il/mail this questionnaire along with financial statements to the appropriate group below. A separate submittal is required for water/sewer, paving, and lighting: Work Category – Water Dept - Water/sewer Work Category – TPW Paving Work Category – TPW Ped/Rdwy Lighting john.kasavich@FortWorthTexas.gov TPW_Prequalification@fortworthtexas.gov clint.hoover@fortworthtexas.gov Fort Worth Water Department Engineering and Fiscal Services Division 200 Texas St. Fort Worth, TX 76102 City of Fort Worth Transportation and Public Works Dept. 3741 SW Loop 820, Fort Worth, TX 76133 Attn: Alicia Garcia City of Fort Worth TPW Transportation Management Attn: Clint Hoover, P.E. 5001 James Ave. Fort Worth, TX 76115 *Financial Statements must be mailed. Mark the envelope: “Bidder Prequalification Application” Name under which you wish to qualify 00 45 13 - 2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised August 13, 2021 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s) which are applicable – Block 3 is to be left blank if Block 1 and/or Block 2 is checked) Has fewer than 100 employees and/or Has less than $6,000,000.00 in annual gross receipts OR Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. Select major work categories for which you would like to be prequalified (City may deem you are not qualified for selected category or may approve you at a lesser size/length and maximum size may not be listed specifically under a major work category ): MAJOR WORK CATEGORIES Water Department Augur Boring - 24-inch diameter casing and less Augur Boring - Greater than 24-inch diameter casing and greater Tunneling – 36-Inches – 60 –inches, and 350 LF or less Tunneling - 36-Inches – 60 –inches, and greater than 350 LF Tunneling – 66” and greater, 350 LF and greater Tunneling – 66” and greater, 350 LF or Less Cathodic Protection Water Distribution, Development, 8-inch diameter and smaller Water Distribution, Urban and Renewal, 8-inch diameter and smaller Water Distribution, Development, 12-inch diameter and smaller Water Distribution, Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development, 24-inches and smaller Water Transmission, Urban/Renewal, 24-inches and smaller Water Transmission, Development, 42-inches and smaller Water Transmission, Urban/Renewal, 42-inches and smaller Water Transmission, Development, All Sizes Water Transmission, Urban/Renewal, All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches – 36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV, 24-inches and smaller 00 45 13 - 3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised August 13, 2021 MAJOR WORK CATEGORIES, CONTINUED CCTV, 42-inches and smaller CCTV, 48-inches and smaller Sewer CIPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller Sewer CIPP, 42-inches and smaller Sewer CIPP, All Sizes Sewer Collection System, Development, 8-inches and smaller Sewer Collection System, Urban/Renewal, 8-inches and smaller Sewer Collection System, Development, 12-inches and smaller Sewer Collection System, Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development, 24-inches and smaller Sewer Interceptors, Urban/Renewal, 24-inches and smaller Sewer Interceptors, Development, 42-inches and smaller Sewer Interceptors, Urban/Renewal, 42-inches and smaller Sewer Interceptors, Development, 48-inches and smaller Sewer Interceptors, Urban/Renewal, 48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement, All Sizes Sewer Cleaning , 24-inches and smaller Sewer Cleaning , 42-inches and smaller Sewer Cleaning , All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance (UNDER $1,000,000) Asphalt Paving Heavy Maintenance ($1,000,000 and OVER) Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards)* Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER)* Roadway and Pedestrian Lighting NOTE *There is not a prequalification requirement for installation of concrete sidewalk, curb & gutter, driveways, and panel replacement, only on concrete street / ROW paving 00 45 13 - 4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised August 13, 2021 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in construction work has your organization had: (a) As a General Contractor: (b) As a Sub-Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CONTRACT AMOUNT CLASS OF WORK DATE COMPLETED LOCATION CITY-COUNTY- STATE NAME AND DETAILED ADDRESS OF OFFICIAL TO WHOM YOU REFER *If requalifying only show work performed since last statement. 5. Have you ever failed to complete any work awarded to you? If so, where and why? 6. Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual, other organization and reason. 7. Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of the individual, name of owner and reason. 00 45 13 - 5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised August 13, 2021 8. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so, when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? NAME PRESENT POSITION OR OFFICE YEARS OF EXPERIENCE MAGNITUDE AND TYPE OF WORK IN WHAT CAPACITY 13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee, please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. 00 45 13 - 6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised August 13, 2021 CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: If a partnership: Date of Incorporation State of Organization Charter/File No. Date of organization President Is partnership general, limited, or registered limited liability partnership? Vice Presidents File No. (if Limited Partnership) General Partners/Officers Secretary Limited Partners (if applicable) Treasurer LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Individuals authorized to sign for Partnership Officers or Managers (with titles, if any) Except for limited partners, the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Sho uld you wish to grant signature authority for additional individuals, please attach a certified copy of the corporate resolution, corporate minutes, partnership agreement, power of attorney or other legal documentation which grants this authority. 00 45 13 - 7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised August 13, 2021 14. Equipment $_______________ TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as "various". The City, by allowing you to show only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include, the manufacturer, model, and general common description of each. ITEM QUANTITY ITEM DESCRIPTION BALANCE SHEET VALUE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various- TOTAL 00 45 13 - 8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised August 13, 2021 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force, necessary to verify said statement. _______________________________________________, being duly sworn, deposes and says that he/she is the __________________________________ of ___________________________, the entity described in and which execut ed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this day of , Notary Public Notary Public must not be an officer, director, or stockholder or relative thereof. 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORI<ER'S COMPENSAT[ON 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. 105064. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as ainended, it will provide to City its subcontractor's certificates of cotnpliance with worker's compensation coverage. CO RACTOR: ���= I�c c�6q, i/.om ���% C.:�/ C�o�s��c�.on C'v�,nar� � Company �OD ,�% �U'r� n'! <�� Address r,��o,��, rP,�as City/State/Zip THE STATE OF TEXAS COUNTY OF TARRANT Title: /`"i'�%S� �'( / � /- (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared �/�s� ���r//y , 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 �o,�� i'��� � for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this ZL � day of pe.c,e�h�� ,Zo2.y �"N� .AMANDA S JONKERS "-�� `-""`" � `�"�-�- '� �� p��, e`�=: Notary Public Notary Public in and for the State of Texas �:�, -�.,�' . " � � � * € S'�A'TE OF TF.XAS '-�'�ql ._•+P=� Notery ID � 134843983 END OF SECTION � •,. F oF i�`.,•° kiy Comm. E�. DBcombar 21, 20T7 ;,� By: _ P/'l�f4 cs�`s���y (Please Print) `� Signature: � c� � �� CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 00 45 40 - 1 Business Equity Goal Page 1 of 2 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised October 27, 2021 SECTION 00 45 40 Business Equity Goal APPLICATION OF POLICY If the total dollar value of the contract is $100,000 or more, then a Business Equity goal is applicable. A Business Equity Firm refers to certified Minority-, and/or Women-, owned Business Enterprises (M/WBEs). POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity Firms when applicable, in the procurement of all goods and services. All requirements and regulations stated in the City’s Business Equity Ordinance No.25165-10-2021, (replacing Ordinance No. 24534-11- 2020 (codified at: https://codelibrary.amlegal.com/codes/ftworth/latest/ftworth_tx/0-0-0-22593) apply to this bid. BUSINESS EQUITY PROJECT GOAL The City's Business Equity goal on this project is 10.67% of the total bid value of the contract (Base bid applies to Parks and Community Services). METHODS TO COMPLY WITH THE GOAL On City contracts where a Business Equity Goal is applied, offerors are required to comply with the City's Business Equity Ordinance by meeting or exceeding the above stated goal or otherwise comply with the ordinance through one of the following methods: 1. Commercially useful services performed by a Business Equity prime contractor, 2. Business Equity subcontracting participation, 3. Combination of Business Equity prime services and Business Equity subcontracting participation, 4. Business Equity Joint Venture/Mentor-Protégé participation, 5. Good Faith Effort documentation, or 6. Prime contractor Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION Applicable documents (listed below) must be received by the Purchasing Division, OR the offeror shall EMAIL the Business Equity documentation to the assigned City of Fort Worth Project Manager or Department Designee. Documents are to be received no later than 2:00 p.m., on the third City business day after the bid opening date, exclusive of the bid opening date. The Offeror must submit one or more of the following documents: 1. Utilization Form and Letter(s) of Intent, if the goal is met or exceeded; 2. Good Faith Effort Form and Utilization Form, including supporting documentation, if participation is less than stated goal, or no Business Equity participation is accomplished; 3. Prime Contractor Waiver Form, including supporting documentation, if the Offeror will perform all subcontracting/supplier opportunities; or 4. Joint Venture/Mentor-Protégé Form, if goal is met or exceeded with a Joint Venture or Mentor- Protégé participation. These forms can be found at: Business Equity Utilization Form and Letter of Intent 00 45 40 - 2 Business Equity Goal Page 2 of 2 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised October 27, 2021 https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/Business Equity Utilization Form_DVIN 2022 220324.pdf Letter of Intent https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/Letter of Intent_DVIN 2021.pdf Business Equity Good Faith Effort Form https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/Good Faith Effort Form_DVIN 2022.pdf Business Equity Prime Contractor Waiver Form https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/MWBE Prime Contractor Waiver-220313.pdf Business Equity Joint Venture Form https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/MWBE Joint Venture_220225.pdf FAILURE TO ACHIEVE THE GOAL OR OTHERWISE COMPLY WITH THE ORDINANCE WILL RESULT IN THE BIDDER/OFFEROR BEING DECLARED NON-RESPONSIVE AND THE BID REJECTED. FAILURE TO SUBMIT THE REQUIRED BUSINESS EQUTY DOCUMENTATION OR OTHERWISE COMPLY WITH THE ORDINANCE WILL RESULT IN THE BID BEING DECLARED NON-RESPONSIVE, THE BID REJECTED AND MAY SUBJECT THE BIDDER/OFFEROR TO SANCTIONS AS DESCRIBED IN SEC. 20-373 OF THE ORDINANCE. For Questions, Please Contact The Business Equity Division of the Department of Diversity and Inclusion at (817) 392-2674. END OF SECTION 00 52 43 - 1 Agreanent Yuge 1 of G 5ECTION 00 52 43 AGREF.,M�;N"I' THIS A(GREFI47i',N'I', authorired on _�,Z� I�(zQz''7 , is rnade by and Uetween the City of Fort ��orth, a T'e�as hc�me rule munici ali actin� b and throu h its dul authorized Cit � Mana cr 4�` tY� b Y � Y" 3 �� (" ty"}, __ __an� J. Schultz, Iiic.._dha C�rcle C C�nsiructioil Coiu�7anti�, aut}�oF�ized to do Ci an 'l�Jil i _.._w.- --...... _ buslness in Te�as, act.ing hy and tlu•ough its dt.tly authoriced representative, ("Contractor"). Ciry and C.ontractor may jointly be referred 10 as Parties. Ciry and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor sl�all complete all V✓ork as specified �r indicated in tl�e Cotrtract Documents for the Project identified herein, Ax•tide 2. PROJFCT �'he project foz� wliich ttie. Work uilder the Contract llocuments inay be the u�liole oz� only a part is generally described as foliows: I b"-42" Dowr�toivn Cast lron Wafer Main. Re�3acements _ Cit • Pro"ect No. l O50E�k Article 3. CONTRAC;T PI�TCE C'ity agrees ta pay Contraetor for perfonnance of the �4Vork in accrn�dance wiih the Contract r)�etuneuls att amount, in cuz•rent �fiitids, of Nirieteen Million Three Hundred "I'wclve Thousand --. _ _____..--- �..______--_ ____m__��... Pori1'-One and 50/100 Doilars ($19,312,�41.50). C;untract price tnay be adjusted by chanbe o}•ders duly authorized by the Parties. Article �. GONTRA.CT TIM� 4.1 Final Acceptance. The Wc��•k shall be complete for Final AcceE�tance within 640 days after the date when lhe Contract Time commences to run, as provided in Yaragrapl12.02 of'the General Cozxiitions; plus any extension t.hereof allowed in accordance with At�ticle 12 of the General Conditions. 4.2 Liquidated Da�uages Contractor recognizes th3t time is uf the essence for completion of Milestones, if any, and to acl�ieve �i inal Acceptance of fhe V�'ark and City� atid the pt�blic will suffe�� from Ioss of use if the Work is not completed ��ithin the time(s) speciiied in Paragrapl� 4.1 at�ove. T'he Cot�tractor also recoc iizes the delays, expense and difficirlties involved in proving in a 1ega1 procceding, the actual loss suffered by the City if the Work is not compfetect on time. Accordingly, instead of requiring any such proof, Ca�iiractor abrees that as liquidated damages for deiay� (but �lot as a penaliy}; Contractor sElail pay City Une _Thousand 'C���c� I lundi•cd lllollais ($1�200.00) for each day that eapires after the time specifted in 1'aragraph 4.l for Final ticceptance until ihe City issues tlie Final Letter of Accepta�tce. Articic 5. CONTRACT DUCiJMENTS 5.1 CUNTCNTS: A.`I'he Contzact Docurnents which comprise the entire agi'eement betweetz City and Contractor c.oncerning the Wot�k consist of �he fol lowing; CITY OF FOR'I' LVORTH I(i-42" Downtewn Cas� ]ron Water Mnin Replacements STANDARll C'(.)NS'1'KUCTION SPECIF[CA1'IUN DOCIJMF.N1'S City Prajeet NumUer. f05064 Rcvised Decembar 3, 2023 005243-2 Agrccmcnt Page 2 of 6 1. '1'lais Agree.meni. tlttachmeuts to this fAgreement: a. Bid Porr�i ] ) Praposa] Form 2) Vencior Compliance to Slate Law Non-Resiclent I3idder 3) Prequalification Statement 4) State and Federal docume�rts {pr•oject s�ecific) b. Current Prcvailing Wage Rate TaUle c, Insurance Cei�titication �'ot•m (ACORD or equivale�lt) d, Payment Bond e. Performance Bozld f, Nlaintenance Bond g, Powez' of Attorney for the I3o��ds h., �Vorker's Compensatioii Afiidavit i. MI3� and�or SBF, LJtilization Forxn 3. Gcneral Conditions. 4. Supplementary Conditions, �. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, a5 incorporated by reference and described in the rl`able of Contents of tiie Project's Contract Doctnnci�ts. 6. I)rawin�;s. 7. Addenda. $. Documentation submitted t�y Coirtractor prior to Notice of Award. The following which may be delivezed or issued af'ter the Effective Date of the Agreetnent and, if issued, becozne an incor���rated part of the Coi�iract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. I,etter of 1='inal Acceptancc. Ai•I:icle 6. INl?T1MNL1<ICATIOl`T 6.1 Contractor covenants �nd �g�•ees to indemnify, hold harmless aud defenci, at its o�vn eYpense, the city, ifs officers, servants and emplo3ees, from and agai�xst any anrl all ciaims arising out of, or �lleged to ai•ise out of, the work and services to be peT•fornted by tt�e contractor, its oflicers, ageuts, employees, subcontractoi•s, licenses or invitees uuder this conti•act. This indemni�cation ��ro��ision is sl�ecificaFlv inteuded to or5erate and be effective even if it is �lle�ed or proven tliat ali or some ot' the dama�es bein�; Sou�'ht were causcd, iu rvhc�le or in Uart, bt� an�r act, omission or ues!li�ence of the cit�Sl. This iT�d�mnity provision is intended to include, without liniit:rtion, indemnity for costs, eapenses and legal fees incurred by the city in defending a�ainst s�ich claims and causes of actions. CI'TY OF POR"I' WORTFi 16-42" 1]nwntn��n Cast Iron R`ater �l�ir. Replacements S"[�ANDARU CONS'fKUC"1'ION SPECIFICATION DOCL1bIL-;NTS City Projcct Nuntber. ;05064 Ttcviscd Dcccnil�er 8, ?.0?.3 OD5243-3 Agrezment Pnge 3 of 6 G.2 Contractor cove�tants and agrecs to indemnify� and halc� harmless, at its owu expense, the city, its officers, se►•vants ancl cmployee,S, frotn �nt� �gainst any and all loss, dam�ge or desfruction of property of tlie city, arising out af, o�• allegcd to ac-ise out of, the �voa�lc and sertiices to be performed by the cotZtracior, its ofCcers, agents, emplo,yces, subcontractors, licensees or invitces under this contract. 7'his indemniiication pi�ovision. is st�eciticallti� intended to ot�erate aud be effectir•e even if ii is �llc�:ed ot• [�roven tl�at all or some oC the dama+�es bcin� sou�ht rvere causecl, in wlic�le or ii► t�aa�t, b� anv act� o�nission or ne�liE�ence of the city. A��ticle 7. MISC�LLAN7;OUS 7.1 "I'errns. 'Cerms used in this Agreement wluch are clefined 'u� Ai�ticle 1 0� the General Conditions will have the meanings indicated in 1he General Conilitious. 7.2 Assignment of Contract. 'T'his Agreement, including all of the Contract Docizments may not be assigned by ttie Corltractor without the advanced eYpress written consent of the CitY. 7.3 Successors and Assigns. City and Contractor eacli binds itself, its pa��tneis, successors, assisals and legal representatives to the other party hereto, in respect to ali covenants, a�reements and obligations contained in the Contt•act Documents. 7.�� Severability�'Non-Wuiver of Claims. Any ���'ovision or part of the Corttract Documei�ts held to be unconstitutional, ��oid or unenforceable by a court of competent jurisdiction sha)1 be deemed stricicen, and all remaining provisions shall cantiriue to be valid and binding upon City and Cotitcactor. "I'he failure ol Gity or Contractor to insist upon the performance of any term or provision of this Agi'eei�nent or to exercise any right gi•anted herein shall n�t constitute a waiver o£ Cit��'s or ContracCor's respective right to insist upon appro�riat� performance or to assert any such right on tiny fulure occasion. 7.5 Governing Lav�� and Venue. Tlus Agree�nent, including all of the Cont��act Documez�ts is perfoz�mable i�i the State of 'I'exas. Venue shall be Tarrant County, Texas; or tl�e tlniCed States Uistrict Cotrt�t fot� the Northern Distcict of Texas, Fort Worth Division. 7.6 Atithority to Sign. Contractor shall attach evidence of authoi�ity to si�n Agreement if signed by sntneone other than the duly authoz�ized si�natory of the Contractor. 7.7 Non-appropriation of T'unds. In the event no fiinds or insufficient funds are apprc�priated by City in any fiscal period for any payrnents due hereunc�er, C.ity will notify Vendor of such occurrence and this Agreement shall terminate on tl�e last clay of the fiscal period for which appropriations were received without penalty or expense to City af any kind whatsoever, except as to tlie poi-tions of tl�e payrnents herein agreed upon for wl�icll funds have Ueen appropriated. CPI'Y OF PORT WORTH 16 1?_" Do��nitnwn Cast Iron Water Nt�in Repl;�cements STANDARIJ CONS"fRUC71C)N SYECTIICATION bOCL1.�IL'NTS Cily Projcct Numher: 10�06d Revised I)cccmber 8, 20?.3 OO�i4i-4 Agreement Ynge 4 of b 7.8 Prohibi[ion On Contracts With Companies Boycotting Israel. Confractor, unless a sole proprietor; aclalowledges tl�at in accoz�dance with Chapter 2271 of the "I'exas Government Code, if Contractor has 10 or more fu[l time-employees and tl�e coniract value is $100,0U0 or more, the City is prohibited from entering into a contract with a company for goods or sez�vices unless the contract contains a�,�rittei� veritication fi-om the company that it: (1) does not boycott Israel; an�i (2} rvill not boycott Israel during the term of the corltract. The terrns "boycott Israel" and "company" shall have the meanings ascribed to those terms in Scction $08.1)O1 of the'I'exas Crovertunent Code. By signing this contrnct, Contrnetor certifies that Contracto�•'a signaturc provides �s�rittc�i verificatio�i to the Ciiy tfiat if Chapter 2271, TexAs Government Code applies, Conte•actor: (1) does iiot boycott Isr�►cl; and {2) will not bo,ycotf Isr�el dui•ing the te1•m of the cc�ntract. 7.9 Prohibitiou on Boycotiing Energy Com��anies. Contractor acknowledges that in aceordance with (:haptez• 2?76 of the T'e�as Go�ernulenL Code, the City is prohibitec� from entering into a contract for goods or seivices that has a value of $100,000 or more, which will be paid �vholly or pat�tly from public fimds of fhe City, wifli a company («�itli 10 or rnore f'ull-time employees) unless the eor�tract contains a written veilfication frozn the company that it: (1) does not hoycott energy companies; and (2) will not boycott energy companies dueing the ternn of tl�e contract. 'I'he terms "b�ycott energy company" and "campany" have the. meanii�g ascribed to those terms by Chaptet� 2276 of the TeYas Government Code. '�'o tlie e�.tent that t;hapter 2276 of thc Government Code is applicable to this Agreemeut, by SI�IIIII� tlll5 Agreement, Contractor certifies thal Coratractor's signahn•e provides written vet•ification to the City that Contractoi: (1) does not bo,ycott eneigy companies; and (2j wili not boycoit enei•gy coznpanies cluring the term of this Agreement. 7.10 Prohibition on Discrimination A�ainst Fie�earm and 1�nmunitiun Industries, Contractor acknowledges that eacept as atherwise proviaed by ClZapter 2274 of the Texas Goverz�ment Code, the City is prohibited from entering into a contract for goods or services that has a ti�alue of $100,�U0 or more which will be paid wl�olly or pa�-tly fi�om pi�blic funds of the Giry, with a company (with 10 or more fiill-time employees) unless the contract coniains a written verificatioii froin the company that it: (1) does not have rt pi•acticc, policy, gt�idance, or dii'ective that discriminates agailist a tirearnl ent-ity or fii•earm trai�e association; and (2) will �iot discriminate during the terix� of the contracC against a f]rearm entiry o�� fireai�n trade association. "1'lze terms "discrirninate," "firea�-m cntity" and "firearzn trade associ�tion" have the meanir�g ascribed to those terms Uy Chapter 2274 of the Texas Govemment Code. To the extent that Cha��ter 2274 of the Govei•nmcnt Code is applicable to this Agreement, by signing t6is Agreen�ent, Contractor certifics that Contractor's siguature provides �vritten veri�caiion to tl�e City, tljat Coutracfor: (1} does not h�ve :i practice, pulic,y, guidance, or directive fl�at discriminates against a iirearm cntity or fireai�►n trade associatiov; and (2) will not discriminate agaiust a fi�•earni cutity or #irearni frade �ssociation during ct�e term of this Agreemeut. CITI' OP FOT:T \uOR'I'II 16-4?."' Dowrto�m C�ist iron RTater Main Replacements S"I:�INDAR_D COiVSl'hUC'fION SPECIF[CAT[ON DOCUMF\TS City T'ro,ect NumLcr: i050G4 Rcvised Decrmber 8, 2D23 0(7 52 43 - 5 Agrocment Page y of'G 7.11 Imtnigration Nationality nct. Coniractor sltall verify ihe identity and employtnent eligibility of its en�ployees who perforni worh under this Agreement, including completing the Employment Eligibility Verificafion Forn� (i-9). Upon rcqucst by City, Contractor sha11 provide City with copies of' �11 1-9 forms and supporting eligibility documentation for each employee �+ho performs �irork under this Agreement. Contr�ictor shall adhere ta all Federal and State laws as well as establish appi•o�x�iate procedtu•es aiid controls so tt�at no services wi11 be performed by any Cont.ractor' etnployee t�,�l�o is Tlot legally eligible to perform suc}1 services. CON'TRAC'1'C)R SHALT. IND�MNITY CITY ANll FIOLD CITl' HARMT,I�SS FROh� ANY YH;NAL7'1T5, LIABILI'I'1�5, OR LOSSFS I)iJE TU VIOLATIONS Ok TH�S �'ARAGRANiI i3Y CONTI2AC'I'OR, CONTRACTOR'S TMI'LOY�ES, SUBCON'T1�CTORS, AU�NTS, OI2 LIC�NSErS. City, upoz� wx•iltec� notice to t'ontractor, shall have the ri���t to inimediaielY terminrrte tl�is ��greement for violations of this provision by Contractor•. � ;.12 No Third-Party Beneiiciaries. '1'his Agreement gives c�o rights or benefits to anyone other than the City and the Contractor and flzere are ��o thirc�-party betieficiai•ies. 7.13 No Cause of Acti.on Against Fngineer. Goa�tractoj•, its subcontraeiot•s and equipment ai�d materials su�pliers o�� the PROJECT or their sureties, sh�ll maintain no direct action against the Enginecr, iis officers, einployees, and subcontcactors, for any claim arising out af, in connection witt�, or res«ICing from the engineercng sez�vices pei•formed. Only the C;ity ���ill be the beneficiary c�f ariy uridertaking by the L�ngineer. Tfle presence or duties of the Engineet•'s personnel at a construction site, wl�ethec as i�n-site representatives �r otherwise, do not make t}�e I;ngineer or ils personncl in any way responsible for those duties that belong to the City and/or the City's construction contractors or ot172�• entities, and do not relieve the constructiou contractors or any other entity of their obligations, duties, and responsibilities, includii�c, but not limited to, all construction methocls, means, techriiques, sequences, and procedures necessary for coordinating and completing alI portions of t}le construction �vork irz accordance with the C,ontract Documents and any health or safety precautions rec{uired vy such construction work. The Engincer and its ��ersonnel have no authority to exercise az�y coritrol over any construction contractor or othel• entily or their employees in coiinection �vith tlieir work or any health or safety pt�ecaiitions. CIT7' OP FORT WORTII 16-42" I)nwntown Cast Iron Waicr M�iin Replacements STANDAPD CUN51'KUCTION SPF,CIFICA'1'ION DOCL�MG�TS City Projcci Nur.iUer. 10506�4 ]tevise;J Uecember 8, 2023 00>?_43-C, :lgreement l'agc 6 of 6 iN WITNESS WHER�OF, City artid Contractor ilave each executed tkiis Agreement to be effective as of the date subscribed b,y the C:ity's desi�nated /�ssistant City Manager ("Eifeclive DaCe"). Contractor' William J. Sclmltz, Inc. dba Circle C Constniction Compauy H}�: % Q �� — —_ __ _- Si�,mature ".l'eresa S. Skel11� (Printed Name) �1'BSlCj81]t �'lf�e SOU VV. Trainmell Avenue Address Fort VJorth, Texas 76140 —__.__ __--,......... ..___..__._. City/State/Zip �/d��,Z���- _ __ _ _ _ __ Date 1 City of T'ort Worth �y.�..� ,i-.� . William Johnson (J n 15, 202510:02 CST) .—_.. . ___. . . . . _.. ........-----.._ ... . tiVilliams ,iohnson Assistaiit Ciiy N1a�lager 01/15/2025 _ __ - -_ . ___ I��1tL' an po4FOR)°nC F�°° h�°a a'�° �A�P fo fittf;51: q �.Q v°'oo oio �tic#A. /� ..6k$�m�3 ppp0'f °oa =°��` d ddan nE4ps4q� -- -.._—. _ __..—____.... . ._ ____ _ _.......-- Jannette Goodall, C,ity Secretary (Seal) M�C 24-1137 _ ---- Dat�;: December 10, 2024 _......_ ...._ _..__.._......____ _ __.._____._. Form I295: 2024-1239523 Contract C:ompliance Manager: Tiy signing, T acknowledge t.l�at I am the person responsit�le for ilac monitoring and administralion c�f'this contract, including ens�u�ing all pecformance and reporting requirezrie�its. a� C,��,� . , i Dena Tohnsoit, P.�. Project Manayer :4pprlv�c� Form and Legality: Rt Douglas Black (Jan 14, 202513:57 CST) . —...—_ _... ,__..._..--'__ __,___'._..._._..._....._.__�._. Douglas W, Black Sr. Assistani City Attorney APPP�C?VAL RECOM�IEI�DED: CG�!'lS�"OI�GiB�' f�f�q�'G%8!' Christo�r (Jan 14, 202511:16 CST) Christopher Harder, P.E., llirector, Water 17epartment CITY OP FOI2'1' IVOR'I'H 1fi112" f)ovmtmvn Cast Jron 4tiater �4ain Replacements S'1'ANDAitI) C(>N5'1RUCTION SPF,C.1F'fCA"fION UOCLJMF,N'I S Ciry Projcot Number: ]05064 Revised llecember 8, 2023 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 006113-1 PFRFORM.�INCE 13UNll 1'a�,e 1 of 2 1 � 3 4 � 6 ? R BOND NO. 101165222 SI�',C I'ION QO h l 13 PT'RFOIZMANCI3 BOND THF STATI; OF I'EK�S § § hNOW ALL BY '1'HESE �'RT',SI;NTS: C011NTI' nF TARRANT § That we, Williain J. Schultz, Inc. dba Circle C Constructiou Company __, l:tto�vn as 9 ")'rincipal" herein and Mercliants Bonding Comp�ny_(Mutt�.a.l� __...._ .____—_ ___..., a corporate 10 surery(sureties, if more than o�ie) duly authorizeii to do biisiness in the Stat� of Texas, known as 11 "Surefy" he.rein (wltether one or tnore), are held and firinly bound unto the City of Foz•t Wt�rth, a 12 municipal coz•poration created pw�suant to the laws of "Te�as, known as "(:ity" herein, in the penal 13 sunn of; Nineteen Million Three I-Iundred Twel��e Thousand Forty One_...aiid _SOJ1Q0 Dollacs 14 ($19,312,041.50}, lawful money of the United States, io be paid in Fort ��orth, 'I'arrant Counry, 15 Texas for the payment of �vhich sutn well acid truly to be made, we bind ourselves, our heirs, 16 executors, administrators, successors and assib�is, jointly and severally, �rmly by these presents. 17 WHEREAS, tl�:e Yrincipal has entered into a cez-tain writCen contract with llie City awarded �'" 20 eB , which C'on�tract is hereb referred to and made a�ait 18 thc � d_ day of�faU1Y1_�4.�_----- , �'7L y �, 19 hereof foi• all pui-poses as if fiilly set fi�i�tlt herein, to furtlish aIl maiet•ials, equipment labor arid other 20 accessories defined by law, in the prosecution of the Worl<, inciucling auy Change Orders, as �� ?� p1'oVided for in said Contz'act desi�tated as 16"-42" Do�vnto�m Cast Iron Water M�in Replacements, City Project No. 105064 23 NOW, THL+'12k'.FnRE, tl�e condition of this obligatic�n is such tt�at it'the said l�rincipal 24 shall faitllfully perform it ubligatioiis under tl�e Contract ancl shatl in all respects dt�ly and faithfiilly 2� perforzn thc Wc?rk, including Change Orders, under the Contract, accordin� to the plans, 2h speci�cations, and contract documents tlzerein refcn�cd to, aud as well dui•ing any period of 27 eYtensic�n of the Contract that niay be graulei� on the parC of thc ��ity, then t}iis c�bligation shall be 28 29 i0 31 anci becoine mill and void, oChet�rvise to remain in lull fi�rce aixd effeet. PROVID�D FURT'HT.R, tYiat if any legal action be filed on tl�is Bond, venue sllafl lie in 'I'arrant County, Te.Yas ol' the tT«ited States District Court for the Norihern District of Texas, I=or�t Worth Divisio�t. C[TY OF FORT WORTEi 76-42" Do�+ntoHm Cast Iron lVater Main Rcplacernents S'I'ANI�ARD CONS'I'RUC"l'TON SPECIFIC:ATION DOCUMFNI'S City I'roject Nua�ber: ] 05064 Hevised DecemUcr 3, 2023 0061 li-2 PEI2J�OlZM.ANCE LiOND Paee 2 of 2 2 3 4 5 � � 8 9 10 11 12 13 14 15 16 17 1 Fi 14 20 ?1 22 23 24 ?5 26 �� 28 29 30 31 32 33 34 35 36 37 38 39 40 4] �2 43 44 This bond is made and executed in. compliance �vith L�he �rovisiolis of Chapter 2253 of tl�e `I'exas Uovernrr�ent Code, as amended, and al] liabilities on tl�is boi�d shall be detei�mined in accordance with the pravisioi�s of said stati�e. IN WITNFSS WI�I2EOF, the Principal. a��d lhe Sur�ety l�ave SICNI;D and S�ALED this �, _�. instrument by duly a��thoi•ized agents and officers on this tlie �Q. day of _�,�,1"Yl)22�. , �U�. ATTEST: ���.�� � (Principat) Secretaty Michele S. � ukford _._ _._..__... . __..._ Witness as to Principal PruNcl�ai.: Willia_in J. Schultz, Inc. dba__ Circle C Constiucti4nS:�npauy BY; _��o� �S� Sigizature Teresa S. Skelly, Presi�lent _ Name and Title Address: __ __ 500 Tranmiell _._ - -- Fort Worth, TX 76140 —._.._ . __ _ __ SU12] ;Ti'; _ Merchants t ii1Q Comp� (Mu �a � BY: Sibnature Shery_I_A. Klutts, Attorney-in-Fact Name and Title Address: 6700 Westgwu �a�����y ._ _ �� J�� `t . � West Des �oin�s,_IA 5�?256-7754 X _.__ _ _ . _ ..._._ _ �Vitn�ss as to Surety Tohn A Mil er "I'elephr�ne NumUer: 1-800-678-R 171 Email Ailiiress: shetyl�;?j.�li�nxiller�ssQcinc.coui �`Note: If signed by an officer of the Suretv Compat�y, there must be on file a certified exlract from the by-laws showing that this person has avtllority to sign such obligation. If Surety's physical address is dilferent feom its maiiing address, hoth must be provicled. '1 he date of tlae bond shall rlot be pcio�- to tlte dale the Contr�ct is a«rarded. C["lY OF FOR"I' WORTl-I lG 12" Do�vnt�iwn Cast ]ron Vv`atcr i�Iain Replacements ST�LND.�1Itll CUNS C'RLIL'I'[O�t SPECIIICA"['ION DOCIJMEN'I'S City Project Numbcr: 1O50G4 Rcvised December 8, 2023 MERC�3A_NT_� BONDING COMPANYr„ POWER OF ATTORNEY Know All Persons By These Presents, lhal MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of lowa, d/b/a Merchants National Indemnity Company (in California only) (herein collectively called the "Cornpanies") do hereby make, constitute and appoint, individually, John A Miller; Sheryl A Klufts their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Altorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchanls Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and April 27, 2024 and adopted by the Board of Directors of Merchants Nalional Bonding, Inc., on October 16, 2015 and amended on April 27, 2024. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and auihority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certifcation lhereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the Slate of Florida Department of Transportation. It is fully understood lhat consenli ng to the State of Florida Depariment of Transportation making payment of the final estimate to the Contractor and/or ils assignee, shall not relieve lhis surety company of any of i Is obligations under its bond. In conneclion with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to lhe Atlorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intenl has been given lo the Commissioner- Departmenl of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to ihe modification or revocation. In Wtness Whereof, the Companies have caused this instrument to be signed and sealed this Zg�h day of Ju�y . 2024 • •'���(�O N •���'• .' � � G �' •. MERCHANTS BONDING COMPANY (MUTUAL) •'�P,..P•O q: �:. '•�Q�N...�O�A�� MERCHANTS NATIONAL BONDING, INC. : G� :'OR Rq• o� .��.•�F�P�9�• 9y•� d/b/a MERCHANTS NATIONAL INDEMNITY COMPANY �2.:'Z,� �'�•.,2• • •ca .�•.�c. -O- G:d• :1-y-:� -0- T� � � ;��� 2003 `�; : y•. 1933 ��c: By .d' ' �' 'ti. � •'' � : . 6%. •'�., � STATE OF IOWA ,••��� .��'..•�?:• •�•�W • �'+'•. \1�•• President COUNTY OF DALLAS ss. ,��"""'��� � � �' � � � On this 29th day of July 2024 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and lhat the seals affixed to the foregoing insirument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority o( their respective Boards of Directors. -----�. ,�P��A�S Penni Miller �.. � �,` ' � � � Commission Number 787952 �` - • I�P • My Commission Expires ����� � January 20, 2027 `�-�_.� Notary Public (Expiration of notary's commission does not invalidate ihis instrument) I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this �0� day of [��,�n�� ,�,Z�;• ���.��.�... . • -- ••. ••'�P��POq'�•�o � O?O�NPO ��j.o•' ��,.• R Rq• o', . P q qy• � :�:o° ��•,y: • �''c�° 9�•.,.c: =Z:= -o- v':G' :ti:�= -o_ �^',.,�. :Q � � .�,.- d' � �v'• 2003 �`Lj; � y' 1933 ,� c; Secretary ' :• : ; �•.. .a�,�. d�•. ' °•.�L�'•........ ;��`,: ••bdl{',..�3..-•t1�•• POA 0018 (6/24) ,''''•• �'•••�`' ' • • •• • • •' OU6ll�1-1 YAYMF.;N'I' BOND Va4e J of 2 1 2 � � 4 5 6 7 8 9 1� 11 BOND NO. 101165222 SECTION 00 61 14 PAYNIL;NT F30ND T�IL STATT OF T`EXAS COUNT'Y OF TARRAN'I' � § KN(�W ALL R'S' TI IESE PR_F.SEN"TS: � Th�it we, William J. Schultz, Inc. �IUa Circle C Constiuction Comt�aiiy _ _ , knowt� as "Principal" laerein, and Merchants B�iid'ui� C'qmpany...(Muhial) _ __._.._.. ._.. _.....__._._.._ : a corporate surety (sureties j, duly aulhorized to do business in the State of Texas, lc��own as "Surety" hereiu (wl�ether one or i��ore), are held and �irmly bound unto the City of Fort Wo7•th, a municipal 12 corporation created pursuant t� tlle laws af the State of Tex�is,luio�vn as "City" herein, in the penal 1� sum af Nin�teen.__Millioz� "1'I�ree Huiiclred _._Twe(ve_.._Thou. sand F��iy, Onc;__, �nci,__50/lU� Dollars I4 (�19,312,041.50}, lawiul money of tl�e United Statcs, to be paid in F'ort 17iWorth, 'Tarrant Couniy, I5 "I'exas, for the payi�ient of which sum well and truly be made, we bind ourselves, our heirs, lG executors, administr2tors, sticcessors and assigns,,joiiitly aud seveT•ally, �rnil}� by these presents: ] 7 WI�FI2EAS, Pt'incipal l�as entered into a certain written Coratract with City, awarded the I 8 �i�.. ' ' � day of �� ��11���'� ______ ___ , 20 ���, wtiich Contract is hereby referi•ed to and maci� 19 a part hereof for all purposes as if fully set fortl� hei-eiii, to fiirnisli ail materials, eyuipment, labo�• 7_0 ai�d other accessories as defir�ed b}' law, in the prosecutio�l of the Wor•k as provided for in suid 21 �� 7.3 Contract and designated 3S 16"-42" Downtown Cast Iron Water M�in Replacements - City Project No. 105064 NOW, 'IFIT,REFORE, '�HI; CONDITION OI� 'll-ITS OI3LIGA`I'ION is such th�t if 24 Principal shall pay all monies ov��inc to any (arid all) pay�nent bond bcneficiaty (as defnec� in 25 Chapter 2253 of the '1'exas Governinent Code, as amended) in the prosecution of the Worl: uncEcr '�6 the Contract; then this obligatic�n shall be and became null and void; othei��ise to remain in full 27 force and eilect. ?g �, � 30 31 "I`liis bond is m�de and exeeuted in compliance. wiih the I�rovisions of Claapter ?253 of ihc Tea.as Goveninieait Code, as amended, and all liabilities on this bonci shall be detennined in accordance wlth the provisions of said slahrte. CITY OF FC)R'1' 4VORTii I6-42" Do�intown Casl Tron Watcr Ivl�in Replacestients S'CANT)ARD CONS'I'RI1C;'I'ION SP�CIF1CA770N DOCUMF;N'1:S City Pr<�jcct NutnbCt: 1U5064 ReF�ised DeCember 8, 2023 UOG] 14-2 Pl�YM[:V'I' BOND Yage 2 nf'2 i II�I WTTNESS WIIER�OF, tl�e Priucipal arici Sur�:ty have each SIGNED and SEALED 2 this insteumei�t by duly authori�ed agents and oificet�s ai� this the _1��� . day oi 3 0 � Q_rl" , 20��d--' � A'I"I'EST: . —��,��,�_�1._�_ c�-..! (Princip�l) Sec��etary Michele S. � �ilcford 500 Trammell ___ _. _ Foit Worth, TX.._76144 __ _...._.. 5 6 7 8 9 10 m 1 '1_ Wit�iess as tc� T'riricipal A'TTEST: (Surety) Secretary ��f��-� • - - Wit�less as to Surety Jo n. Miller PRINCIPAL: William_J, $cliultz, Inc. dba_. Circle C Cqnstruction Co,gi��_ _ BY: _ „�l�G!/.X�' �c��/ ...__._ Signariire Teresa S Skelly, President _ __ � .... _ _.._..__. _. Name and Title Address: S III�I,':I'Y: _... __ _..._ Merchauts B n Coinpauy (Miih�al� _..: I3Y': _ _ __ _ Signature Slier�l A. Klutts ey-in-Fact _ IVame and Title Address: 6700 Westown Parkway West Des Moines, IA SU266-7754 "I,elephone Number: 1-800-678-8171 �m�il Address: sheryl a,:johnaniillerassociuc.com Note: If signed by an officer ofthe Surely, there mttsl be on tile a ceiti�ed extract fi�om tilc bylaws showi��g that this person has authority to sign sucl► obligation. If Surety's physical address is difFerent from its tnailing address, both mt�st he provided. The date of the bund sl�all not be prior to the date the Contract is a«�arded. ENll OF SECTION CITY OF FC)I�T 1�VOR'I'I I 16-42" Donittown Cast Tron Water Main C�cpit�cements S'I'ANDAl2D C<)I�75'1'KUC'1'ION SP�CIPICA7'ION DOCUn•lETJTS City Prqject �Iumher: 1050G�1 Reviscd Dcccrnbcr 3, 202� MERC�3_ANT_� BONDING COMPANYr„ POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations oi the State of lowa, d/b/a Merchanis Nalional Indemnity Company (in California onlyj (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, John A Miller; Sheryl A Klutts their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracls and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and execuling or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-o(-Attorney is granted and is signed and sealed by facsimile under and by authority o( the following By-Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and April 27, 2024 and adopled by the Board of Directors of Merchants National Bonding, hic., on October 16, 2015 and amended on April 27, 2024. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized o�cer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of ihe Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final eslimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final esiimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligalions under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to lhe Commissioner- Deparlment of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 29th day of July � 2024 • .•`'��������''•. .•""'•.� MERCHANTSBONDINGCOMPANY(MUTUAL) ;'��P��P•� q< �.,. : O�Q\N,�'..�OMA. MERCHANTS NATIONAL BONDING, INC. ��fij.,G�Ft R9�.,p2 ; ��, �DEtP09q�9y�: d/b/a MERCHANTS NATIONAL INDEMNITY COMPANY :2:2 _o- vi�' �►,`'-:_ _o_ R+. . ' v�� 2003 ;-„�; :a' 1933 ��c: By �� :d' '.;; '•s,�' , 'o:• a�� •,�%k'••.......•:�Jl��• •b'��y� � �� �1`��� President STATE OF IOWA '•.,�����` „���..• •. � � � � � � � COUNTY OF DALLAS ss. On this Zgth day of July 2024 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing inslrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. --~-A /'� , �PFtIA(s Penni Miller rF �� o � Commission Number 787952 - • • My Commission Expires ` p � ` - IOWP January 20, 2027 i�^�----���''` r`�--�'`�'�.--, Notary Public (Expiration of notary's commission does not invalidate this instrument) I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this �u day of '{f.j����l,��. ,%O�� d. ���.��.... �... ... ,,••'�I�Nq''••� •' � G C '•. �Q. . ... . < '. .•�0 N... ��jA. '�;•��PURq.�O � ;�0,•O�1P09 �•9'•� � 2.= �'�;•.2: ;y c> �9.+•y.c. :Q:' -o- C�:�: •t—:'�' -o- �� : ; v'• 2003 :;,s'�); ; y� � 933 v'�C � Secretary ' • �j•., ��`v. %d,�'• •' �;' '• 6 • .,,��••........•;;��, •�dK,• • {,� • •'`1�. POA 0018 (6/24) •''�•., �'•••��' ' • • •• • • •' 00G119-1 MAiNTLNANCFi L30ND Page I of 3 1 2 3 4 5 6 7 BOND NO. 101165222 SECTION OU 61 19 MA[NTEI�ANCI; BONU THE STATE QF TEXAS C()UNTY OF TARIZANT § § I�NOW ALL BY THrSE 1'RESEN'I`S: � 8 9 T`hat We Williain J. Schultz, Inc_ dba Cit_cle C Constiuction__Cqm��any I<no�vn a5 _..—_, ] 0 "PrinCipal" herein and Merchants Bouding Company Mutual� , a corporate stirely 11 (sureties, if more than one) duly ai�thorized to do business in the State of Texas, knowti as "Surety" 12 herein (r�s�hether one or more), are iteld and firmly bound unto tlze City of Fort Worth, a nlunicipal 13 corporation created pursuaut to the laws of the State of `I'exas, knowm as "City" herein, in ihe sum 14 of Nineteen Million.... Thr�e Hundred,, T��velve ,ThouS3llc1_ Forrtti�-Unc___aud__SU/1Q0 Dollars 15 ($19,312,041.50), lawful money of the United States, #o be paid in Fot-t WortI�, 7'arrant County, 1G Texas, for payment of which sum well and truly be �nade uirto ihe Czty �nc{ its successors, vt-�e bind 17 ourselves, out� I�eirs, executo��s, administrators, success�rs and assigns, jointly and severally, firmly 18 by these preseiits. 19 20 'W�3FREAS, the I'rincipal has ente�eil into a certain written contract �vitli the City awarded 21 the� day of ,,� ��A-�^,�;}_��� ___ , 20��; which Contract is hereby _ _....... �� 22 re£erred to and a made pa��t hereof .for �11 purposes as if iiYlly set farth lierei�i, to fiii-nish all materials, 23 equipmerit labor and other accessories as def]ned b}� law, izi ttie prosecution of'the Work, incltiding 2� atiy �Vorl: resultiaig from a dtily authorized Chai�ge Order (col[ectively lierein, the "VVork") as '? 5 2C 27 28 protiided �or in Sald Cot1tCZCt alla deSign�ted as 16"-42" Downtowu Cast Iron Water Main Replacements City Project No. 105064; �nd VVHEli�AS, Principal binds itsel.f to use stich materials and to sc� construct the Work in 29 accordance tivitl� tlie pla�is, speciiications and Contract Docurnetrts that the VJork is and will reinain 30 fi•ee i'rorn defects in materials or worlcmai�sliip for and during the period of twvo (2} years after the ;1 date oi Final Acceptance of the Work b}� the City ("Maintettance Period"); and 32 33 34 WHLREAS, Principal binds itself ta repair or reconstruct the Work ii� whale or ua part upon receiving notice from the Cif�� ofthe need th�refor at arry time within the Maintenance Period. CI7'�' OF }'OR'I"WORTII 16�2" Duwntown Casl Tron �TJater N1ain Replacemenis 6'I'ANDAItI� C:ONSTRUCTION 5PEC1F1CA7'ION UOCUMENI'S City Yroject VumUer: 105064 Rcvised Decen�ber 8, 202:1 OU 61 19 - � MAINTCNA.�]i:T I�l.)NI? Pagc ? of 3 1 2 3 4 5 6 7 s 9 10 11 12 13 ]4 15 16 17 18 19 20 NO�'�' 1'HER.F,FORfl;, the condit.ion ofthis obligation is suct� thxt if Principal shall remedy any del'ect:ive Work, for whiclz timely iiotice ��as provided by City, to a completion satislactory to the Cit}�, dlen this obligation shall beco�ne null and void; other«�ise to remain in full force and effect. PROVIDED, HC)`i'�V�It, if Principa( slaall fail so to repaii• or reconstrtict any tiKncly taoticed defective Work, il is agreed tliat the City may caasc any and a(I such defective Work to be z•epaired and/or reconstructed �vith all associated costs thereof beins borne by tlle Principal and the 5i.irety under tliis Maintenance bond; and PROVIDEll FLTRTHF,It, th�rt if any leial action be filed or� this Boa�d, ��enue shall lie in Tat•rant County, "Texas or tf�e United State� Disirict Court foi• the Northern llistrict of Texas, Fort Woz'th Division; and PRQVTDrD FUItTIiI;R, that this obligation shal] be continnous i�� nature and successive recoveries may be tiad hereon foi- successive breaches, CiTY 011 FOR'T WORTH 16-02" i)o�vntown Cast Iron Water A4ain Replacements S1'ANDARD CONS"I'R1JCl'ION SYECIPICA"110N DOCUn�NTS City Project I�`umt�er. 1050(4 Rcvised Dcccmbcr fi, 20'?; OOGI 19-3 MAINTLNANC;F, B01`U P,�ge 1 of 3 1 [N WIT:NESS VVHHIREOF, the I'��incipal and tl�e Surety have eacll SIGNED and SE:4LED this �. @- 2 instrument by dul,y autliorized agents and off7cers on this the �_Q _, _ day of �_�����C" 3 � 2��_=.- � 4 5 ti 7 8 9 JO 11 12 13 14 15 1G 17 1£ 19 20 ?..1 22 23 74 25 Zfi 77 2$ 29 3 O 31 32 33 34 35 3b 37 AT`I-EST: _tY���-�---� �� c�� (Principal) Secretary Michele S. Lai � ord ��i�itness as to Principa] A"l"f f:S"I': _.. _..__ _ _... (Su ety) SecreYar — �• Witness as to Surety Jolui A. ler PRINCIPAL: William J. Schultz,_Lic. dba _ --.. _ Circle C C�iistn�c.ti9n �on�gany __ BY: ��f/J!G� csc�/� _ _ _ Siguature Teresa S. Skelly, Presideut.. Name and'7'iile Adclress: 500 Tra�runell Fort Worth. TX 76140 SU RI;'1'Y: _..... -- - _.. Mercl��nt _.. . ciin_gC.om���ixy Mutu�tl) BY: _._. . _. _ __ _... _ . . S1allatUi'0 Sheryl A. Klutts, Attorney-in-Fact __ Name and Titic Address: f 700 Westow�n P_arkwa� _ _West Des Moiues,�_592C6,77�_4 'I'clephone Number: 1-800-678-8171 _ _ Einall L1_ddt'eSS: sheryl�(n�joluianiiller�s5o�inc.com 38 *Note; If si�,med by an officer of the Surety Company, there must be on file a certzfied estract 39 froni ihe by-Ia«�s showing that this person has authority to sign such obligation. If 40 Surcty's physical address is diEferettt 1'rom its mailing address, both must be provided. 41 The date of the bi�nd sl�all not l�e pcior ta the datz the Contract is �warded. 42 CIT�' OP FOR'I' l�'ORTH 16-�12" i)o�mnt�wn Casi Iron Wate.r Main 1Zeplucements STANDAKD CONSTRUCIlON SYLCIPICATION DnCi7MEN'I'S City Projcct 1�"umher: 1050G4 Rcvised December S, 1.023 MERC�CANT_5�� BONDING COMPANYr,. POWER OF ATTORNEY Know All Persons By These Presents, lhal MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., bolh being corporations of the State of lowa, d/b/a Merchants National Indemnity Company (in California only) (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, John A Miller; Sheryl A Klutts their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attomey is granled and is signed and sealed by facsimile under and by authorily o( the following By-Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and April 27, 2024 and adopted by lhe Board of Directors of Merchants National Bonding, Inc., on October 16, 2015 and amended on April 27, 2024. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoinl Attomeys-in-Fact, and to authorize them to execute on behal( of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signalure and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Atlorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Departmenl of Transportation. It is fuliy understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least lhirty (30) days prior io the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed ihis 29th day of July � 2024 • �.....,,, .. . , . MERCHANTS BONDING COMPANY MUTUAL '� �P���•Nq<•�''. �� Q�NG �0� •. MERCHANTS NATIONAL BONDING,IINC. ' : y�•pRP�Rq•eo L : Q��?�i�POJ�'•A9`• d/b/a MERCHANTS NATIONAL INDEMNITY COMPANY "2:'2 �o�:p' :�:,_ _o_ 9n`y�� , j�� 2003 ;���j, :a' 1933 b'c: By �� .:d. ,`r, 'y�. ,�:' �lJ� ..��' • ' . 6' •;� . �, '�.W �'•......•��J?•� '.'��Y� ��'� `1.' President STATE OF IOWA �. {.}� ..• •. COUNTY OF DALLAS ss. ���"""'��� � � � � � � � On this 2gth day of July 2024 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seais aKxed lo the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of iheir respective Boards of Directors. ---�--� : • =�-'�_ ,`P��A�S Penni Miller ` ' .'` � o o � Commission Number 787952 � - • • My Commission Expires `\ ` ��`�'A January 20, 2027 ����'`l �� Notary Public (Expiration of notary's commission does not invalidate this instrument) I, Elisabelh Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certi(y that ihe above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this �(7''� day of �—������,L,� ,,��%� ���..����..... . •""' •. ' .�P� 10 Nq < ••,• • • O�NG �p�f•'. . ; � , 'RP�oRq.6'o : � O�� �POq •:°qy. ��::2° �'�;•,2' ;y 'C,� '�.+•...c: �Y :Q: -�- O:�' •►—:._ -o- �� : ' v'•• 2003 ' Z� � y 1933 �' C; Secretary : �'n. . ��`y. ';.d�•. .:.:' .vd�. •a: ���•••.,... • ;,���• '•�� W' • ��• �''`1�. POA 0018 (6/24) •�'"'•��•••�•' '••••••• iV�ERCHANT�S� BONDING COMPANY,�, Mk:RCIIAN-IS RC)Nf)ING COMPANI' (MUTUAL) • MERCI-IANTS NA�fI(�NAL [�ONI�ING, INC. P.O. l3oX 14498 • D[S MOINGS. IOWA 5030G-3498 �(800) G78-8171 �(515) 243-385�4 PAX Please send all notices of claim on this bond to: Mecchants Bonding Company (Mutual) / Merchants National Bonding, lnc. P.O. Bo� 14498 Des Moines, lowa 50306-3498 (515) 243-8171 (800) 678-8171 Physical Address: 6700 Westown Parlcway, West Des Moines, iowa 50266 SUP 0073 TX (2/15) POLICY NUMBER: CPP100051064 COMMERCIAL GENERAL LIABILITY CGL 121 (02 21) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONTRACT OR AGREEMENT - ONGOING OPERATIONS AND PRODUCTS-COMPLETED OPERATIONS (TEXAS LIMITED SOLE NEGLIGENCE) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE (OPTIONAL) Name of Additional Insured Persons or Organizations (As required by written contract or agreement per Paragraph A. below.) Locations of Covered Operations per the written contract or agreement, provided the location is within the "coverage territory".) (Information required to complete this Schedule, if not shown above, will be shown in the Declarations.) A. Section II — Who Is An Insured is amended to include as an additional insured: 1. Any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement in effect during the term of this policy that such person or organization be added as an additional insured on your policy; and 2. Any other person or organization you are required to add as an additional insured under the contract or agreement described in Paragraph 1, above; and 3. The particular person or organization, if any, scheduled above. Such person(s) or organization(s) is an additional insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" occurring after the execution of the contract or agreement described in Paragraph 1. above and caused, in whole or in part, by: a. Your acts or omissions; or b. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured; or c. "Your work" performed for the additional insured and included in the "products-completed operations hazard" if such coverage is specifically required in the written contract or agreement. With respect to liability of the additional insured for "bodily injury" of an employee or agent of a named insured or the employee of a named insured's subcontractor, coverage shall apply for the partial or sole negligence of the additional insured, but only if such coverage is specifically required in the written contract or agreement. However, the insurance afforded to such additional insured(s) described above: a. Only applies to the extent permitted by law; b. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured; CGL 121 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 1 of 2 Copyright 2020 FCCI Insurance Group. QUOTE POLICY NUMBER: CPP100051064 COMMERCIAL GENERAL LIABILITY CGL 121 (02 21) c. Will not be broader than that which is afforded to you under this policy; and d. Nothing herein shall extend the term of this policy. B, The insurance provided to the additional insured does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of 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; or 2. Supervisory, inspection, architectural or engineering activities. C. This insurance is excess over any other valid and collectible insurance available to the additional insured whether on a primary, excess, contingent or any other basis; unless the written contract or agreement requires that this insurance be primary and non-contributory, in which case this insurance will be primary and non-contributory relative to insurance on which the additional insured is a Named Insured. D. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement described in Paragraph A.1.; or 2. Available under the applicable Limits of Insurance; whichever is less. This endorsement shall not increase the applicable Limits of Insurance. E. Section IV — Commercial General Liability Conditions is amended as follows: The Duties In The Event of Occurrence, Offense, Claim or Suit condition is amended to add the following additional conditions applicable to the additional insured: An additional insured under this endorsement must as soon as practicable: 1. Give us written notice of an "occurrence" or an offense which may result in a claim or "suiY' under this insurance, and of any claim or "suiY' that does result; 2. Send us copies of all legal papers received in connection with the claim or "suiY', cooperate with us in the investigation or settlement of the claim or defense against the "suit", and otherwise comply with all policy conditions; and 3. Tender the defense and indemnity of any claim or "suit" to any provider of other insurance which would cover the additional insured for a loss we cover under this endorsement and agree to make available all such other insurance. However, this condition does not affect Paragraph C. above. We have no duty to defend or indemnify an additional insured under this endorsement until we receive from the additional insured written notice of a claim or "suiY'. F. This endorsement does not apply to any additional insured or project that is specifically identified in any other additional insured endorsement attached to the Commercial General Liability Coverage Form. CGL 121 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 2 of 2 Copyright 2020 FCCI Insurance Group. QUOTE Policy #CPP100051064 FIRST CHOICE CONTRACTORS LIABILITY ENDORSEMENT TABLE OF CONTENTS DESCRIPTION PAGE AdditionalInsured Coverage ...................................................................................................................................... 9 BailBonds ................................................................................................................................................................... 9 Blanket Waiver of Subrogation ................................................................................................................................. 14 Bodily Injury and Property Damage ........................................................................................................................... 1 Care, Custody or Control ............................................................................................................................................ 3 Contractors Errors and Omissions ............................................................................................................................. 6 Contractual Liability (Personal & Advertising Injury) .................................................................................................. 2 ElectronicData Liability .............................................................................................................................................. 1 GeneralLiability Conditions ...................................................................................................................................... 13 IncidentalMalpractice ................................................................................................................................................. 9 Insured........................................................................................................................................................................ 9 Limited Product Withdrawal Expense ........................................................................................................................ 3 Limitsof Insurance ................................................................................................................................................... 11 Lossof Earnings ......................................................................................................................................................... 9 LostKey Coverage ..................................................................................................................................................... 8 Newly Formed or Acquired Organizations ............................................................................................................... 11 Non-Owned Watercraft ............................................................................................................................................... 1 Property Damage Liability — Borrowed Equipment .................................................................................................... 1 TenanYs Property and Premises Rented To You ...................................................................................................... 8 VoluntaryProperty Damage ....................................................................................................................................... 2 QUOTE Policy #CPP100051064 COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY, FIRST CHOICE CONTRACTORS LIABILITY ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM NOTE: The following are additions, replacements and amendments to the Commercial General Liability Coverage Form, and will apply unless excluded by separate endorsement(s) to the Commercial General Liability Coverage Form. The COMMERCIAL GENERAL LIABILITY COVERAGE FORM is amended as follows: SECTION I- COVERAGES, COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE is amended as follows: 1. Extended "Property Damage" Exclusion 2.a., Expected or Intended Injury, is replaced with the following: a. "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. 2. Non-owned Watercraft Exclusion 2.g. (2) (a) is replaced with the following: (a) Less than 51 feet long; and 3. Property Damage Liability — Borrowed Equipment The following is added to Exclusion 2.j. (4): Paragraph (4) of this exclusion does not apply to "property damage" to borrowed equipment while at a jobsite and not being used to perform operations. The most we will pay for "property damage" to any one borrowed equipment item under this coverage is $25,000 per "occurrence". The insurance afforded under this provision is excess over any other valid and collectible property insurance (including deductible) available to the insured, whether primary, excess, contingent or on any other basis. 4. Limited Electronic Data Liability Exclusion 2.p. is replaced with the following: p. Electronic Data Damages arising out of 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. The most we will pay under Coverage A for "property damage" because of all loss of "electronic data" arising out of any one "occurrence" is $10,000. We have no duty to investigate or defend claims or "suits" covered by this Limited Electronic Data Liability coverage. The following definition is added to SECTION V— DEFINITIONS of the Coverage Form: "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. CGL 088 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 1 of 14 Copyright 2020 FCCI Insurance Group QUOTE COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) For purposes of this Limited Electronic Data Liability coverage, the definition of "Property Damage" in SECTION V— DEFINITIONS of the Coverage Form is replaced by the following: 17. "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; 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 purposes of this insurance, "electronic data" is not tangible property. SECTION I— COVERAGES, COVERAGE B. PERSONAL AND ADVERTISING INJURY LIABILITY is amended as follows: Paragraph 2.e. Exclusions — the Contractual Liability Exclusion is deleted. SECTION I— COVERAGES, the following coverages are added: COVERAGE D. VOLUNTARY PROPERTY DAMAGE 1. Insuring Agreement We will pay, at your request, for "property damage" caused by an "occurrence", to property of others caused by you, or while in your possession, arising out of your business operations. The amount we will pay for damages is described in SECTION III LIMITS OF INSURANCE. 2. Exclusions This insurance does not apply to: "Property Damage" to: a. Property at premises owned, rented, leased or occupied by you; b. Property while in transit; c. Property owned by, rented to, leased to, loaned to, borrowed by, or used by you; d. Premises you sell, give away, or abandon, if the "property damage" arises out of any part of those premises; e. Property caused by or arising out of the "products-completed operations hazard"; f. Motor vehicles; g. "Your product" arising out of it or any part of it; or h. "Your work" arising out of it or any part of it. 3. Deductible We will not pay for loss in any one "occurrence" until the amount of loss exceeds $250. We will then pay the amount of loss in excess of $250 up to the applicable limit of insurance. 4. Cost Factor In the event of a covered loss, you shall, if requested by us, replace the damaged property or furnish the labor and materials necessary for repairs thereto at your actual cost, excluding profit or overhead charges. CGL 088 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 2 of 14 Copyright 2020 FCCI Insurance Group QUOTE COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) The insurance afforded under COVERAGE D is excess over any other valid and collectible property or inland marine insurance (including the deductible applicable to the property or inland marine coverage) available to you whether primary, excess, contingent or any other basis. Coverage D covers unintentional damage or destruction, but does not cover disappearance, theft, or loss of use. The insurance under COVERAGE D does not apply if a loss is paid under COVERAGE E. COVERAGE E. CARE, CUSTODY OR CONTROL 1. Insuring Agreement We will pay those sums that the insured becomes legally obligated to pay as damages because of "property damage" caused by an "occurrence", to property of others while in your care, custody, or control or property of others as to which you are exercising physical control if the "property damage" arises out of your business operations. The amount we will pay for damages is described in SECTION III LIMITS OF INSURANCE. 2. Exclusions This insurance does not apply to: "Property Damage" to: a. Property at premises owned, rented, leased or occupied by you; b. Property while in transit; c. Premises you sell, give away, or abandon, if the "property damage" arises out of any part of those premises; d. Property caused by or arising out of the "products-completed operations hazard"; e. Motor vehicles; f. "Your producY' arising out of it or any part of it; or g. "Your work" arising out of it or any part of it. 3. Deductible We will not pay for loss in any one "occurrence" until the amount of loss exceeds $250. We will then pay the amount of loss in excess of $250 up to the applicable limit of insurance. 4. Cost Factor In the event of a covered loss, you shall, if requested by us, replace the damaged property or furnish the labor and materials necessary for repairs thereto at your actual cost, excluding profit or overhead charges. The insurance afforded under COVERAGE E is excess over any other valid and collectible property or inland marine insurance (including the deductible applicable to the property or inland marine coverage) available to you whether primary, excess, contingent or any other basis. The insurance under COVERAGE E does not apply if a loss is paid under COVERAGE D. COVERAGE F. LIMITED PRODUCT WITHDRAWAL EXPENSE 1. Insuring Agreement a. If you are a"seller", we will reimburse you for "product withdrawal expenses" associated with "your product" incurred because of a"product withdrawal" to which this insurance applies. The amount of such reimbursement is limited as described in SECTION III - LIMITS OF INSURANCE. No other obligation or liability to pay sums or perform acts or services is covered. CGL 088 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 3 of 14 Copyright 2020 FCCI Insurance Group QUOTE COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) a. This insurance applies to a"product withdrawal" only if the "product withdrawal" is initiated in the "coverage territory" during the policy period because: (1) You determine that the "product withdrawal" is necessary; or (2) An authorized government entity has ordered you to conduct a"product withdrawal". c. We will reimburse only those "product withdrawal expenses" which are incurred and reported to us within one year of the date the "product withdrawal" was initiated. d. The initiation of a"product withdrawal" will be deemed to have been made only at the earliest of the following times: (1) When you have announced, in any manner, to the general public, your vendors or to your employees (other than those employees directly involved in making the determination) your decision to conduct a"product withdrawal" This applies regardless of whether the determination to conduct a"product withdrawal" is made by you or is requested by a third party; (2) When you received, either orally or in writing, notification of an order from an authorized government entity to conduct a"product withdrawal; or (3) When a third party has initiated a"product withdrawal" and you communicate agreement with the "product withdrawal", or you announce to the general public, your vendors or to your employees (other than those employees directly involved in making the determination) your decision to participate in the "product withdrawal", whichever comes first. e. "Product withdrawal expenses" incurred to withdraw "your products" which contain: (1) The same "defect" will be deemed to have arisen out of the same "product withdrawal"; or (2) A different "defect" will be deemed to have arisen out of a separate "product withdrawal" if newly determined or ordered in accordance with paragraph 1.b of this coverage. 2. Exclusions This insurance does not apply to "product withdrawal" expenses" arising out of: a. Any "product withdrawal" initiated due to: (1) The failure of "your products" to accomplish their intended purpose, including any breach of warranty of fitness, whether written or implied. This exclusion does not apply if such failure has caused or is reasonably expected to cause "bodily injury" or physical damage to tangible property. (2) Copyright, patent, trade secret or trademark infringements; (3) Transformation of a chemical nature, deterioration or decomposition of "your product", except if it is caused by: (a) An error in manufacturing, design, processing or transportation of "your product"; or (b) "Product tampering". (4) Expiration of the designated shelf life of "your producY'. b. A"product withdrawal", initiated because of a"defecY' in "your producY' known to exist by the Named Insured or the Named Insured's "executive officers", prior to the inception date of this Coverage Part or prior to the time "your product" leaves your control or possession. c. Recall of any specific products for which "bodily injury" or "property damage" is excluded under Coverage A- Bodily Injury And Property Damage Liability by endorsement. d. Recall of "your products" which have been banned from the market by an authorized government entity prior to the policy period. e. The defense of a claim or "suit" against you for "product withdrawal expenses". CGL 088 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 4 of 14 Copyright 2020 FCCI Insurance Group QUOTE COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) 3. For the purposes of the insurance afforded under COVERAGE F, the following is added to 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit Condition under SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS: e. Duties In The Event Of A"Defect" Or A"Product Withdrawal" (1) You must see to it that we are notified as soon as practicable of any actual, suspected or threatened "defect" in "your products", or any governmental investigation, that may result in a "product withdrawal". To the extent possible, notice should include: (a) How, when and where the "defecY' was discovered; (b) The names and addresses of any injured persons and witnesses; and (c) The nature, location and circumstances of any injury or damage arising out of use or consumption of "your producY'. (2) If a"product withdrawal" is initiated, you must: (a) Immediately record the specifics of the "product withdrawal" and the date it was initiated; (b) Send us written notice of the "product withdrawal" as soon as practicable; and (c) Not release, consign, ship or distribute by any other method, any product, or like or similar products, with an actual, suspected or threatened defect. (3) You and any other involved insured must: (a) Immediately send us copies of pertinent correspondence received in connection with the "product withdrawal"; (b) Authorize us to obtain records and other information; and (c) Cooperate with us in our investigation of the "product withdrawal". 4. For the purposes of this Coverage F, the following definitions are added to the Definitions Section: a. "DefecY' means a defect, deficiency or inadequacy that creates a dangerous condition. b. "Product tampering" is an act of intentional alteration of "your producY' which may cause or has caused "bodily injury" or physical injury to tangible property. When "product tampering" is known, suspected or threatened, a"product withdrawal" will not be limited to those batches of "your producY' which are known or suspected to have been tampered with. c. "Product withdrawal" means the recall or withdrawal of "your products", or products which contain "your products", from the market or from use, by any other person or organization, because of a known or suspected "defect" in "your product", or a known or suspected "product tampering", which has caused or is reasonably expected to cause "bodily injury" or physical injury to tangible property. d. "Product withdrawal expenses" means those reasonable and necessary extra expenses, listed below paid and directly related to a"product withdrawal": (1) Costs of notification; (2) Costs of stationery, envelopes, production of announcements and postage or facsimiles; (3) Costs of overtime paid to your regular non-salaried employees and costs incurred by your employees, including costs of transportation and accommodations; (4) Costs of computer time; (5) Costs of hiring independent contractors and other temporary employees; (6) Costs of transportation, shipping or packaging; (7) Costs of warehouse or storage space; or CGL 088 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 5 of 14 Copyright 2020 FCCI Insurance Group QUOTE COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) (8) Costs of proper disposal of "your products", or products that contain "your products", that cannot be reused, not exceeding your purchase price or your cost to produce the products; but "product withdrawal expenses" does not include costs of the replacement, repair or redesign of "your producY', or the costs of regaining your market share, goodwill, revenue or profit. e. "Seller" means a person or organization that manufactures, sells or distributes goods or products. "Seller" does not include a"contractor" as defined elsewhere in this endorsement. The insurance under COVERAGE F does not apply if a loss is paid under COVERAGE G. COVERAGE G. CONTRACTORS ERRORS AND OMISSIONS 1. Insuring Agreement If you are a"contractor", we will pay those sums that you become legally obligated to pay as damages because of "property damage" to "your product", "your work" or "impaired property", due to faulty workmanship, material or design, or products including consequential loss, to which this insurance applies. The damages must have resulted from your negligent act, error or omission while acting in your business capacity as a contractor or subcontractor or from a defect in material or a product sotd or installed by you while acting in this capacity. The amount we will pay for damages is described in SECTION III LIMITS OF INSURANCE. We have no duty to investigate or defend claims or "suits" covered by this Contractors Errors or Omissions coverage. This coverage applies only if the "property damage" occurs in the "coverage territory" during the policy period. This coverage does not apply to additional insureds, if any. Supplementary Payments — Coverage A and B do not apply to Coverage G. Contractors Errors and Omissions. 2. Exclusions This insurance does not apply to: a. "Bodily injury" or "personal and advertising injury". b. Liability or penalties arising from a delay or failure to complete a contract or project, or to complete a contract or project on time. c. Liability because of an error or omission: (1) In the preparation of estimates or job costs; (2) Where cost estimates are exceeded; (3) In the preparation of estimates of profit or return on capital; (4) In advising or failure to advise on financing of the work or project; or (5) In advising or failing to advise on any legal work, title checks, form of insurance or suretyship. d. Any liability which arises out of any actual or alleged infringement of copyright or trademark or trade dress or patent, unfair competition or piracy, or theft or wrongful taking of concepts or intellectual property. e. Any liability for damages: (1) From the intentional dishonest, fraudulent, malicious or criminal acts of the Named Insured, or by any partner, member of a limited liability company, or executive officer, or at the direction of any of them; or (2) Which is in fact expected or intended by the insured, even if the injury or damage is of a different degree or type than actually expected or intended. CGL 088 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 6 of 14 Copyright 2020 FCCI Insurance Group �UOTE COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) f. Any liability arising out of manufacturer's warranties or guarantees whether express or implied. g. Any liability arising from "property damage" to property owned by, rented or leased to the insured. h. Any liability incurred or "property damage" which occurs, in whole or in part, before you have completed "your work." "Your work" will be deemed completed at the earliest of the following times: (1) When all of the work called for in your contract or work order has been completed; (2) When all the work to be done at the job site has been completed if your contract calls for work at more than one job site; or (3) When that part of the work done at a job site has been put to its intended use by any person or organization other than another contractor or subcontractor working on the same project. Work that may need service or maintenance, correction, repair or replacement, but which is otherwise complete, will be treated as complete. i. Any liability arising from "property damage" to products that are still in your physical possession. j. Any liability arising out of the rendering of or failure to render any professional services by you or on your behalf, but only with respect to either or both of the following operations: (1) Providing engineering, architectural or surveying services to others; and (2) Providing or hiring independent professionals to provide engineering, architectural or surveying services in connection with construction work you perform. Professional services include the preparing, approving or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders, or drawings and specifications. Professional services also include supervisory or inspection activities perFormed as part of any related architectural or engineering activities. But, professional services do not include services within construction means, methods, techniques, sequences and procedures employed by you in connection with construction work you perform. k. Your loss of profit or expected profit and any liability arising therefrom. I. "Property damage" to property other than "your product," "your work" or "impaired property." m. Any liability arising from claims or "suits" where the right of action against the insured has been relinquished or waived. n. Any liability for "property damage" to "your work" if the damaged work or the work out of which the damage arises was performed on your behalf by a subcontractor. o. Any liability arising from the substitution of a material or product for one specified on blueprints, work orders, contracts or engineering specifications unless there has been written authorization, or unless the blueprints, work orders, contracts or engineering specifications were written by you, and you have authorized the changes. p. Liability of others assumed by the insured under any contract or agreement, whether oral or in writing. This exclusion does not apply to liability for damages that the insured would have in the absence of the contract or agreement. 3. For the purposes of Coverage G, the following definition is added to the Definitions section: a. "Contractor" means a person or organization engaged in activities of building, clearing, filing, excavating or improvement in the size, use or appearance of any structure or land. "Contractor" does not include a"seller" as defined elsewhere in this endorsement. 4. Deductible We will not pay for loss in any one "occurrence" until the amount of loss exceeds $250. The limits of insurance will not be reduced by the application of the deductible amount. CGL 088 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 7 of 14 Copyright 2020 FCCI Insurance Group QUOTE COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) We may pay any part or all of the deductible amount to effect settlement of any claim or "suit", and upon notification of the action taken, you shall promptly reimburse us for such part of the deductible amount as has been paid by us. 5. Cost Factor In the event of a covered loss, you shall, if requested by us, replace the damaged property or furnish the labor and materials necessary for repairs thereto at your actual cost, excluding profit or overhead charges. The insurance under COVERAGE G does not apply if a loss is paid under COVERAGE F, COVERAGE H. LOST KEY COVERAGE 1. Insuring Agreement We will pay those sums, subject to the limits of liability described in SECTION III LIMITS OF INSURANCE in this endorsement and the deductible shown below, that you become legally obligated to pay as damages caused by an "occurrence" and due to the loss or mysterious disappearance of keys entrusted to or in the care, custody or control of you or your "employees" or anyone acting on your behalf. The damages covered by this endorsement are limited to the: a. Actual cost of the keys; b. Cost to adjust locks to accept new keys; or c. Cost of new locks, if required, including the cost of installation. 2. Exclusions This insurance does not apply to: a. Keys owned by any insured, employees of any insured, or anyone acting on behalf of any insured; b. Any resulting loss of use; or c. Any of the following acts by any insured, employees of any insured, or anyone acting on behalf of any insured: 1) Misappropriation; 2) Concealment; 3) Conversion; 4) Fraud; or 5) Dishonesty. 3. Deductible We will not pay for loss in any one "occurrence" until the amount of loss exceeds $1,000. The limits of insurance will not be reduced by the application of the deductible amount. We may pay any part or all of the deductible amount to effect settlement of any claim or "suiY' and, upon notification of the action taken, you shall promptly reimburse us for such part of the deductible amount as has been paid by us. EXPANDED COVERAGE FOR TENANT'S PROPERTY AND PREMISES RENTED TO YOU The first paragraph after subparagraph (6) in Exclusion j., Damage to Property is amended to read as follows: Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" (other than damage by fire) to premises, including the contents of such premises, rented to you. A separate limit of insurance applies to Damage To Premises Rented To You as described in Section III — Limits Of Insurance, CGL 088 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 8 of 14 Copyright 2020 FCCI Insurance Group (]UOTE COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) SECTION I- COVERAGES, SUPPLEMENTARY PAYMENTS — COVERAGE A and B is amended as follows: All references to SUPPLEMENTARY PAYMENTS — COVERAGES A and B are amended to SUPPLEMENTARY PAYMENTS — COVERAGES A, B, D, E, G, and H. 1. Cost of Bail Bonds Paragraph 1.b. is replaced with the following: b. Up to $2,500 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. 2. Loss of Earnings Paragraph 1.d. is replaced with the following: d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suiY', including actual loss of earnings up to $500 a day because of time off from work. SECTION II — WHO IS AN INSURED is amended as follows: 1. Incidental Malpractice Paragraph 2.a.(1)(d) is replaced with the following: (d) Arising out of his or her providing or failing to provide professional health care services. However, this exclusion does not apply to a nurse, emergency medical technician or paramedic employed by you to provide medical services, unless: (i) You are engaged in the occupation or business of providing or offering medical, surgical, dental, x-ray or nursing services, treatment, advice or instruction; or (ii) The "employee" has another insurance that would also cover claims arising under this provision, whether the other insurance is primary, excess, contingent or on any other basis. 2. Broadened Who Is An Insured The following are added to Paragraph 2.: Subsidiaries e. Your subsidiaries if: (1) They are legally incorporated entities; and (2) You own more than 50% of the voting stock in such subsidiaries as of the effective date of this policy. If such subsidiaries are not shown in the Declarations, you must report them to us within 180 days of the inception of your original policy. Additional Insureds f. Any person or organization described in paragraphs g. through k. below whom you are required to add as an additional insured on this policy under a written contract or agreement in effect during the term of this policy, provided the written contract or agreement was executed prior to the "bodily injury", "property damage" or "personal and advertising injury" for which the additional insured seeks coverage. However, the insurance afforded to such additional insured(s): (1) Only applies to the extent permitted by law; (2) Will not be broader than that which you are required by the contract or agreement to provide for such additional insured; (3) Will not be broader than that which is afforded to you under this policy; (4) Is subject to the conditions described in paragraphs g. through k. below; and (5) Nothing herein shall extend the term of this policy. CGL 088 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 9 of 14 Copyright 2020 FCCI Insurance Group QUOTE COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) g. Owner, Lessor or Manager of Premises If the additional insured is an owner, lessor or manager of premises, such person or organization shall be covered only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by you or those acting on your behalf in connection with the ownership, maintenance or use of that part of any premises leased to you and subject to the following additional exclusions: (1) Any "occurrence" that takes place after you cease to occupy those premises; or (2) Structural alterations, new construction or demolition operations performed by or on behalf of such person or organization. h. State or Governmental Agency or Subdivision or Political Subdivision — Permits or Authorizations If the additional insured is the state or any political subdivision, the state or political subdivision shall be covered only with respect to operations performed by you or on your behalf for which the state or political subdivision has issued a permit or authorization. This insurance does not apply to: (1) "Bodily injury", "property damage", or "personal and advertising injury" arising out of operations performed for the federal government, state or municipality; or (2) "Bodily injury" or "property damage" included within the "products-completed operations hazard". i. Lessor of Leased Equipment If the additional insured is a lessor of leased equipment, such lessor shall be covered only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your maintenance, operation or use of equipment leased to you by such person(s) or organization(s). With respect to the insurance afforded to these additional insureds, this insurance does not apply to any "occurrence" which takes place after the equipment lease expires. j. Mortgagee, Assignee, or Receiver If the additional Insured is a mortgagee, assignee, or receiver of premises, such mortgagee, assignee or receiver of premises is an additional insured only with respect to their liability as mortgagee, assignee, or receiver and arising out of the ownership, maintenance, or use of the premises by you. This insurance does not apply to structural alterations, new construction and demolition operations performed by or for that person or organization. k. Vendor If the additional insured is a vendor, such vendor is an additional insured only with respect to liability for "bodily injury" or "property damage" caused by "your products" which are distributed or sold in the regular course of the vendor's business, subject to the following additional exclusions: (1) The insurance afforded to the vendor does not apply to: (a) "Bodily injury" or "property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have in absence of the contract or agreement. (b) Any express warranty unauthorized by you; (c) Any physical or chemical change in "your producY' made intentionally by the vendor; (d) Repackaging, unless unpacked solely for the purpose of inspection, demonstration, testing, or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container; (e) Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products; CGL 088 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 10 of 14 Copyright 2020 FCCI Insurance Group GUOTE COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) (f) Demonstration, installation, servicing or repair operations, except such operations pertormed at the vendor's premises in connection with the sale of the product; (g) Products which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor; or (h) "Bodily injury" or "property damage" arising out of the sole negligence of the vendor for its own acts or omissions or those of its own acts or omissions or those of its employees or anyone else acting on its behalf. However, this exclusion does not apply to: i. The exceptions contained in Subparagraphs d, or f,; or ii. Such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products. (2) This insurance does not apply to any insured person or organization, from whom you have acquired such products, or any ingredient, part or container, entering into, accompanying or containing such products. 3. Newly Formed or Acquired Organizations Paragraph 3, is amended as follows: a. Coverage under this provision is afforded until the end of the policy period. d. Coverage A does not apply to product recall expense arising out of any withdrawal or recall that occurred before you acquired or formed the organization. SECTION III — LIMITS OF INSURANCE is amended as follows: 1. Paragraph 2. is replaced with the following: 2. The General Aggregate Limit is the most we will pay for the sum of: a. Medical expenses under Coverage C; b. Damages under Coverage A, except damages because of "bodily injury" or "property damage" included in the "products-completed operations hazard"; c. Damages under Coverage B; d. Voluntary "property damage" payments under Coverage D; e. Care, Custody or Control damages under Coverage E.; and f. Lost Key Coverage under Coverage H. 2. Paragraph 5. is replaced with the following: 5. Subject to Paragraph 2. or 3. above, whichever applies, the Each Occurrence Limit is the most we will pay for the sum of: a. Damages under Coverage A; b. Medical expenses under Coverage C; c. Voluntary "property damage" payments under Coverage D; d. Care, Custody or Control damages under Coverage E; e. Limited Product Withdrawal Expense under Coverage F; f. Contractors Errors and Omissions under Coverage G.; and, g. Lost Key Coverage under Coverage H. because of all "bodily injury" and "property damage" arising out of any one "occurrence". 3. Paragraph 6. is replaced with the following: CGL 088 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 11 of 14 Copyright 2020 FCCI Insurance Group QuorE COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) 6. Subject to Paragraph 5. above the Damage To Premises Rented To You Limit is the most we will pay under Coverage A for damages because of "property damage" to any one premises, while rented to you, or in the case of damage by fire or explosion, while rented to you or temporarily occupied by you with permission of the owner. The Damage to Premises Rented to You Limit is the higher of the Each Occurrence Limit shown in the Declarations or the amount shown in the Declarations as Damage To Premises Rented To You Limit. 4. Paragraph 7. is replaced with the following: 7. Subject to Paragraph 5, above, the higher of $10,000 or the Medical Expense Limit shown in the Declarations is the most we will pay under Coverage C for all medical expenses because of "bodily injury" sustained by any one person. 5. Paragraph 8, is added as follows: 8. Subject to Paragraph 5. above, the most we will pay under Coverage D. Voluntary Property Damage for loss arising out of any one "occurrence" is $1,500. The most we will pay in any one-policy period, regardless of the number of claims made or suits brought, is $3,000. 6. Paragraph 9. is added as follows: 9. Subject to Paragraph 5. above, the most we will pay under Coverage E. Care, Custody or Control for "property damage" arising out of any one "occurrence" is $1,000. The most we will pay in any one-policy period, regardless of the number of claims made or suits brought, is $5,000. 7. Paragraph 10. is added as follows: 10. Subject to Paragraph 5. above, the most we will pay under Coverage F. Limited Product Withdrawal Expense for "product withdrawal expenses" in any one-policy period, regardless of the number of insureds, "product withdrawals" initiated or number of "your products" withdrawn is $10,000. 8, Paragraph 11, is added as follows: 11. Subject to Paragraph 5. above, the most we will pay under Coverage G. Contractors Errors and Omissions for damage in any one-policy period, regardless of the number of insureds, claims or "suits" brought, or persons or organizations making claim or bringing "suits" is $10,000, For errors in contract or job specifications or in recommendations of products or materials to be used, this policy will not pay for additional costs of products and materials to be used that would not have been incurred had the correct recommendations or specifications been made. 9. Paragraph 12, is added as follows: 12. Subject to Paragraph 5. above, the most we will pay under Coverage H., Lost Key Coverage for damages arising out of any one occurrence is $50,000. 10. Paragraph 13. is added as follows: 13. The General Aggregate Limit applies separately to: a. Each of your projects away from premises owned by or rented to you; or b. Each "location" owned by or rented to you. "Location" as used in this paragraph means premises involving the same or connecting lots, or premises whose connection is interrupted only by a street, roadway, waterway or right-of-way of a railroad. 11. Paragraph 14. is added as follows: 14. With respect to the insurance afforded to any additional insured provided coverage under this endorsement: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: CGL 088 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 12 of 14 Copyright 2020 FCCI Insurance Group QUOTE COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) a. Required by the contract or agreement; or b, Available under the applicable Limits of Insurance; whichever is less. This endorsement shall not increase the applicable Limits of Insurance. SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: 1. Subparagraph 2.a. of Duties In The Event Of Occurrence, Offense, Claim, or Suit is replaced with the following: a. You must see to it that we are notified as soon as practicable of an "occurrence" or an offense which may result in a claim. This requirement applies only when the "occurrence" or offense is known to the following: (1) An individual who is the sole owner; (2) A partner, if you are a partnership or joint venture; (3) An "executive officer" or insurance manager, if you are a corporation; (4) A manager, if you are a limited liability company; (5) A person or organization having proper temporary custody of your property if you die; (6) The legal representative of you if you die; or (7) A person (other than an "employee") or an organization while acting as your real estate manager. To the extent possible, notice should include: (1) How, when and where the "occurrence" or offense took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the "occurrence" or offense. 2. The following is added to Subparagraph 2.b. of Duties In The Event Of Occurrence, Offense, Claim, or Suit: The requirement in 2.b.applies only when the "occurrence" or offense is known to the following: (1) An individual who is the sole owner; (2) A partner or insurance manager, if you are a partnership or joint venture; (3) An "executive officer" or insurance manager, if you are a corporation; (4) A manager or insurance manager, if you are a limited liability company; (5) Your officials, trustees, board members or insurance manager, if you are a not-for-profit organization; (6) A person or organization having proper temporary custody of your property if you die; (7) The legal representative of you if you die; or (8) A person (other than an "employee") or an organization while acting as your real estate manager. 3. The following is added to paragraph 2. of Duties in the Event of Occurrence, Offense, Claim or Suit: e. If you report an "occurrence" to your workers compensation carrier that develops into a liability claim for which coverage is provided by the Coverage Form, failure to report such an "occurrence" to us at the time of the "occurrence" shall not be deemed a violation of paragraphs a., b., and c. above. However, you shall give written notice of this "occurrence" to us as soon as you become aware that this "occurrence" may be a liability claim rather than a workers compensation claim. CGL 088 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 13 of 14 Copyright 2020 FCCI Insurance Group QUOTE COMMERCIAL GENERAL LIABILITY CGL 088 (02 21) 4. Paragraph 6, is replaced with the following: 6. Representations By accepting this policy, you agree: a. The statements in the Declarations are accurate and complete; b. Those statements are based upon representations you made to us; and c. We have issued this policy in reliance upon your representations. Any error or omission in the description of, or failure to completely describe or disclose any premises, operations or products intended to be covered by the Coverage Form will not invalidate or affect coverage for those premises, operations or products, provided such error or omission or failure to completely describe or disclose premises, operations or products was not intentional. You must report such error or omission to us as soon as practicable after its discovery. However, this provision does not affect our right to collect additional premium charges or exercise our right of cancellation or nonrenewal. 5. The following is added to paragraph 8. Transfer Of Rights Of Recovery Against Others To Us: We waive any right of recovery against any person or organization, because of any payment we make under this Coverage Part, to whom the insured has waived its right of recovery in a written contract or agreement. Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person or organization prior to loss. 6. Paragraph 10, is added as follows: 10. Liberalization If we revise this Coverage Form to provide more coverage without additional premium charge, your policy will automatically provide the additional coverage as of the day the revision is effective in the applicable state(s). CGL 088 (02 21) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 14 of 14 Copyright 2020 FCCI Insurance Group �UOTE Policy #CPP100051064 COMMERCIAL GENERAL LIABILITY CG 20 01 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance (2) You have agreed in writing in a contract or Condition and supersedes any provision to the agreement that this insurance would be contrary: primary and would not seek contribution Primary And Noncontributory Insurance from any other insurance available to the additional insured. This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and CG 20 01 12 19 O Insurance Services Office, Inc., 2018 Page 1 of 1 Insured Copy POLICY NUMBER: CA100051065 AUTO FIRST CHOICE COVERAGE ENDORSEMENT TABLE OF CONTENTS DESCRIPTION PAGE AirbagCoverage ........................................................................................................................................................3 AutoLoan/Lease Gap Coverage ...............................................................................................................................3 BroadForm Insured ...................................................................................................................................................1 Concealment, Misrepresentation or Fraud ................................................................................................................4 Deductible..................................................................................................................................................................3 Duties in the Event of Accident, Claim, Suit or Loss .................................................................................................4 FellowEmployee ................................................................................................................:......................................2 Fire Department Service Charge ...............................................................................................................................2 Other Insurance for Hired Auto Physical Damage Coverage ...................................................................................4 Lossof Earnings ........................................................................................................................................................2 Lossof Use Expenses ...............................................................................................................................................2 SupplementaryPayments .........................................................................................................................................2 Transfer of Rights of Recovery against Others to Us ...............................................................................................4 TransportationExpenses ..........................................................................................................................................2 Policy #CA100051065 COMMERCIAL AUTO CAU 058 (10 22) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTO FIRST CHOICE COVERAGE ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM NOTE: The following are additions, replacements and amendments to the Business Auto Coverage Form, and will apply unless excluded by separate endorsement(s) to the Business Auto Coverage Form. With respect to coverages provided by this endorsement, the provisions of the Business Auto Coverage Form apply unless modified by this endorsement. The Business Auto Coverage Form is amended as follows: SECTION II — COVERED AUTOS LIABILITY COVERAGE is amended as follows: A. Paragraph 1. Who Is An Insured in section A. Coverage is amended by the addition of the following: d. Any legally incorporated subsidiary of yours in which you own more than 50% of the voting stock on the effective date of this coverage form, However, "insured" does not include any subsidiary that is an "insured" under any other liability policy or would be an "insured" under such a policy but for its termination or the exhaustion of its limits of insurance. In order for such subsidiaries to be considered insured under this policy, you must notify us of such subsidiaries within 60 days of policy effective date. e. Any organization you newly acquire or form during the policy period, other than a partnership or joint venture, and over which you maintain sole ownership or a majority interest. However, coverage under this provision: (1) Does not apply if the organization you acquire or form is an "insured" under another liability policy or would be an "insured" under such a policy but for its termination or the exhaustion of its limits of insurance; (2) Does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; and (3) Is afforded only for the first 90 days after you acquire or form the organization or until the end of the policy period, whichever comes first. f. Any person or organization who is required under a written contract or agreement between you and that person or organization, that is signed and executed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy period, to be named as an additional insured is an "insured" for Liability Coverage, but only for damages to which this insurance applies and only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Section II. g. Any "employee" of yours using: (1) a covered "auto" you do not own, hire or borrow, or a covered "auto" not owned by an "employee" or a member of his or her household, while performing duties related to the conduct of your business or your personal affairs; or (2) 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. However, your "employee" does not qualify as an insured under this paragraph (2) while using a covered "auto" rented from you or from any member of the "employee's" household h. Your members, if you are a limited liability company, while using a covered "auto" you do not own, hire or borrow, while performing duties related to the conduct of your business or your personal affairs. CAU 058 (10 22) Includes copyrighted material of the Insurance Services Office, �nc., with its permission. Page 1 of 4 Copyright 2021 FCCI Insurance Group COMMERCIAL AUTO CAU 058 (10 22) B. Paragraphs (2) and (4) under section 2. Coverage Extensions, a. Supplementary Payments are deleted and replaced by the following: (2) Up to $3,000 for cost of bail bonds (including bonds for related traffic violations) required because of an "accidenY' we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" solely at our request, including actual loss of earnings up to $500 a day because of time off from work. C. Paragraph 5. under section B. Exclusions is deleted and replaced by the following: 5. Fellow Employee "Bodily injury" to: a. Any fellow "employee" of the "insured" arising out of and in the course of a fellow "employee's" employment or while performing duties related to the conduct of your business. However, this exclusion does not apply to your "employees" that are officers or managers if the "bodily injury" results from the use of a covered "auto" you own, hire or borrow. Coverage is excess over any other collectible insurance; or b. The spouse, child, parent, brother or sister of that fellow "employee" as a consequence of Paragraph a. above. SECTION III — PHYSICAL DAMAGE COVERAGE is amended as follows: •A. Paragraph 4. Coverage Extensions under section A. Coverage is deleted and replaced by the following: 4. Coverage Extensions a. Transportation Expenses We will pay up to $50 per day to a total maximum of $1,500 for temporary transportation expense incurred by you due to covered loss to any covered auto. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes Of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 24 hours after a loss and ending, regardless of the policy's expiration, when the covered "auto" is returned to use or we pay for its "loss". b. Loss of Use Expenses For Hired Auto Physical Damage, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver under a written rental contract or agreement. We will pay for loss of use expenses if caused by: (1) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for hired "autos"; (2) Specified Causes of Loss only if the Declarations indicate that Specified Causes of Loss Coverage is provided for hired "autos"; or (3) Collision only if the Declarations indicate that Collision Coverage is provided for hired "autos". However, the most we will pay for any expenses for loss of use to any one vehicle is $75 per day, to a total maximum of $1,500. B. The following is added to paragraph 4. Coverage Extensions under section A. Coverage: c. Fire Department Service Charge When a fire department is called to save or protect a covered "auto", its equipment, its contents, or occupants from a covered cause of loss, we will pay up to $1,000 for your liability for fire department service charges assumed by contractor or agreement prior to loss. No deductible applies to this additional coverage. CAU 058 (10 22) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 2 of 4 Copyright 2021 FCCI Insurance Group COMMERCIAL AUTO CAU 058 (10 22) d. Auto LoanlLease Gap Coverage The following provisions apply: (1) If a long term leased "auto", under an original lease agreement, is a covered "auto" under this coverage form and the lessor of the covered "auto" is named as an additional insured under this policy, in the event of a total loss to the leased covered "auto", we will pay any unpaid amount due on the lease, less the amount paid under the Physical Damage Coverage Section of the policy; and less any: (a) Overdue lease or loan payments including penalties, interest, or other charges resulting from overdue payments at the time of the "loss"; (b) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (c) Security deposits not refunded by the lessor; (d) Costs for extended warranties, Credit Life Insurance, Health Accident or Disability Insurance purchased with the loan or lease; and (e) Carry-over balances from previous loans or leases. (2) If an owned "auto" is a covered "auto" under this coverage form and the loss payee of the covered "auto" is named a loss payee under this policy, in the event of a total loss to the covered "auto", we will pay any unpaid amount due on the loan, less the amount paid under the Physical Damage Coverage Section of the policy; and less any; (a) Overdue loan payments at the time of the "loss"; (b) Costs for extended warranties, Credit Life Insurance, Health Accident or Disability Insurance purchased with the loan; and (c) Carry-over balances from previous loans. C. Paragraph 3. under section B. Exclusions is deleted and replaced by the following: 3. We will not pay for "loss" due and confined to: a. Wear and tear, freezing, mechanical or electrical breakdown b. Blowouts, punctures or other road damage to tires This exclusion does not apply to such "loss" resulting from the total theft of a covered "auto". However, this exclusion does not include the discharge of an airbag in a covered "auto" you own that inflates due to a cause other than a cause of "loss" set forth in Paragraphs A.1.b and A.1.c.but only: a. If that "auto" is a covered "auto" for Comprehensive Coverage under this policy; b. The airbags are not covered under any warranty; and c. The airbags were not intentionally inflated We will pay up to a maximum of $1,000 for any one "loss". D. Section D. Deductible is deleted and replaced by the following: D. Deductible For each covered "auto", our obligation to pay for, repair, return or replace damaged or stolen property will be reduced by the applicable deductible shown in the Declarations prior to the application of the Limit of Insurance provided that: 1. The Comprehensive or Specified Causes of Loss Coverage deductible applies only to "loss" caused by: a. Theft or mischief or vandalism; or b. All perils. CAU 058 (10 22) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 3 of 4 Copyright 2021 FCCI Insurance Group COMMERCIAL AUTO CAU 058 (10 22) 2. Regardless of the number of covered "autos" damaged or stolen, the maximum deductible applicable for all "loss" in any one event caused by: a. Theft or mischief or vandalism; or b. All perils; will be equal to five times the highest deductible applicable to any one covered "auto" on the Policy for Comprehensive or Specified Causes of Loss Coverage. The application of the highest deductible used to calculate the maximum deductible will be made regardless of which covered "autos" were damaged or stolen in the "loss". 3. Any Comprehensive Coverage deductible shown in the Declarations does not apply to: a. "Loss" arising out of theft of your vehicle if your vehicle is equipped with an active GPS tracking system. b. Glass damage if repaired rather than replaced. SECTION IV — BUSINESS AUTO CONDITIONS is amended as follows: A. The following is added to paragraph a. under section A. Loss Conditions, 2. Duties in the Event of Accident, Claim, Suit or Loss: This duty applies when the "accident", claim, "suiY' or "loss" is first known to: (a) You, if you are an individual; (b) A partner, if you are a partnership; (c) An executive officer or insurance manager, if you are a corporation; or (d) A member or manager, if you are a limited liability company. B. Condition 5. Transfer of Rights of Recovery against Others to Us under section A. Loss Conditions is deleted and replaced by the following: 5. Transfer of Rights of Recovery against Others to Us If a person or organization to or for whom we make payment under this coverage form has rights to recover damages from another, those rights are transferred to us. That person or organization must do everything necessary to secure our rights and must do nothing after "accidenY' or "loss" to impair them. However, if the insured has waived rights to recover through a written contract, or if your work was commenced under a letter of intent or work order, subject to a subsequent reduction in writing of such a waiver with customers whose customary contracts require a waiver, we waive any right of recovery we may have under this coverage form, C. The following is added to Condition 2. Concealment, Misrepresentation or Fraud under section B. General Conditions: However, if you unintentionally fail to disclose any hazards at the inception of your policy, we will not deny coverage under this coverage form because of such failure. This provision does not affect our right to collect additional premium or exercise our right of cancellation or non-renewal. D. Paragraph b. of Condition 5. Other Insurance under section B. General Conditions is deleted and replaced by the following: b. For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos" you own; (1) Any covered "auto" you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented by your "employee" under a contract in that individual "employee's" name, with your permission, while performing duties related to the conduct of your business. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto", nor is any "auto" you hire from any of your "employees", partners (if you are a partnership), members (if you are a limited liability company), or members of their households. CAU 058 (10 22) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 4 of 4 Copyright 2021 FCCI Insurance Group Policy #CA100051065 COMMERCIAL AUTOMOBILE CAU 082 (01 15) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTOMATIC INSURED - BUSINESS AUTO POLICY PRIMARY/NON-CONTRIBUTING WHEN REQUIRED BY CONTRACT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM This endorsement is subject to the terms, conditions, exclusions and any other provisions of the BUSINESS AUTO COVERAGE FORM or any endorsement attached thereto unless changes or additions are indicated below. For the purpose of this endorsement, Section II.A.1. Who Is An Insured is amended by adding the following: 1. Any person or organization when you and such person have agreed in writing in a contract signed and executed by you prior to the loss for which coverage is sought, that such person or organization be added as an "insured" on your auto policy. Such person or organization shall be an "insured" to the extent your negligent actions or omissions impose liability on such "insured" without fault on its part. 2. This insurance is primary and non-contributory to other liability coverages of the person or organization being added to this policy as an "insured" when so required in a written contract or agreement that is executed prior to the loss for which coverage is sought. CAU 082 (01 15) Includes copyrighted material of the Insurance Services Office, Inc., with its permission. Page 1 of 1 Copyright 2015 FCCI Insurance Group. a X Ut a u 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 endorsemeni changes the policy to which it is attached effeciive 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, effeclive on 8/12/24 at 12:01 a.m. standard lime, forms a part of: Policy no. 0002051085 of Texas Mutual Insurance Company effective on 8/12/24 Issued to: WILLIAM J SCHULTZ INC DBA: CIRCLE C CONSTRUCTION COMPANY This is not a bill NCCI Carrier Code: 29939 .���� Authorized representative eisaa PO Box 12058, Austin, TX 78711-2058 1 of 1 texasmutual.com �(800) 859-5995 � Fax (800) 359-0650 WC 42 03 04 B 00 61 25 - 1 CERTIF[CATE OF INSURANCE Page 1 of 1 SECTION 00 61 25 CERTIFICATE OF INSURANCE END OF SECTION C[TY OF FORT WORTH Do�mto�vn Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPEC[FICAT[ON DOCUMENTS City Project Numbe�: 105064 Revised February 14, 201II 00 61 25 - 1 CERTIFICATE OF INSURANCE Page 1 of 1 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 SECTION 00 61 25 CERTIFICATE OF INSURANCE END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 STANDAR D GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 – Definitions and Terminology .......................................................................................................... 1 1.01 Defined Ter ms............................................................................................................................... 1 1.02 Terminology .................................................................................................................................. 6 Article 2 – Preliminar y Matters ......................................................................................................................... 7 2.01 Copies of Document s .................................................................................................................... 7 2.02 Commencement of Contract Time; Notice to Proceed ................................................................ 7 2.03 Starting the Work .......................................................................................................................... 8 2.04 Befor e Starting Constructio n ........................................................................................................ 8 2.05 Preconstructio n Conference .......................................................................................................... 8 2.06 Public Meeting .............................................................................................................................. 8 2.07 Initia l Acceptance of Schedules.................................................................................................... 8 Article 3 – Contract Documents: Intent , Amending, Reuse ............................................................................ 8 3.01 Intent.............................................................................................................................................. 8 3.02 Reference Standards...................................................................................................................... 9 3.03 Reporting and Resolving Discrepancies....................................................................................... 9 3.04 Amending and Supplementing Contract Document s ................................................................. 10 3.05 Reuse of Document s ................................................................................................................... 10 3.06 Electronic Dat a............................................................................................................................ 11 Article 4 – Availabilit y o f Lands; Subsurface and Physica l Conditions; Hazardous Environmental Conditions ; Reference Point s........................................................................................................... 11 4.01 Availabilit y of Lands .................................................................................................................. 11 4.02 Subsurface and Physica l Conditions .......................................................................................... 12 4.03 Differing Subsurface or Physica l Conditions ............................................................................. 12 4.04 Underground Facilitie s ............................................................................................................... 13 4.05 Reference Point s ......................................................................................................................... 14 4.06 Hazardous Environ menta l Conditio n at Sit e .............................................................................. 14 Article 5 – Bond s and Insurance ..................................................................................................................... 16 5.01 Licensed Suretie s and Insurer s ................................................................................................... 16 5.02 Perfor mance, Payment , and Maintenance Bond s....................................................................... 16 5.03 Certificates of Insurance ............................................................................................................. 16 5.04 Contractor’s Insurance ................................................................................................................ 18 5.05 Acceptance of Bond s and Insurance; Optio n to Replace ........................................................... 19 Article 6 – Contractor’s Responsibilitie s ........................................................................................................ 19 6.01 Supervisio n and Superintendence............................................................................................... 19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 6.02 Labor; Working Hours ................................................................................................................ 20 6.03 Services, Materials, and Equipment ........................................................................................... 20 6.04 Project Schedule.......................................................................................................................... 21 6.05 Substitut es and “Or-Equals” ....................................................................................................... 21 6.06 Concerning Subcontractors, Suppliers, and Others.................................................................... 24 6.07 Wage Rates.................................................................................................................................. 25 6.08 Patent Fees and Royaltie s ........................................................................................................... 26 6.09 Per mit s and Utilitie s .................................................................................................................... 27 6.10 Laws and Regulations ................................................................................................................. 27 6.11 Taxes ........................................................................................................................................... 28 6.12 Use of Sit e and Othe r Areas ....................................................................................................... 28 6.13 Recor d Docu ment s ...................................................................................................................... 29 6.14 Safet y and Protectio n .................................................................................................................. 29 6.15 Safet y Representative.................................................................................................................. 30 6.16 Hazard Co mmunicatio n Programs ............................................................................................. 30 6.17 Emergencies and/o r Rectificatio n............................................................................................... 30 6.18 Submittals .................................................................................................................................... 31 6.19 Continuing the Work................................................................................................................... 32 6.20 Contractor’s General Warrant y and Guarantee .......................................................................... 32 6.21 Indemnificatio n ......................................................................................................................... 33 6.22 Delegation of Professional Design Services .............................................................................. 34 6.23 Right to Audit.............................................................................................................................. 34 6.24 Nondiscriminatio n....................................................................................................................... 35 Article 7 – Other Work at the Sit e................................................................................................................... 35 7.01 Related Work at Sit e ................................................................................................................... 35 7.02 Coordination................................................................................................................................ 36 Article 8 – City’s Responsibilities................................................................................................................... 36 8.01 Co mmunications to Contractor ................................................................................................... 36 8.02 Furnis h Dat a ................................................................................................................................ 36 8.03 Pay Whe n Due ............................................................................................................................ 36 8.04 Lands and Ease ments; Report s and Test s................................................................................... 36 8.05 Change Order s............................................................................................................................. 36 8.06 Inspections, Tests, and Approvals .............................................................................................. 36 8.07 Limitations on Cit y’s Responsibilitie s ....................................................................................... 37 8.08 Undisclose d Hazardous Environ mental Conditio n .................................................................... 37 8.09 Co mplianc e wit h Safet y Program............................................................................................... 37 Article 9 – City’s Observatio n Statu s During Constructio n ........................................................................... 37 9.01 City’s Projec t Manager ……...................................................................................................... 37 9.02 Visit s to Sit e ................................................................................................................................ 37 9.03 Authorized Variations in Work .................................................................................................. 38 9.04 Rejecting Defective Work .......................................................................................................... 38 9.05 Determinations fo r Work Perfor med .......................................................................................... 38 9.06 Decisions on Require ment s of Contract Document s and Acceptabilit y of Work ..................... 38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 Article 10 – Changes in the Work; Claims; Extr a Work ................................................................................ 38 10.01 Authorize d Changes in the Work ............................................................................................... 38 10.02 Unauthorized Changes in the Work ........................................................................................... 39 10.03 Executio n of Change Order s....................................................................................................... 39 10.04 Extr a Work .................................................................................................................................. 39 10.05 Notificatio n to Suret y.................................................................................................................. 39 10.06 Contract Claims Process ............................................................................................................. 40 Article 11 – Cost of the Work; Allowances; Unit Price Work; Plans Quantit y Measurement...................... 41 11.01 Cost of the Work ......................................................................................................................... 41 11.02 Allowances .................................................................................................................................. 43 11.03 Unit Pric e Work .......................................................................................................................... 44 11.04 Plans Quantit y Measurement ...................................................................................................... 45 Article 12 – Change of Contract Price ; Change of Contract Time................................................................. 46 12.01 Change of Contract Pric e ............................................................................................................ 46 12.02 Change of Contract Time............................................................................................................ 47 12.03 Delays .......................................................................................................................................... 47 Article 13 – Test s and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 48 13.01 Notice of Defects ........................................................................................................................ 48 13.02 Access to Work ........................................................................................................................... 48 13.03 Test s and Inspections .................................................................................................................. 48 13.04 Uncovering Work........................................................................................................................ 49 13.05 Cit y May Stop the Work ............................................................................................................. 49 13.06 Correctio n or Removal of Defective Work ................................................................................ 50 13.07 Correctio n Perio d ........................................................................................................................ 50 13.08 Acceptance of Defective Work................................................................................................... 51 13.09 Cit y Ma y Correct Defective Work ............................................................................................. 51 Article 14 – Payment s to Contractor and Co mpletio n .................................................................................... 52 14.01 Schedule of Values...................................................................................................................... 52 14.02 Progress Payment s ...................................................................................................................... 52 14.03 Contractor’s Warrant y of Title ................................................................................................... 54 14.04 Partia l Utilizatio n ........................................................................................................................ 55 14.05 Fina l Inspectio n ........................................................................................................................... 55 14.06 Final Acceptance......................................................................................................................... 55 14.07 Final Payment.............................................................................................................................. 56 14.08 Final Co mpletio n Delayed and Partia l Retainage Release ........................................................ 56 14.09 Waiver of Clai ms ........................................................................................................................ 57 Article 15 – Suspension of Work and Terminatio n ........................................................................................ 57 15.01 Cit y May Suspend Work............................................................................................................. 57 15.02 Cit y Ma y Terminat e fo r Cause ................................................................................................... 58 15.03 Cit y Ma y Terminat e Fo r Convenience ....................................................................................... 60 Article 16 – Disput e Resolutio n ...................................................................................................................... 61 16.01 Method s and Procedures ............................................................................................................. 61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 Article 17 – Miscellaneous .............................................................................................................................. 62 17.01 Giving Notic e .............................................................................................................................. 62 17.02 Co mputation of Times ................................................................................................................ 62 17.03 Cumulative Re medie s ................................................................................................................. 62 17.04 Surviva l o f Obligations ............................................................................................................... 63 17.05 Headings ...................................................................................................................................... 63 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 1 of 63 ARTICLE 1 – DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Docu ments, the terms listed belo w have the meanings indicated whic h are applicable to bot h the singular and plural thereof, and words denoting gender shall include the masculine, fe minine and neuter. Said terms are generally capitalized or written in italics, but no t always. When used in a context consistent with the definitio n of a listed-defined term, the term shall have a meaning as defined belo w whether capitalized or italicized or otherwise. In additio n to terms specifically defined, terms wit h initial capital letters in the Contract Document s include references to identified articles and paragraphs, and the titles of other document s or forms. 1. Addenda—Written or graphic instrument s issued prior to the opening of Bids whic h clarify, correct, or change the Bidding Requirement s or the proposed Contract Documents. 2. Agreement—The written instrument whic h is evidence of the agreement between Cit y and Contracto r covering the Work. 3. Application for Payment—The for m acceptable to Cit y which is to be used by Contractor during the course of the Work in requesting progress or fina l payment s and whic h is to be acco mpanied by such supporting documentation as is required by the Contract Docu ments. 4. Asbestos—An y material that contains more than one percent asbesto s and is friable or is releasing asbestos fiber s into the air above current actio n levels established by the United States Occupational Safety and Health Ad ministration. 5. Award – Authorizatio n by the Cit y Council fo r the Cit y to enter int o an Agreement. 6. Bid—The offer or proposal of a Bidder submitted on the prescribed for m setting fort h the prices fo r the Work to be perfor med. 7. Bidder—The individual or entit y who submit s a Bid directly to City. 8. Bidding Documents—The Bidding Requirement s and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements—The advertisement or Invitatio n to Bid, Instructions to Bidders, Bid security of acceptable for m, if any, and the Bid Form wit h any supplements. 10. Business Day – A business day is defined as a day that the Cit y conduct s normal business, generally Monday throug h Friday, except fo r federal or stat e holidays observed by the City. 11. Calendar Day – A day consisting of 24 hours measured fro m midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 2 of 63 12. Change Order—A document , which is prepared and approved by the City, whic h is signed by Contractor and Cit y and authorizes an addition, deletion, or revisio n in the Work or an adjust ment in the Contract Pric e or the Cont ract Time, issued on or after the Effective Date of the Agreement. 13. City— The Cit y of For t Worth, Texas, a ho me-rule municipal corporation, authorized and chartered under the Texas Stat e Statutes, acting by it s governing body through it s City Manager, his designee, or agent s authorized under his behalf, each of whic h is required by Charter to perform specific duties wit h responsibilit y fo r fina l enforcement of the contracts involving the Cit y of Fort Wort h is by Charter vested in the Cit y Manager and is the entity wit h who m Contracto r has entere d int o the Agree ment and for who m the Work is to be perfor med. 14. City Attorney – The officially appointed Cit y Attorney of the Cit y of Fort Worth, Texas, or his duly authorized representative. 15. City Council - The duly elected and qualified governing body of the Cit y of Fort Worth, Texas. 16. City Manager – The officiall y appointed and authorized Cit y Manager of the Cit y of Fort Worth, Texas, or his duly authorized representative. 17. Contract Claim—A demand or assertion by Cit y or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relie f wit h respect to the terms of the Contract. A demand fo r money or services by a thir d part y is not a Contract Claim. 18. Contract—The entir e and integrated written document between the Cit y and Contractor concerning the Work. The Contract contains the Agreement and all Contract Document s and supersedes prio r negotiations, representations, or agreements, whether writte n or oral. 19. Contract Documents—Those items so designated in the Agreement . All ite ms listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the report s and drawings of subsurface and physica l conditions ar e no t Contract Docu ments. 20. Contract Price —The moneys payable by Cit y to Contractor fo r co mpletio n of the Work in accordance wit h the Contract Docu ment s as state d in the Agreement (subjec t to the provisions of Paragrap h 11.03 in the case of Unit Pric e Work). 21. Contract Time—The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) co mplet e the Work so that it is ready fo r Fina l Acceptance. 22. Contractor—The individual or entit y wit h whom Cit y has entere d int o the Agreement. 23. Cost of the Work—See Paragraph 11.01 of these General Conditions fo r definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 3 of 63 24. Damage Claims – A demand fo r money or services arising fro m the Project or Sit e fro m a thir d party, Cit y or Contractor exclusive of a Contrac t Claim. 25. Day or day – A day, unless otherwis e defined, shall mean a Calendar Day. 26. Director of Aviation – The officiall y appointed Director of the Aviatio n Department of the Cit y of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 27. Directo r of Parks and Communit y Services – The officiall y appointed Director of the Parks and Co mmunit y Service s Depart ment of the Cit y of Fort Worth, Texas, or his duly appointed representative, assistant , or agents. 28. Directo r of Planning and Developmen t – The officially appointed Director of the Planning and Development Depart ment of the Cit y of Fort Worth, Texas, or his duly appointed representative, assistant , or agents. 29. Director of Transportation Public Works – The officially appointed Director of the Transportation Public Works Depart ment of the Cit y of Fort Worth, Texas, or his duly appointed representative, assistant , or agents. 30. Director of Water Department – The officiall y appointed Directo r of the Water Depart ment of the Cit y of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Drawings—That part of the Contract Docu ment s prepared or approved by Engineer which graphically shows the scope, extent , and character of the Work to be perfor med by Contractor . Submittals are no t Drawing s as so defined. 32. Effective Dat e of the Agreement—The dat e indicate d in the Agreement on whic h it beco mes effective, but if no such dat e is indicated, it means the dat e on whic h the Agreement is signed and delivered by the las t of the two partie s to sig n and deliver. 33. Engineer—The licensed professional engineer or engineering fir m registered in the State of Texas performing professional services fo r the City. 34. Extra Work – Additiona l work made necessary by changes or alterations of the Contract Document s or of quantities or for other reasons for whic h no prices are provided in the Contract Documents. Extr a work shall be part of the Work. 35. Field Order — A written order issued by Cit y whic h requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 36. Final Acceptance – The written notice give n by the Cit y to the Contractor that the Work specified in the Contract Docu ment s has been co mpleted to the satisfactio n of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 4 of 63 37. Final Inspection – Inspectio n carried out by the Cit y to verify that the Contractor has co mpleted the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance wit h the Contract Documents. 38. General Requirements—Sections of Division 1 of the Contract Documents. 39. Hazardous Environmental Condition—The presence at the Sit e of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantia l danger to persons or property exposed thereto. 40. Hazardous Waste—Hazardous wast e is define d as any solid wast e listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended fro m time to time. 41. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and court s having jurisdiction. 42. Liens—Charges, securit y interests, or encumbrances upo n Project funds, real property, or personal property. 43. Major Item – An Item of work included in the Cont ract Document s that has a total cost equal to or greater than 5% of the origina l Contract Price or $25,000 whichever is less. 44. Milestone—A principa l event specified in the Contract Document s relating to an inter mediate Contract Time prior to Fina l Acceptance of the Work. 45. Notice of Award —The written notice by Cit y to the Successful Bidder stating that upon timely co mpliance by the Successful Bidder wit h the conditions precedent listed therein, City will sig n and deliver the Agreement. 46. Notice to Proceed—A written notice give n by Cit y to Contractor fixing the date on whic h the Contract Time will commence to run and on whic h Contractor shall start to perform the Work specified in Contract Documents. 47. PCBs—Polychlorinated biphenyls. 48. Petroleum—Petroleum, including crude oil or any fractio n thereo f whic h is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fue l oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed wit h other non-Hazardous Waste and crude oils. 49. Plans – See definitio n of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 5 of 63 50. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duratio n of the activities comprising the Contractor’s pla n to acco mplis h the Work within the Contract Time. 51. Project —The Work to be performed under the Contract Docu ments. 52. Project Manager—The authorize d representative of the Cit y who will be assigned to the Site. 53. Publi c Meetin g – An announced meeting conducted by the Cit y to facilitat e public participatio n and to assist the public in gaining an infor med vie w of the Project. 54. Radioactive Material —Source, special nuclear, or byproduct materia l as defined by the Ato mic Energy Act of 1954 (42 USC Sectio n 2011 et seq.) as amended fro m time to time. 55. Regular Working Hours – Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thr u Frida y (excluding lega l holidays). 56. Samples—Physica l example s of materials , equip ment , or work manship that are representative of so me portio n of the Work and whic h establis h the standards by whic h such portio n of the Work will be judged. 57. Schedul e of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirement s to support scheduled perfor mance of related constructio n activities. 58. Schedul e of Values—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Pric e to variou s portions of the Work and used as the basis fo r reviewing Contractor’s Applications fo r Payment. 59. Site—Lands or areas indicate d in the Contract Docu ment s as being furnished by Cit y upon whic h the Work is to be performed, including rights -of-way, per mits , and easement s for access thereto , and suc h other land s furnished by Cit y whic h are designated fo r the use of Contractor. 60. Specifications—That part of the Contract Document s consisting of written requirement s for materials, equipment , systems, standards and workmanship as applied to the Work, and certain administrative requirement s and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Document s by attachment or, if no t attached, may be incorporated by reference as indicated in the Table of Content s (Divisio n 00 00 00) o f each Project. 61. Subcontractor—An individual or entit y having a direct contract wit h Contractor or wit h any other Subcontractor fo r the perfor mance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 6 of 63 62. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information whic h are specifically prepared or assembled by or for Contractor and submitted by Contracto r to illustrat e so me portio n of the Work. 63. Substantial Completion – The stage in the progress of the Project when the Work is sufficiently complete in accordance with the Contract Documents for Final Inspection. 64. Successful Bidder—The Bidder submitting the lowest and most responsive Bid to who m City makes an Award. 65. Superintendent – The representative of the Contractor who is available at all times and able to receive instructions fro m the Cit y and to act for the Contractor. 66. Supplementary Conditions—That part of the Contract Document s whic h amends or supplement s these General Conditions. 67. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract wit h Contractor or wit h any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contracto r or Subcontractor. 68. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilitie s or attachments, and any encasements containing such facilities , including but not limit ed to, thos e that convey electricity, gases, steam, liquid petroleu m products, telephone or othe r co mmunications , cable television, water, wastewater, stor m water, other liquid s or chemicals , or traffic or othe r contro l syste ms. 69 Uni t Pric e Work —See Paragrap h 11.03 of these General Conditions fo r definition. 70. Weekend Workin g Hours – Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or lega l holiday, as approved in advance by the City. 71. Work—The entir e constructio n or the variou s separately identifiable part s thereo f required to be provided under the Contract Docu ments. Work includes and is the result of performing or providing all labor, services, and docu mentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment int o such construction, all as required by the Contract Docu ments. 72. Working Day – A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the Cit y fo r contract purposes, in whic h weather or other conditions not under the contro l of the Contractor will per mit the performance of the principa l unit of wor k underway fo r a continuous perio d of not les s than 7 hour s between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are no t defined but , when used in the Bidding Requirement s or Contract Docu ments, have the indicate d meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 7 of 63 1. The Contract Document s include the terms “a s allowed,” “as approved,” “as ordered,” “as directed” or ter ms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives “reasonable,” “suitable,” “acceptable,” “proper,” “satisfactory,” or adjectives of like effect or import are used to describe an actio n or determinatio n of Cit y as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for co mpliance wit h the informatio n in the Contract Document s and wit h the design concept of the Project as a functioning whole as shown or indicated in the Contract Document s (unless there is a specific statement indicating otherwise). C. Defective: 1. The word “defective,” when modifying the word “Work,” refers to Work that is unsatis factory, faulty, or deficient in that it: a. does no t confor m to the Contract Documents; or b. does no t meet the requirement s of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City’s written acceptance. D. Furnish, Install, Perform, Provide: 1. The word “Furnish” or the word “Install” or the word “Perform” or the word “Provide” or the word “Supply,” or any combinatio n 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, unles s specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or constructio n industry or trade meaning are used in the Contract Document s in accordance wit h such recognized meaning. ARTICLE 2 – PRELIMINARY MATTERS 2.01 Copies of Documents Cit y shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upo n request at the cost of reproduction. 2.02 Commencement of Contract Time; Notic e to Proceed The Contract Time will co mmence to run on the day indicated in the Notic e to Proceed. A Notic e to Proceed may be give n no earlier than 14 days afte r the Effective Dat e of the Agreement , unless agreed to by both parties in writing. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the dat e when the Contract Time commences to run. No Work shall be done at the Sit e prio r to the dat e on whic h the Contract Time co mmences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance wit h the Contract Documents, and prio r to starting the Work. 2.05 Preconstruction Conference Before any Work at the Sit e is started, the Contractor shall attend a Preconstructio n Conference as specified in the Contract Docu ments. 2.06 Public Meeting Contracto r may not mobilize any equipment , materials or resources to the Sit e prio r to the Public Meeting if scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to Cit y in accordance wit h the Schedule Specification as provided in the Contract Documents. ARTICLE 3 – CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Document s are co mple mentary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Document s to describe a functionally co mplet e project (or part thereof) to be constructed in accordance wit h the Contract Documents. Any labor, documentation, services, materials, or equip ment that reasonably may be inferred fro m the Contract Document s or fro m prevailing custo m or trade usage as being required to produce the indicated result will be provided whether or no t specifically called for, at no additiona l cost to City. C. Clarifications and interpretations of the Contract Document s shall be issued by City. D. The Specifications may var y in for m, for mat and style. Some Specification sections may be writte n in varying degrees of streamlined or declarative style and so me sections may be relatively narrative by co mparison. Omissio n of such words and phrases as “the Contractor shall,” “in conformit y with,” “as shown,” or “as specified” are intentional in streamlined sections . Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various part s of a sectio n or articles within a part depending on the for mat of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variatio n of for m, for mat or style in making Contract Claims. E. The cross referencing of specificatio n sect ions under the subparagraph heading “Related Section s includ e but ar e no t necessarily limite d to:” and elsewhere within each Specification sectio n is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinat e the entir e Work under the Contract Docu ment s and provid e a co mplet e Projec t whether or no t the cross referencing is provided in each sectio n or whether or no t the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provisio n of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilitie s of City, Contractor, or any of their subcontractors, consultants, agents , or employees, fro m thos e set fort h in the Contract Docu ments. No suc h provisio n or instructio n shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any dut y or authorit y to supervise or direc t the performance of the Work or any dut y or authority to undertake responsibilit y inconsistent wit h the provisions of the Contract Docu ments. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor’s Review of Contract Documents Before Starting Work : Befor e undertaking each part of the Work, Contractor shall carefully study and compare the Contract Document s and check and verify pertinent figures therein agains t all applicable field measurement s and conditions . Contracto r shall pro mptly report in writing to Cit y any conflict , error, ambiguity, or discrepancy whic h Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarificatio n from Cit y be fore proceeding wit h any Work affected thereby. 2. Contractor’s Review of Contract Documents During Performance of Work: If, during the perfor mance of the Work, Contractor discovers any conflict , error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Document s and (a) any applicable Law or Regulatio n , (b) any standard, specification, manual, or code, or (c) any instructio n of any Supplier, then Contractor shall promptly report it to Cit y in writing. Contracto r shall not proceed wit h the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 10 of 63 6.17.A) until an amend ment or supplement to the Contract Document s has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall no t be liable to Cit y for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Document s unles s Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Document s shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Document s and the provisions of any standard, specification, manual, or the instruct ion of any Supplier (whet her or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Docu ment s may be amended to provide fo r additions, deletions, and revisions in the Work or to modify the ter ms and conditions thereo f by a Change Order. B. The requirement s of the Contract Docu ment s may be supplemented, and mino r variations and deviations in the Work not involving a change in Contract Pric e or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City’s revie w of a Submitta l (subjec t to the provisions of Paragrap h 6.18.C); or 3. City’s writte n interpretatio n or clarification. 3.05 Reuse of Documents A. Contracto r and any Subcontracto r or Supplier shall not: 1. have or acquire any title to or ownership right s in any of the Drawings , Specifications , or othe r docu ment s (o r copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions ; or 2. reuse any such Drawings, Specifications, other documents, or copies thereo f on extensions of the Project or any other project without written consent of Cit y and specific written verification or adaptatio n by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 11 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment , or terminatio n of the Contract . Nothing herein shall preclude Contractor fro m retaining copies of the Contract Docu ment s fo r recor d purposes. 3.06 Electronic Data A. Unles s otherwis e stated in the Supplementar y Conditions, the dat a furnished by Cit y or Engineer to Contractor, or by Contractor to Cit y or Engineer , that may be relied upon are limited to the printe d copie s included in the Contract Document s (also known as hard copies) and other Specifications referenced and locate d on the City’s on-line electronic document management and collaboratio n system site. File s in electronic media for mat of text , data, graphics, or other typ es are furnished only fo r the convenience of the receiving party. Any conclusio n or infor matio n obtained or derived fro m such electronic files will be at the user’s sole risk. If there is a discrepanc y between the electronic files and the hard copies, the hard copies govern. B. When transferring document s in electronic media for mat, the transferring part y makes no representations as to long term co mpatibility, usability, or readabilit y o f document s resulting fro m the use of softwar e application packages, operating systems, or co mputer hardware differing fro m those used by the data’s creator. ARTICLE 4 – AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. Cit y shall furnish the Site. Cit y shall notify Contractor of any encumbrances or restrictions no t of general application but specifically related to use of the Sit e wit h which Contracto r must co mply in per forming the Work. Cit y will obtain in a timely manner and pay for easement s for permanent structures or permanent changes in existing facilities. 1. The Cit y has obtained or anticipates acquisit io n of and/o r access to right -of-way, and/or easements. Any outstanding right -of-way and/o r ease ment s are anticipated to be acquired in accordance wit h the schedule set fort h in the Supplementary Conditions. The Project Schedule submitte d by the Contractor in accordance wit h the Contract Docu ment s must consider an y outstanding right -of-way, and/or easements. 2. The Cit y has or anticipates removing and/or relocating utilities, and obstructions to the Site. An y outstanding remova l or relocatio n of utilities or obstructions is anticipated in accordance wit h the schedule set fort h in the Supplementary Conditions . The Projec t Schedule submitted by the Contractor in accordance wit h the Cont ract Docu ment s must conside r any outstanding utilitie s or obstructions to be removed, adjusted, and/o r relocated by others. B. Upo n reasonable writte n request, Cit y shall furnish Contractor wit h a current state ment of record lega l title and lega l descriptio n of the land s upo n whic h the Work is to be perfor med. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 12 of 63 C. Contractor shall provide fo r all additiona l lands and access thereto that may be required for constructio n facilities or storage of materials and equip ment. 4.02 Subsurface and Physical Conditions A. Report s and Drawings: The Supplementary Conditions identify: 1. thos e reports known to Cit y of explorations and test s of subsurface conditions at or contiguous to the Site; and 2. those drawings known to Cit y of physical conditions relating to existing surface or subsurface structures at the Sit e (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the “technica l data” contained in such report s and drawings, but such reports and drawings are no t Contract Documents. Such “technica l data” is identified in the Supplementary Conditions. Contractor may no t make any Contract Claim against City, or any o f their officers, directors, members, partners, employees, agents, consultants, or subcontractors wit h respect to: 1. the co mpleteness of such reports and drawings fo r Contractor’s purposes, including, but not limite d to, any aspect s of the means, methods, techniques, sequences, and procedures of constructio n to be employed by Contractor, and safety precautions and programs incident thereto ; or 2. other data, interpretations, opinions, and informatio n contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretatio n of or conclusio n drawn fro m any “technical data” or any such other data, interpretations, opinions, or infor mation. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical conditio n that is uncovered or revealed either: 1. is of such a nature as to establish that any “technica l data” on whic h Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differ s materially fro m that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differ s materially fro m conditions ordinarily encountered and generally recognized as inherent in work of the character provided fo r in the Contract Docu ments; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 13 of 63 then Contractor shall, promptly after beco ming aware thereo f and befor e further disturbing the subsurface or physical conditions or perfor ming any Work in connectio n therewit h (except in an emergency as required by Paragraph 6.17.A), notif y Cit y in writing about such condition. B. Possibl e Price and Time Adjustments Contracto r shall no t be entitle d to any adjust ment in the Contract Pric e or Contract Time if: 1. Contractor knew of the existence of such conditions at the time Contractor made a final co mmit ment to Cit y wit h respect to Contract Pric e and Contract Time by the submissio n of a Bid or beco ming bound under a negotiated contract ; or 2. the existence of such conditio n could reasonably have been discovered or revealed as a result of the exa minatio n of the Contract Docu ment s or the Site ; or 3. Contracto r faile d to give the writte n notic e as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated: The infor matio n and data shown or indicated in the Contract Documents wit h respect to existing Underground Facilitie s at or contiguous to the Sit e is based on informatio n and dat a furnished t o Cit y or Engineer by the owner s of such Underground Facilities, including City, or by others. Unles s it is otherwis e expressly provided in the Supple mentar y Conditions: 1. Cit y and Engineer shall no t be responsible fo r the accuracy or co mpleteness of any such infor matio n or dat a provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibilit y for: a. reviewing and checking all such infor matio n and data; b. locating all Underground Facilitie s shown or indicated in the Contract Documents; c. coordination and adjust ment of the Work wit h the owner s of such Underground Facilities, including City, during construction; and d. the safet y and protection of all such Underground Facilities and repairing any damage thereto resulting fro m the Work. B. Not Shown or Indicated: 1. If an Underground Facilit y whic h conflicts wit h the Work is uncovered or revealed at or contiguous to the Sit e whic h was not shown or indicated, or no t shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after beco ming aware thereo f and befor e further disturbing conditions affected thereby or perfor ming any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 14 of 63 Work in connectio n therewith (except in an emergency as required by Paragraph 6.17.A), identif y the owner of such Underground Facilit y and give notice to that owner and to City. Cit y will revie w the discovered Underground Facilit y and deter mine the extent , if any, to whic h a change may be required in the Contract Document s to reflect and document the consequences of the existence or locatio n of the Underground Facility. Contractor shall be responsible fo r the safet y and protection of such discovere d Underground Facility. 2. If Cit y concludes that a change in the Contract Docu ment s is required, a Change Order ma y be issued to reflect and docu ment such consequences. 3. Verificatio n of existing utilities , structures, and servic e lines shall includ e notificatio n of all utilit y co mpanies a minimum of 48 hour s in advance of constructio n including exploratory excavatio n if necessary. 4.05 Reference Points A. Cit y shall provide engineering surveys to est ablish reference point s fo r construction, whic h in City’s judgment ar e necessary to enable Contractor to proceed wit h the Work. Cit y will provide constructio n stake s or other custo mary metho d of marking to establish line and grades for roadway and utilit y construction, centerlines and benchmarks fo r bridgework. Contractor shall protect and preserve the established reference point s and property monu ments, and shall make no changes or relocations. Contractor shall report to Cit y whenever any reference point or property monu ment is lost or destroyed or requires relocatio n because of necessary changes in grades or locations. The Cit y shall be responsible fo r the replacement or relocation of reference point s or propert y monu ment s no t carelessly or willfully destroyed by the Contractor. The Contractor shall notify Cit y in advance and wit h sufficient time to avoid delays. B. Whenever, in the opinion of the City, any refer ence point or monu ment has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such point s plus 25% will be charged against the Contractor, and the full a mount will be deducted fro m payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions ide ntify those report s and drawings known to Cit y relating to Hazardous Environment al Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the “technica l data” containe d in such report s and drawings, but suc h reports and drawing s are no t Contract Docu ments. Such “technica l data” is identified in the Supplementary Conditions . Contractor may no t make any Contract Claim against City, or any o f their officers, directors, members, partners, employees, agents, consultants, or subcontractor s wit h respect to: 1. the co mpleteness of such report s and drawings fo r Contractor’s purposes, including , but not limite d to, any aspect s of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 15 of 63 constructio n to be employed by Contractor and safety precautions and programs incident thereto ; or 2. othe r data, interpretations, opinions and informatio n contained in such report s or shown or indicated in such drawings; or 3. any Contractor interpretatio n of or conclusio n draw n fro m any “technical data” or any such othe r data, interpretations, opinions or infor mation. C. Contractor shall no t be responsible fo r any Hazardous Environmental Conditio n uncovered or revealed at the Sit e whic h was no t shown or indicated in Drawings or Specifications or identified in the Contract Docu ment s to be withi n the scop e of the Work. Contractor shall be responsible fo r a Hazardous Environmental Conditio n created wit h any materials brought to the Sit e by Contractor, Subcontractors, Suppliers, or anyone else fo r who m Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Conditio n or if Contractor or anyone for who m Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolat e such condition; (ii) sto p all Work in connectio n with such conditio n and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify Cit y (and pro mptly thereafter confir m such notice in writing). Cit y may consider the necessity to retain a qualified expert to evaluate such conditio n or take corrective action, if any. E. Contractor shall not be required to resume Work in connectio n wit h such conditio n or in any affected area until after Cit y has obtained any required per mit s related theret o and delivered written notic e to Contractor: (i) specifying that such conditio n and any affected area is or has been rendered suitable fo r the resumptio n of Work; or (ii) specifying any special conditions under whic h such Work may be resumed. F. If after receipt of such written notice Contractor does no t agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resu me such Work under such special conditions, then Cit y may order the portio n of the Work that is in the area affected by such conditio n to be deleted fro m the Work. Cit y may have such deleted portio n of the Work performed by City’s own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professional s and all court or arbitration or other disput e resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for who m Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnif y any individual or entity fro m and against the consequences of that individual’s or entity’s own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do no t apply to a Hazardous Environmental Conditio n uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 16 of 63 ARTICLE 5 – BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Document s to be purchased and maintained by Contractor shall be obtained fro m suret y or insur ance co mpanies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policie s fo r the limit s and coverages so required. Such suret y and insurance co mpanies shall also meet such additional requirement s and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance wit h Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security fo r the faithfu l performance and payment of all of Contractor’s obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the Cit y 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 dat e of Final Acceptance by the City. C. All bonds shall be in the for m prescribed by the Contract Document s except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of “Co mpanies Holding Certificates of Authorit y as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Co mpanies” as published in Circular 570 (amended) by the Financial Management Service, Suret y Bond Branch, U.S. Depart ment of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney whic h shall sho w that it is effective on the dat e the agent or attorney-in-fact signed each bond. D. If the suret y on any bond furnished by Contractor is declared bankrupt or beco mes insolvent or it s right to do business is ter minated in the State of Texas or it ceases to meet the requirement s of Paragraph 5.02.C, Contractor shall promptly notify Cit y and shall, within 30 days after the event giving ris e to such notification, provide another bond and surety, bot h of whic h shall co mply wit h the requirement s of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, wit h copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (other evidence of insurance requested by Cit y or any other additiona l insured) in at least the minimum amount as specified in the Supplementary Conditions whic h Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as “Additional Insured” on all liabilit y policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 17 of 63 2. The Contractor’s general liabilit y insurance shall include a, “per project ” or “per location”, endorsement , whic h shall be identified in the certificat e 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 complet e in it s entirety, and sho w co mplet e insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurer s for all policie s must be licensed and/o r approved to do business in the Stat e of Texas. Except for workers’ co mpensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strengt h and solvency to the satisfactio n of Risk Management . If the rating is belo w that required, written approval of Cit y is required. 5. All applicable policies shall include a Waiver of Subrogation (Right s of Recovery) in favor of the City. In addition, the Contractor agrees to waive all right s of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failur e of the Cit y to demand such certificates or other evidence of full compliance wit h the insurance requirement s or failur e of the Cit y to identify a deficienc y fro m evidence that is provided shall not be construed as a waiver of Contractor’s obligatio n to maintain such lines of insurance coverage. 7. If insurance policie s are no t written for specified coverage limits, an Umbrella or Excess Liabilit y insurance for any differences is required. Excess Liabilit y shall follo w form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the “occurrence basis”. If coverage is underwritten on a claims-made basis, the retroactive dat e shall be coincident with or prio r to the dat e of the effective dat e of the agreement and the certificate of insurance shall stat e that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained fo r the duratio n of the Contract and fo r three (3) years following Final Acceptance provided under the Contract Documents or for the warrant y period, whichever is longer . An annual certificate of insurance submitted to the Cit y shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required line s of coverage, nor decrease the limit s 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 deter mined to be unacceptable or the Cit y desire s additiona l insurance coverage, and the Cit y desire s the contractor/engineer to obtai n such coverage, the contract price shal l be adjusted by the cost of the premiu m fo r suc h additiona l coverage plu s 10%. 10. An y self-insure d retention (SIR), in excess of $25,000.00, affecting required insurance coverag e shall be approved by the Cit y in regards to asset valu e and stockholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 18 of 63 lieu of traditiona l insurance, alternative coverage maintained through insurance pools or risk retentio n groups, must also be approved by City. 11. An y deductible in excess of $5,000.00, for any polic y that does not provide coverage on a first -dolla r basis , must be acceptable to and approved by the City. 12. City, at it s sole discretion, reserves the right to revie w the insurance requirement s and to make reasonable adjust ment s to insurance coverage’s and their limit s when deemed necessary and prudent by the Cit y based upo n changes in statutory law, court decisio n or the claims history of the industry as well as o f the contracting party to the City. The Cit y shall be required to provide prio r notice of 90 days, and the insurance adjustment s shall be incorporated int o the Work by Change Order. 13. Cit y shall be entitled, upo n writte n request and without expense, to receive copies of policies and endorsement s thereto and may make any reasonable requests fo r deletio n or revisio n or modifications of particular polic y terms, conditions, limitations, or exclusions necessary to conform the polic y and endorsement s to the requirement s of the Contract. Deletions, revisions, or modifications shall no t be requ ired where polic y provisions are established by law or regulations binding upo n either part y or the underwriter on any such policies. 14. Cit y shall not be responsible fo r the direct payment of insurance premiu m cost s for Contractor’s insurance. 5.04 Contractor’s Insurance A. Workers Compensation and Employers’ Liability. Contractor shall purchase and maintain such insurance coverage wit h limit s consistent wit h statutory benefit s outlined in the Texas Workers’ Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limit s for E mployers’ Liabilit y as is appropriate for the Work being performed and as will provide protection fro m claims set fort h belo w whic h 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 perfor med by Contractor, any Subcontractor or Supplier, or by anyone directly o r indirectly employed by any o f them to perfor m any o f the Work, or by anyone fo r whose acts any of them may be liable: 1. claims under workers’ co mpensation, disabilit y benefits, and other similar employee benefit acts; 2. claims fo r damages because of bodily injury, occupationa l sickness or disease, or deat h of Contractor’s employees. B. Commercial General Liability. Coverag e shall includ e but no t be limite d to covering liability (bodil y injur y or propert y damage) arising fro m: premises/operations, independent contractors, products/complete d operations, persona l injury, and liabilit y under an insure d 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 wit h respect to any other CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 19 of 63 insurance or self-insurance programs afforded to the City. The Co mmercia l General Liability policy, shall have no exclusions by endorse ment s that would alter of nullify premises/operations, products/complete d operations, contractual, per sona l injury, or advertising injury, whic h are nor mally contained wit h the policy, unless the Cit y approves such exclusions in writing. Fo r constructio n project s that present a substa ntia l co mplete d operatio n exposure, the Cit y ma y requir e the contracto r to maintain co mplete d operations coverage fo r a minimum of no les s than thre e (3) years following the co mpletio n of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A co mmercial business auto polic y shall provide coverage on “any auto”, defined as auto s owned, hired and non-owned and provide indemnit y fo r claims fo r damages because bodily injur y or deat h of any perso n and or propert y 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 employe d by any of the m to perfor m any of the Work, or by anyone fo r whos e act s any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limit s of railroad right -of-way, the Contractor shall co mply wit h the requirement s identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify Cit y upo n cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit fo r days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If Cit y has any objectio n to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance wit h Article 5 on the basis of non-conformance wit h the Contract Documents, the Cit y shall so notify the Contracto r in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the Cit y such additional infor matio n in respect of insurance provided as the Cit y may reasonably request. If Contractor does no t purchase or maintain all of the bond s and insurance required by the Contract Documents, the Cit y shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 – CONTRACTOR’S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work co mpetently and efficiently, devoting such attentio n thereto and applying such skills and expertise as may be necessary to perform the Work in accordance wit h the Contract Documents. Contracto r shall be solely responsible fo r the means, methods, techniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assig n a co mpetent, English- speaking, Superintendent who shall no t be replaced without written notice to City. The Superintendent will be Contractor’s representative at the Sit e and shall have authorit y to act on behalf of Contractor. All communicatio n given to or received fro m the Superintendent shall be binding on Contractor. C. Contracto r shall notify the Cit y 24 hours prio r to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent , suitably qualified personnel to perform constructio n as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required fo r the safet y or protectio n of persons or the Work or property at the Sit e or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Sit e shall be performed during Regular Working Hours. Contractor will not permit the perfor mance of Work beyon d Regular Working Hours or for Weekend Working Hours without City’s written consent (which will no t be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noo n at least two (2) Business Days prior 2. fo r Weekend Working Hour s request must be made by noo n of the preceding Thursday 3. for legal holidays request must be made by noo n two Business Days prio r to the legal holiday. 6.03 Services, Materials, and Equipment A. Unles s otherwise specified in the Contract Docu ments, Contractor shall provide and assume full responsibilit y fo r all services, materials, equipment , labor, transportation, constructio n equipment and machinery, tools , appliances, fuel, power, light , heat , telephone, water, sanitar y facilities, temporary facilities , and all other facilitie s and incidentals necessary for the performance, Contracto r required testing , start -up, and co mpletio n of the Work. B. All materials and equipment incorporated int o the Work shall be as specified or, if not specified, shall be of good qualit y and new, except as other wis e provided in the Contract Docu ments. 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 report s of required tests) as to the source, kind , and qualit y of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance wit h instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All ite ms of standar d equipment to be incorporated int o the Work shall be the latest model at the time of bid , unless otherwis e specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance wit h Paragrap h 2.07 and the General Requirement s as it may be adjuste d fro m time to time as provided below. 1. Contractor shall submit to Cit y fo r acceptance (to the extent indicate d in Paragrap h 2.07 and the General Requirements) proposed adjust ment s in the Projec t Schedule that will not result in changing the Contract Time. Such adjust ment s will co mply wit h any provisions of the General Requirement s applicable thereto. 2. Contractor shall submit to Cit y a monthly Project Schedule wit h a monthly progress payment fo r the duratio n of the Contract in accordance wit h the schedule specification 01 32 16. 3. Proposed adjustment s in the Project Schedule that will change the Contract Time shall be submitte d in accordance wit h the requirement s of Article 12. Adjust ment s in Contract Time may only be made by a Change Order. 6.05 Substitutes and “Or-Equals” A. Whenever an ite m of materia l or equipment is specified or describe d in the Contract Docu ments by using the na me of a proprietary ite m or the na me of a particula r Supplier, the specificatio n or descriptio n is intended to establish the typ e, function, appearance, and qualit y required. Unless the specificatio n or descriptio n contain s or is followe d by words reading that no like , equivalent, o r “or-equal” ite m or no substitution is permitted, other ite ms of materia l or equip ment of other Suppliers may be submitted to Cit y fo r revie w under the circumstances described below. 1. “Or-Equal” Items: If in City’s sole discretio n an item of materia l or equip ment 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 Cit y as an “or-equal” item, in which case revie w and approval of the proposed item may, in City’s sole discretion, be accomplishe d without co mpliance wit h so me or all of the requirement s fo r approval of proposed substitut e ite ms. For the purposes of this Paragraph 6.05.A.1, a proposed item of materia l or equipment will be considered functionally equal to an item so named if: a. the Cit y determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 22 of 63 2) it will reliably perform at least equally well the functio n and achieve the results imposed by the design concept of the co mpleted Project as a functioning whole; and 3) it has a proven record of performance and availabilit y of responsive service; and b. Contractor certifies that, if approved and incorporated int o the Work: 1) there will be no increase in cost to the Cit y or increase in Contract Time; and 2) it will conform substantially to the detailed requirement s of the item named in the Contract Documents. 2. Substitute Items: a. If in City’s sole discretio n an item of materia l or equipment proposed by Contractor does not qualify as an “or-equal” ite m under Paragraph 6.05.A.1, it may be submitted as a proposed substitut e ite m. b. Contractor shall submit sufficient informatio n as provided belo w to allo w Cit y to determine if the item of materia l or equipment proposed is essentially equivalent to that named and an acceptable substitut e therefor . Requests fo r review of proposed substitute items of materia l or equipment will not be accepted by Cit y fro m anyone other than Contractor. c. Contractor shall make written application to Cit y fo r review of a proposed substitute item of material or equip ment that Contractor seeks to furnis h or use. The application shall co mply wit h Sectio n 01 25 00 and: 1) shall certify that the proposed substitut e item will: a) perfor m adequately the functions and achieve the result s called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to whic h the use of the proposed substitut e item will prejudice Contractor’s achievement of final co mpletio n on time; b) whether use of the proposed substitut e item in the Work will require a change in any o f the Contract Document s (or in the provisions of any other direct contract wit h Cit y fo r other work on the Project) to adapt the design to the proposed substitut e item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 23 of 63 c) whether incorporatio n or use of the proposed substitut e item in connectio n with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitut e item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credit s that will result directly or indirectly from use of such substitut e item, including cost s of redesign and Damage Clai ms of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of constructio n is expressly required by the Contract Documents, Contractor may furnish or utilize a substitut e means, method, technique, sequence, or procedure of constructio n approved by City. Contractor shall submit sufficient informatio n to allo w 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 Cit y for review in the same manner as those provided in Paragraph 6.05.A.2. C. City’s Evaluation: Cit y will be allowed a reasonable time within whic h to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.B. Cit y may require Contractor to furnis h additional dat a about the proposed substitute. Cit y will be the sole judge of acceptability. No “or-equal” or substitut e will be ordered, installed or utilized until City’s review is co mplete, whic h will be evidenced by a Change Order in the case of a substitute and an accepted Submitta l fo r an “or-equal.” Cit y will advise Contractor in writing of it s determination. D. Special Guarantee: Cit y may require Contractor to furnis h at Contractor’s expense a special performance guarantee, warranty, or other suret y wit h respect to any substitute. Contractor shall indemnif y 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: Cit y will record City’s cost s in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.B. Whether or no t City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse Cit y fo r evaluating each such proposed substitute. Contractor may also be required to reimburse Cit y fo r the charges fo r making changes in the Contract Docu ment s (or in the provisions of any other direct contract wit h City) resulting from the acceptance of each proposed substitute. F. Contractor’s Expense: Contractor shall provid e all dat a in support of any proposed substitut e or “or-equal” at Contractor’s expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Cost s (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform wit h his own organization, work of a value not less than 35% of the value embraced on the Contract , unless otherwise approved by the City. B. Contracto r shall no t emplo y any Subcontractor, Supplier, or other individual or entity, whether initiall y or as a replacement , against who m Cit y may have reasonable objection. Contractor shall not be required to emplo y any Subcontractor, Supplier, or other individual or entit y to furnish or perfor m any of the Work against who m Contracto r has reasonable objectio n (excluding those acceptable to Cit y as indicated in Paragraph 6.06.C). C. The Cit y may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project , and will provide such requirement s in the Supplementary Conditions. D. Minority and Women Business Enterprise Compliance: It is Cit y polic y to ensure the full and equitable participatio n by Minorit y and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Document s provide for MWBE goal, Contractor is required to co mply wit h the intent of the City’s MWBE Business Enterprise Ordinance (as amended) by the following: 1. Contractor shall, upo n request by City, provide co mplet e and accurate infor matio n regarding actual work performed by MWBE on the Contract and payment therefor. 2. Contractor will no t make additions, deletions, or substitutions of accepted MWBE without written consent of the City. Any unjustified chang e or deletio n shall be a materia l breach of Contract and may result in debarment in accordance wit h the procedures outlined in the Ordinance. 3. Contractor shall, upo n request by City, allo w an audit and/o r examinatio n of any books, records, or file s in the possession of the Contractor that will substantiat e the actual work performed by MWBE. Materia l misrepresentation of any nature will be grounds for ter minatio n of the Contract in accordance wit h Paragraph 15.02.A. Any such misrepresentation may be grounds fo r disqualification of Contractor to bid on future contracts wit h the Cit y fo r a perio d of not less than three years. E. Contractor shall be fully responsible to Cit y for all acts and omissions of the Subcontractors, Suppliers, and othe r individual s or entitie s performing or furnishing any of the Work just as Contractor is responsible fo r Contractor’s own act s and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between Cit y and any such Subcontractor, Supplier or other individual or entity; nor 2. shall creat e any obligatio n on the part of Cit y to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entit y except as may otherwise be required by Laws and Regulations. F. Contracto r shall be solely responsible fo r 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 wit h Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate wit h Cit y throug h Contractor. H. All Work performed for Contracto r by a Subcontractor or Supplier will be pursuant to an appropriat e agreement between Contractor and t he Subcontractor or Supplier whic h specifically binds the Subcontracto r or Supplier to the applicable terms and conditions of the Contract Docu ment s fo r the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contracto r shall co mply wit h all requirement s of Chapter 2258, Texas Government Code (as amended), including the payment of no t less than the rates deter mined by the Cit y Council of the Cit y of Fort Worth to be the prevailing wage rates in accordance wit h Chapter 2258. Such prevailing wage rates ar e include d in these Contract Docu ments. B. Penalt y for Violation. A Contracto r or any Subcontracto r who does no t pay the prevailing wage shall, upon demand made by the City, pay to t he Cit y $60 fo r each worker employed fo r each calendar day or part of the day that the worker is paid les s than the prevailing wage rates stipulate d in these contract docu ments. This penalt y shall be retaine d by the Cit y 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 infor mation, including a co mplaint by a worker , concerning an alleged violatio n of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the Cit y shall make an initial determination, befor e the 31st day after the dat e the Cit y receives the infor mation, as to whether goo d cause exist s to believe that the violatio n occurred. The Cit y shall notify in writing the Contractor or Subcontractor and any affected worker of it s initia l determination. Upo n the City’s determinatio n that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the Cit y shall retain the full amounts claimed by the claimant or claimant s as the difference between wages paid and wages due under the prevailing wage rates, such amounts bein g subtracted fro m successive progress payment s pending a final determinatio n of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violatio n of Sectio n 2258.023, Texas Government Code, including a penalt y owed to the Cit y or an affected worker, shall be submitted to binding arbitration in accordance wit h the Texas General Arbitratio n Act (Article 224 et seq., Revised Statutes) if the Cont ractor or Subcontractor and any affected worker does no t resolve the issue by agreement befor e the 15t h day after the dat e the Cit y makes it s initia l determinatio n pursuant to Paragraph C above. If the persons required to arbitrate under this sectio n do not agree on an arbitrator befor e the 11th day after the dat e that arbitratio n is required, a district court shall appoint an arbitrator on the petitio n of any of the persons. The Cit y is no t a party in the arbitr ation. The decisio n and award of the arbitrator is fina l and binding on all partie s and may be enforced in any court of co mpetent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, fo r a perio d of three (3) years following the date of acceptance of the work, maintain records that sho w (i) the name and occupation of each worker employed by the Contractor in the constructio n of the Work provided for in this Contract ; and (ii) the actual per die m wages paid to each worker. The records shall be open at all reasonable hours fo r inspectio n by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Affadavit. Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code related to paying prevailing wage rates on completion of the project. 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 it s subcontract s and/or shall otherwise require all of it s Subcontractors to co mply wit h Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all cost s incident to the use in the perfor mance of the Work or the incorporatio n in the Work of any invention, design, process, product, or device whic h is the subject of patent right s or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents fo r use in the perfor mance of the Work and if, to the actual knowledge of City, it s use is subject to patent right s or copyrights calling fo r the payment of any license fee or royalt y to others, the existence of such right s shall be disclosed by Cit y in the Contract Documents. Failur e of the City t o disclose such infor matio n does no t relieve the Contractor fro m it s obligations to pay fo r the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professional s and al l court or arbitration or other disput e resolution costs) arisin g out of or relating to any infringement of patent right s or copyright s incident to the use in the performance of the Wor k or resulting from CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 27 of 63 the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay fo r all construction permit s and licenses except those provided fo r in the Supplementary Conditions or Contract Documents. Cit y shall assist Contractor, when necessary, in obtaining such permit s and licenses. Contractor shall pay all governmental charges and inspectio n fees necessary fo r the prosecution o f the Work whic h are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Dat e of the Agreement , except fo r permit s provided by the Cit y as specified in 6.09.B. Cit y shall pay all charges of utilit y owners fo r connections fo r providing permanent service to the Work. B. City obtained permits and licenses. Cit y will obtain and pay for all permit s and licenses as provided fo r in the Supplementary Conditions or Contract Documents. It will be the Contractor’s responsibilit y to carry out the provisions of the permit . If the Contractor initiates changes to the Contract and the Cit y approves the changes, the Contractor is responsible fo r obtaining clearances and coordinating wit h the appropriate regulatory agency. The Cit y will not reimburse the Contractor for any cost associated wit h these requirement s of any Cit y acquired permit . The following are permit s the Cit y will obtain if required: 1. Texas Depart ment of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Co mmissio n on Environmental Qualit y Permits 4. Railroad Co mpany Permits C. Outstanding permits and licenses. The Cit y anticipates acquisitio n of and/o r access to permits and licenses. An y outstanding permit s and license s are anticipated to be acquired in accordance wit h the schedule set fort h in the Supplement ary Conditions . The Project Schedule submitte d by the Contractor in accordance wit h the Contr act Docu ment s must conside r any outstanding permit s and licenses. 6.10 Laws and Regulations A. Contracto r shall give all notices required by and shall comply wit h all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the Cit y shall not be responsible fo r monitoring Contractor’s co mpliance wit h any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to kno w that it is contrar y to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 28 of 63 court or arbitratio n or other dispute resolutio n costs) arising out of or relating to such Work. However , it shall not be Contractor’s responsibilit y to make certain that the Specifications and Drawings are in accordance wit h Laws and Regulat ions, but this shall no t relieve Contractor of Contractor’s obligations under Paragrap h 3.02. C. Changes in Laws or Regulations no t known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organizatio n whic h qualifie s fo r exemptio n pursuant to Texas Tax Code, Subchapter H, Section s 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials , supplie s and equipment used or consu med in the performance of thi s contract by issuing to his supplier an exe mptio n certificat e in lie u of the tax, said exe mptio n certificat e to co mply wit h Stat e Co mptroller’s Ruling .007. An y such exe mption certificat e issued to the Contractor in lie u of the tax shall be subject to and shall co mply wit h the provisio n of Stat e Co mptroller’s Ruling .011, and any other applicable ruling s pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permit s and infor matio n may be obtained fro m: https://comptroller.texas.gov/taxes/permit/ 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment , and the operations of workers to the Sit e and other areas per mitted by Laws and Regulations, and shall no t unreasonably encu mber the Sit e and other areas wit h constructio n equipment or other materials or equip ment . Contractor shall assu me full responsibilit y fo r any damage to any suc h land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting fro m 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 fo r proper execution of the Work, the Cit y may require the Contractor to finis h the sectio n on whic h operations are in progress before work is co mmenced on any additional area of the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Sit e and other areas free fro m accumulations of wast e materials, rubbish, and other debris. Removal and disposal of such wast e materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hour s after written notice is given to the Contractor that the clean-up on the jo b sit e is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the Cit y may take such direct actio n as the City dee ms appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the cost s of such direct action, plus 25 % of such costs, shall be deducted fro m the monies due or to beco me due to the Contractor. D. Final Site Cleaning: Prio r to Fina l Acceptance of the Work Contractor shall clea n the Sit e and the Work and make it ready for utilizatio n by Cit y or adjacent property owner. At the co mpletion of the Work Contractor shall remove fro m the Sit e all tools , appliances, constructio n equipment and machinery, and surplus materials and shall restore to original conditio n or better all property disturbed by the Work. E. Loading Structures: Contracto r shall not loa d no r per mit any part of any structur e to be loaded in any manner that will endanger the structure, no r shall Contracto r subjec t any part of the Work or adjacent propert y to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe plac e at the Sit e or in a plac e designated by the Contractor and approved by the City, one (1) record cop y of all Drawings , Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to sho w changes made during construction. These recor d document s together wit h all approved Sample s and a counterpart of all accepted Submittals will be available t o Cit y fo r reference. Upo n co mpletio n of the Work, these recor d documents, any operatio n and maintenance manuals, and Submittals will be delivered to Cit y prio r to Fina l Inspection. Contractor shall include accurate locations fo r buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible fo r initiating, maintaining and supervising all safety precautions and programs in connectio n wit h the Work. Such responsibilit y does no t relieve Subcontractors of their responsibilit y fo r the safety of persons or property in the performance of their work, no r for co mpliance wit h applicable safet y Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 30 of 63 take all necessary precautions fo r the safety of, and shall provide the necessary protection to prevent damage, injur y or loss to: 1. all persons on the Sit e or who may be affected by the Work; 2. all the Work and materials and equip ment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Sit e 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. Contracto r shall comply wit h all applicable Laws and Regulations relating to the safety of persons or property, or to the protectio n of persons or property fro m 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 utilit y owners when prosecution of the Work may affect them, and shall cooperate wit h them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply wit h the applicable requirement s of City’s safety programs, if any. D. Contractor shall infor m Cit y of the specific requ irement s of Contractor’s safet y program, if any, wit h whic h City’s employees and representatives must co mply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entit y directly or indirectly employed by any of them to perform any of the Work, or anyone fo r whose act s any of them may be liable, shall be remedied by Contractor. F. Contractor’s duties and responsibilitie s fo r safet y and fo r protectio n of the Work shall continue until such time as all the Work is completed and Cit y has accepted the Work. 6.15 Safety Representative Contractor shall infor m Cit y in writing of Contractor’s designated safet y representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible fo r coordinating any exchange of material safet y data sheet s or other hazard co mmunication infor matio n required to be made available to or exchanged between or among employers in accordance wit h Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safet y or protection of persons or the Work or property at the Sit e or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give Cit y prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations fro m the Contract Docu ment s have been caused thereby or are required as a result thereo f. If Cit y determines that a change in the Contract Document s is required because of the actio n taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request fro m the Cit y to rectify any discrepancies, omissions, or correctio n necessary to confor m wit h the requirement s of the Contract Documents, the Cit y shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant conditio n and request the Contractor to take remedia l actio n to correct the condition. In the event the Contractor does not take positive steps to fulfill this writte n request, or does no t sho w jus t cause fo r not taking the proper action, within 24 hours, the Cit y may take such remedia l actio n wit h Cit y forces or by contract. The City shall deduct an amount equal to the entir e cost s for such remedia l action, plus 25%, fro m any fund s due or beco me due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to Cit y for review and acceptance in accordance wit h the accepted Schedule of Submittals (as required by Paragrap h 2.07). Each sub mitta l will be identified as Cit y may require. 1. Submit nu mber of copie s specified in the General Requirements. 2. Dat a shown on the Submittals will be co mplet e wit h respect to quantities , dimensions, specifie d perfor mance and desig n criteria , materials , and simila r dat a to sho w Cit y the services, materials , and equipment Contracto r proposes to provid e and to enable Cit y to revie w the infor matio n fo r the li mite d purposes required by Paragraph 6.18.C. 3. Submittals submitte d as herein provided by Contractor and reviewed by Cit y for conformance wit h the desig n concept shall be executed in conformit y wit h the Contract Docu ment s unles s otherwis e required by City. 4. When Submittals are submitted for the purpose of showing the installatio n in greater detail, their review shall not excuse Contractor fro m requirement s shown on the Drawings and Specifications. 5. For -Infor mation-Only submittals upo n whic h the Cit y is not expected to conduct revie w or take responsive actio n may be so identifie d in the Contract Docu ments. 6. Submit required nu mber of Sample s specified in the Specifications. 7. Clearly identif y each Sample as to material, Supplier , pertinent dat a such as catalo g nu mbers, the use fo r whic h intended and othe r dat a as Cit y may require to enable Cit y to revie w the submitta l fo r the limite d purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Document s or the Schedule of Submittals, any related Work perfor med prio r to City’s revie w and acceptance of the pertinent submitta l will be at the sole expense and responsibilit y of Contractor. C. City’s Review: 1. Cit y will provid e timely revie w of required Submittals in accordance wit h the Schedule of Submittals acceptable to City. City’s revie w and acceptance will be only to deter mine if the ite ms covered by the submittals will, after inst allatio n or incorporatio n in the Work, conform to the in formatio n give n in the Contract Document s and be co mpatible wit h the design concept of the co mplete d Project as a functioning whole as indicated by the Contract Docu ments. 2. City’s revie w and acceptance will no t extend to means, methods, techniques, sequences, or procedures of constructio n (except wher e a particula r means, method, technique, sequence, or procedur e of constructio n is specifically and expressly called fo r by the Contract Docu ments) or to safet y precautions or programs incident thereto . The revie w and acceptance of a separat e ite m as such will not indicat e approval of the assembly in whic h the item functions. 3. City’s review and acceptance shall not relieve Contractor fro m responsibilit y fo r any variatio n fro m the requirement s of the Contract Docu ment s unles s Contractor has co mplied wit h the requirement s of Sectio n 01 33 00 and Cit y has give n written acceptance of each such variatio n by specific written notatio n thereo f incorporated in or accompanying the Submittal. City’s review and acceptance shall no t relieve Contracto r fro m responsibilit y for co mplying wit h the require ment s of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreement s wit h City. No Work shall be delayed or postponed pending resolutio n of any disputes or disagreements, except as Cit y and Contractor may otherwise agree in writing. 6.20 Contractor’s General Warranty and Guarantee A. Contractor warrant s and guarantees to Cit y that all Work will be in accordance wit h the Contract Document s and will no t be defective. Cit y and it s officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor’s warrant y and guarantee. B. Contractor’s warrant y and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operatio n by persons other than Contractor, Subcontractors, Suppliers, or any other individua l or entit y for who m Contracto r is responsible ; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 33 of 63 2. nor mal wear and tear under normal usage. C. Contractor’s obligatio n to perform and complet e the Work in accordance wit h the Contract Document s shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance wit h the Contract Document s or a release of Contractor’s obligatio n to perform the Work in accordance wit h the Contract Documents: 1. observations by City; 2. reco mmendatio n or payment by Cit y of any progress or fina l payment; 3. the issuance of a certificate of Final Acceptance by Cit y or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 7. any correctio n of defective Work by City. D. The Contractor shall remed y any defect s or da mages in the Work and pay fo r any damage to othe r wor k or propert y resulting therefro m whic h shall appear withi n a perio d of two (2) years fro m the dat e of Fina l Acceptance of the Work unles s a longer perio d is specified and shall furnis h a good and sufficient maintenance bond, complying wit h the requirement s of Article 5.02.B. The Cit y will give notic e of observed defects wit h reasonable pro mptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, fro m 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 suc h claim s and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contracto r will no t be required to provide professiona l design services unless such services are specifically required by the Contract Document s fo r a portio n of the Work or unless such services are required to carr y out Contractor’s responsibilities fo r constructio n means, methods, techniques, sequences and procedures. B. If professiona l desig n services or certifications by a desig n professiona l related to systems, materials or equip ment are specifically required of Contractor by the Contract Documents, City will specify all performance and desig n criteria that such services must satis fy. 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 pro fessional. Submittals related to the Work designed or certified by such pro fessional, if prepared by others, shall bear such pro fessional’s written approval when submitted to City. C. Cit y shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided Cit y has specified to Contractor performance and desig n criteria that suc h services must satisfy. D. Pursuant to this Paragraph 6.22, City’s review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance wit h performance and desig n criteria give n and the desig n concept expressed in the Contract Documents. City’s review and acceptance of Submittals (except desig n calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the Cit y shall, until the expiratio n 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 Cit y 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 audit s in co mpliance wit h the provisions of this Paragraph. The Cit y shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all it s subcontract s hereunder a provisio n to the effect that the subcontractor agrees that the Cit y shall, until the expiratio n 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 Cit y shall have access during Regular Working Hours to all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriat e work space in order to conduct audit s in co mpliance wit h the provisions of this Paragraph. The Cit y shall give Subcontracto r reasonable advance notic e of intended audits. C. Contractor and Subcontractor agree to photocopy such document s as may be requested by the City. The Cit y 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 perfor med. 6.24 Nondiscrimination A. The Cit y is responsible fo r operating Public Transportation Programs and imple menting transit - related projects, whic h are funded in part wit h Federal financial assistance awarded by the U.S. Depart ment of Transportatio n and the Federal Transit Ad ministration (FTA), without discriminating against any perso n in the United States on the basis of race, color , or national origin. B. Title VI , Civi l Right s Act of 1964 as amended: Contractor shall comply wit h the requirement s of the Act and the Regulations as further defined in the Supplementary Conditions fo r any project receiving Federal assistance. ARTICLE 7 – OTHER WORK AT THE SITE 7.01 Related Work at Site A. Cit y may perfor m other work related to the Project at the Sit e wit h City’s employees, or other Cit y contractors, or through other direct cont ract s therefor, or have other work performed by utilit y owners. If such other work is not noted in the Contract Documents, then written notice thereo f will be given to Contractor prio r to starting any such other work; and B. Contractor shall affor d each other contractor who is a party to such a direct contract, each utility owner, and City, if Cit y is performing other work wit h City’s employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity fo r the introduction and storage of materials and equip ment and the execution of such other work, and properly coordinate the Work wit h theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make it s several parts co me together and properly integrat e wit h such other work. Contractor shall not endanger any work of other s by cutting, excavating, or otherwise altering such work; provided, however , that Contractor may cut or alter others' work wit h the written consent of Cit y and the others whose work will be affected. C. If the proper execution or result s of any part of Contractor’s Work depends upo n work performed by others under this Article 7, Contractor shall inspect such other work and pro mptly report to Cit y in writing any delays, defects, or deficienc ies in such other work that render it unavailable or unsuitable fo r the proper execution and result s of Contractor’s Work. Contractor’s failur e to so report will constitut e an acceptance of such other work as fit and proper for integratio n with Contractor’s Work except for latent defects in the work provided by others. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. If Cit y intends to contract wit h others for the perfor mance of other work on the Project at the Site, the following will be set fort h in Supplementary Conditions: 1. the individual or entit y who will have autho rit y and responsibilit y fo r coordination of the activitie s among the variou s contractors will be identified; 2. the specific matter s to be covered by such authorit y and responsibilit y will be ite mized; and 3. the extent of such authorit y and responsibilitie s will be provided. B. Unless otherwise provided in the Supplementary Conditions, Cit y shall have authority fo r such coordination. ARTICLE 8 – CITY’S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, Cit y shall issue all communications to Contractor. 8.02 Furnish Data Cit y shall timely furnish the dat a required under the Contract Documents. 8.03 Pay When Due Cit y shall make payment s to Contractor in accordance wit h Article 14. 8.04 Lands and Easements; Reports and Tests City’s duties wit h respect to providing lands and easement s and providing engineering surveys to establish reference point s are set fort h in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City’s identifying and making available to Contractor copies of reports of explorations and tests of subsurfac e conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Sit e that have been utilized by Cit y in preparing the Contract Documents. 8.05 Change Orders Cit y shall execute Change Orders in accordance wit h Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City’s responsibilit y wit h respect to certain inspections, tests, and approvals is set fort h in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 37 of 63 8.07 Limitations on City’s Responsibilities A. The Cit y shall no t supervise, direct , or have contro l or authorit y over, no r be responsible for, Contractor’s means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or fo r any failur e of Contractor to co mply wit h Laws and Regulations applicable to the performance of the Work. Cit y will no t be responsible for Contractor’s failur e to perfor m the Work in accordance wit h the Contract Documents. B. Cit y will notify the Contracto r of applicable safet y plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City’s responsibilit y wit h respect to an undisclosed Hazardous Environmental Conditio n is set forth in Paragraph 4.06. 8.09 Compliance wit h Safety Program While at the Site, City’s employees and representatives shall comply wit h the specific applicable requirement s of Contractor’s safety programs of which Cit y has been informed pursuant to Paragraph 6.14. ARTICLE 9 – CITY’S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City’s Project Manager Cit y will provide one or more Project Manager(s) during the constructio n period. The duties and responsibilities and the limitations of authorit y of City’s Project Manager during construction are set forth in the Contract Documents. The City’s Project Manager for this Contract is identified in the Supplementary Conditions. 9.02 Visits to Site A. City’s Project Manager will make visit s to the Sit e at intervals appropriate to the various stages of constructio n as Cit y deems necessary in order to observe the progress that has been made and the quality of the various aspect s of Contractor’s executed Work. Based on informatio n obtained during such visit s and observations, City’s Project Manager will determine, in general, if the Work is proceeding in accordance wit h the Contract Documents. City’s Project Manager will not be required to make exhaustive or continuous inspections o n the Sit e to check the quality or quantity of the Work. City’s Project Manager’s efforts will be directed toward providing Cit y a greater degree of confidence that the co mpleted Work will conform generally to the Contract Documents. B. City’s Project Manager’s visit s and observations are subject to all the limitations on authorit y and responsibilit y in the Contract Document s including those set fort h in Paragraph 8.07. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 38 of 63 9.03 Authorized Variations in Work City’s Project Manager may authorize mino r variations in the Work fro m the requirement s of the Contract Docu ment s whic h do no t involve an adjust ment in the Contract Price or the Contract Time and are co mpatible wit h the design concept of the co mpleted Project as a functioning whole as indicated by the Contract Docu ments. These may be accomplished by a Field Order and will be binding on Cit y and als o on Contractor, who shall perfor m the Work involved promptly. 9.04 Rejectin g Defective Work Cit y will have authority to reject Work whic h Cit y’s Project Manager believes to be defective, or will not produce a co mplete d Project that conforms t o the Contract Document s or that will prejudice the integrit y of the design concept of the co mpleted Project as a functioning whole as indicated by the Contract Documents. Cit y will have authorit y to conduct special inspection or testing of the Work as provided in Article 13, whether or no t the Work is fabricated, installed, or co mpleted. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City’s Project Manager will review wit h Contractor the preliminary determinations on such matters before rendering a written reco mmendation. City’s written decisio n will be final (except as modified to reflect changed factual conditions or more accurat e data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. Cit y will be the initia l interpreter of the requirement s of the Contract Document s and judge of the acceptabilit y of the Work thereunder. B. Cit y will render a written decisio n on any issue referred. C. City’s written decisio n on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 – CHANGES IN THE WORK ; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, Cit y may, at any time or from time to time, order Extr a Work. Upo n notice of such Extr a Work, Contractor shall promptly proceed wit h the Work involved whic h will be perfor med under the applicable conditions of the Contract Docu ment s (except as otherwise specifically provided). Extr a Work shall be memorialized by a Change Order whic h may or may no t precede an order of Extr a work. B. Fo r mino r changes of Work no t requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time wit h respect to any work perfor med that is not required by the Contract Document s as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. Cit y and Contractor shall execute appropriat e Change Orders covering: 1. changes in the Work whic h are: (i) ordered by Cit y pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City’s correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time fo r Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extr a Work, or as to the payment thereof, and the Cit y insist s upo n it s performance, the Contractor shall proceed wit h the work after making written request fo r written orders and shall keep accurat e account of the actual reasonable cost thereof. Contract Claims regarding Extr a Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the Cit y such installatio n records of all deviations fro m the original Contract Document s as may be necessary to enable the Cit y to prepare for permanent record a corrected set of plans showing the actual installation. C. The co mpensation agreed upo n for Extr a Work whether or no t initiated by a Change Order shall be a full, complet e and final payment for all cost s Contractor incurs as a result or relating to the change or Extr a Work, whether said cost s are known, unknown, foreseen or unforeseen at that time, including without limitation, any cost s for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extr a Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a suret y of any change affecting the general scope of the Work or the provisions of the Contract Document s (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor’s responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 40 of 63 10.06 Contract Claims Process A. City’s Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the Cit y fo r decis ion. A decisio n by Cit y shall be required as a conditio n precedent to any exercise by Contractor of any right s or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to Cit y no later than 15 days after the start of the event giving rise thereto. The responsibilit y to substantiate a Contract Claim shall rest wit h the party making the Contract Clai m. 2. Notice of the amount or extent of the Contract Clai m, wit h supporting dat a shall be delivered to the Cit y on or befor e 45 days fro m the start of the event giving rise thereto (unless the City allows additiona l time fo r Contractor to submit additiona l or more accurat e data in support of such Contract Claim). 3. A Contract Claim fo r an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim fo r an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be acco mpanied by Contractor’s written statement that the adjust ment claimed is the entir e adjust ment to whic h the Contractor believes it is entitled as a result of said event. 6. The Cit y shall submit any response to the Contracto r within 30 days afte r receipt of the clai mant’s las t submittal (unles s Contract allow s additiona l time). C. City’s Actio n: Cit y will revie w each Contract Clai m and, within 30 days after receipt of the last submitta l of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the Cit y is unable to resolve the Contract Claim if, in the City’s sole discretion, it would be inappropriate for the Cit y to do so. Fo r purposes of further resolutio n of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 41 of 63 D. City’s written actio n under Paragraph 10.06.C will be final and binding, unless Cit y or Contractor invoke the dispute resolutio n procedure set fort h in Article 16 within 30 days of such actio n or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance wit h this Paragraph 10.06. ARTICLE 11 – COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum o f all costs, except those excluded in Paragraph 11.01.B, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value o f any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additiona l or incre mental cost s required because of the change in the Work. Such cost s shall not include any of the cost s itemized in Paragraph 11.01.B, and shall include but no t be limited to the following items: 1. Payroll cost s fo r employees in the direct emplo y of Contractor in the performance of the Work under schedules of jo b classifications agreed upo n by Cit y and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll cost s fo r employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll cost s shall include; a. salaries wit h a 55% markup, or b. salaries and wages plus the cost of fringe benefits, whic h shall include socia l security contributions, unemployment , excise, and payroll taxes, workers’ co mpensation, health and retirement benefits, bonuses, sick leave, vacation and holida y pay applicable thereto. The expenses of perfor ming Work outside of Regular Working Hours, Weekend Working Hours, or lega l holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers’ field services required in connection therewith. 3. Rentals of all constructio n equip ment and machinery, and the part s thereo f whether rented fro m Contractor or other s in accordance wit h renta l agreement s approved by City, and the cost s of transportation, loading, unloading, assembly, dis mantling, and removal thereof. All such cost s shall be in accordance wit h the terms of said rental agreements. The rental of any such equipment , machinery, or part s shall cease when the use thereo f is no longe r necessary fo r the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 42 of 63 4. Payment s made by Contractor to Subcontractors fo r Work perfor med by Subcontractors. If required by City, Contractor shall obtain competitive bid s from subcontractors acceptable to Cit y and Contractor and shall deliver such bids to City, who will then determine, whic h bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor’s Cost of the Work and fee shall be determined in the same manner as Contract or’s Cost of the Work and fee as provided in this Paragraph 11.01. 5. Cost s of special consultant s (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed fo r services specifically related to the Work. 6. Supplemental cost s including the following: a. The proportio n of necessary transportation, travel, and subsistence expenses of Contractor’s employees incurred in discharge of dutie s connected wit h the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equip ment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, whic h are consumed in the perfor mance of the Work, and cost, less market value, of such ite ms used but no t consu med which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and fo r which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposit s lost fo r causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of the m or for whose act s any of them may be liable, and royalt y payment s and fees fo r permit s and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not co mpensated by insurance or otherwise, sustained by Contractor in connectio n wit h the perfor mance o f the Work, provided such losses and damages have resulted fro m causes othe r tha n the negligence of Contractor, any Subcontractor, or anyone directly or indirectl y employed by any o f them or for whose act s any of them may be liable. Such losses shall include settle ment s made wit h the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor’s fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Mino r expenses such as telegrams, long distance telephone calls, telephone and co mmunicatio n services at the Site , express and courier services, and similar pett y cash ite ms in connectio n wit h the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 43 of 63 h. The cost s of premiu ms fo r all bonds and insurance Contractor is required by the Contract Docu ment s to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall no t include any of the following items: 1. Payrol l cost s and other co mpensation of Cont ractor’s officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Sit e or in Contractor’s principa l or branch office for general administration of the Work and not specifically included in the agreed upo n schedule of jo b classifications referred to in Paragrap h 11.01.A.1 or specifically covered by Paragrap h 11.01.A.4, all of whic h are to be considere d administrative cost s covered by the Contractor’s fee. 2. Expenses of Contractor’s principa l and branch office s other than Contractor’s offic e at the Site. 3. Any part of Contractor’s capital expenses, including interest on Contractor’s capital employed fo r the Work and charges against Contractor fo r delinquent payments. 4. Cost s due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or fo r whose act s any of them may be liable , including but not limite d to, the correctio n of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Othe r overhead or general expense cost s of any kind. C. Contractor’s Fee: When all the Work is performed on the basis of cost-plus, Contractor’s fee shall be deter mined as set fort h in the Agreement . When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor’s fee shall be determined as set fort h in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.B, Contractor will establish and maintain records thereo f in accordance wit h generally accepted accounting practices and submit in a for m acceptable to City an ite mize d cost breakdown together wit h supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Document s and shall cause the Work so covered to be performed for such sums and by such persons or entitie s as may be acceptable to City. B. Pre-bi d Allowances: 1. Contracto r agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 44 of 63 a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor’s cost s fo r unloading and handling on the Site, labor , installation, overhead, profit , and other expenses conte mplate d fo r t he pre-bid allowances have been included in the allowances, and no demand fo r additiona l payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingenc y allowance, if any, is fo r the sole us e of City. D. Prio r to fina l payment , an appropriat e Change Order will be issued to reflect actual amount s due Contracto r on account of Work covered by allowances, and the Contract Pric e shall be correspondingly adjusted. 11.03 Uni t Price Work A. Wher e the Contract Docu ment s provide that all or part of the Work is to be Unit Pric e Work, initiall y the Contract Pric e will be deemed to includ e fo r all Unit Pric e Work an amount equal to the sum of the unit pric e fo r each separately identifie d ite m of Unit Pric e Work times the estimated quantit y of each ite m as indicate d in the Agreement. B. The estimated quantities of ite ms of Unit Pric e Work are not guaranteed and are solely for the purpose of co mpariso n of Bids and determining an initia l Contract Price. Determinations of the actual quantitie s and classifications of Unit Price Work performed by Contractor will be made by Cit y subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequat e to cover Contractor’s overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required fo r a functionally co mplet e installation, but no t identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. Cit y may make an adjust ment in the Contract Price in accordance wit h Paragraph 12.01 if: 1. the quantit y of any ite m of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement ; and 2. there is no corresponding adjust ment wit h respect to any other item of Work. E. Increased or Decreased Quantities: The Cit y reserves the right to order Extr a Work in accordance wit h Paragraph 10.01. 1. If the changes in quantities or the alterations do no t significantly change the character of work under the Contract Documents, the altered work will be paid fo r at the Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist , this will be considered Extr a Work and the Contract will be amended by a Change Order in accordance wit h Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differ s materially in kind or nature fro m that in the Contract or b. a Majo r Item of work varies by more than 25% fro m the origina l Contract quantity. 5. When the quantity of work to be done under any Majo r Item of the Contract is more than 125% of the original quantity stated in the Contract , then either part y to the Contract may request an adjust ment to the unit price on the portio n of the work that is above 125%. 6. When the quantit y of work to be done under any Majo r Item of the Contract is less than 75% of the original quantity stated in the Contract , then either part y to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may no t represent the exact quantit y of work per formed or material moved, handled, or placed during the execution of the Contract . The estimated bid quantities are designated as fina l payment quantities, unless revise d by the governing Sectio n or this Article. B. If the quantity measured as outlined under “Price and Payment Procedures” varies by more than 25% (or as stipulated under “Price and Payment Procedures” fo r specific Items) fro m the total estimated quantit y for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantit y of authorized work done for payment purposes. The part y to the Contract requesting the adjustment will provide field measurement s and calculations showing the final quantity for whic h payment will be made. Payment for revised quantit y will be made at the unit price bid fo r that Item, except as provided fo r in Article 10. C. When quantities are revised by a change in desig n approved by the City, by Change Order, or to correct an error, or to correct an erro r on t he plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantit y multiplie d by the unit price bid for an individual Item is les s than $250 and the Item is not originally a plan s quantity Item, then the Item may be paid as a plans quantit y Item if the Cit y and Contractor agree in writing to fix the fina l quantit y as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 46 of 63 E. Fo r callout work or non-sit e specific Contracts, the plans quantity measurement requirement s are not applicable. ARTICLE 12 – CHANGE OF CONTRACT PRICE; CHANG E OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be deter mined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is no t covered by unit prices contained in the Contract Documents, by a mutually agreed lu mp sum or unit price (which may include an allowance fo r overhead and profit no t necessarily in accordance wit h Paragraph 12.01.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extr a Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Docu ments and agreement to a lu mp su m or unit price is no t reached under Paragraph 12.01.B.2, on the basis of the Cost of the Work (deter mined as provided in Paragraph 11.01) plus a Contractor’s fee fo r overhead and profit (determined as provided in Paragraph 12.01.C). C. Contractor’s Fee: The Contractor’s additiona l fe e fo r overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is no t agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. fo r costs incurred under Paragraphs 11.01.A.1, 11.01.A.2. and 11.01.A.3, the Contractor’s additional fee shall be 15 percent except for: 1) rental fees fo r Contractor’s own equip ment using standard rental rates; 2) bond s and insurance; b. for cost s incurred under Paragraph 11.01.A.4 and 11.01.A.5, the Contractor’s fee shall be five percent (5%); 1) where one or more tier s of subcontract s are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 47 of 63 tier, will be paid a fee of 15 percent of the cost s incurred by such Subcontractor under Paragraphs 11.01.A.1 and 11.01.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of cost s ite mized under Paragraphs 11.01.A.6, and 11.01.B; d. the amount of credit to be allowed by Contractor to Cit y fo r any change whic h result s in a net decrease in cost will be the amount of the actua l net decrease in cost plu s a deduction in Contractor’s fe e by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extensio n of the Contract Time will be allowed for Extr a Work or for claimed dela y unless the Extr a Work contemplated or claimed dela y is shown to be on the critical path of the Project Schedule or Contractor can sho w by Critica l Pat h Metho d analysis ho w the Extr a Work or claimed dela y adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the perfor mance or co mplet ion of any part of the Work within the Contract Time due to dela y beyon d the contro l of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such dela y if a Contract Claim is made therefor. Delays beyond the contro l of Cont ractor shall include, but no t be limited to, acts or neglect by City, act s or neglect of utilit y owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or act s of God. Such an adjustment shall be Contractor’s sole and exclusive remedy fo r the delays described in this Paragraph. B. If Contractor is delayed, Cit y shall no t be liable to Contractor for any claims, costs, losses, or damages (including but no t li mited to all fees and charges of engineers, architects, attorneys, and othe r professionals and all court or arbitratio n or other dispute resolutio n costs) sustained by Contractor on or in connectio n wit h any other project or anticipated project. C. Contractor shall no t be entitled to an adjustment in Contract Price or Contract Time for delays within the contro l of Contractor. Delays attributable to and within the contro l of a Subcontractor or Supplier shall be deemed to be delays within the contro l of Contractor. D. The Contractor shall receive no co mpensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failur e of the Cit y to provide infor matio n or material, if any, whic h is to be furnished by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13 – TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of whic h Cit y has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected , or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies wit h jurisdictional interests will have access to the Sit e and the Work at reasonable times fo r their observation, inspection, and testing. Contractor shall provide them proper and safe conditions fo r such access and advise them of Contractor’s safet y procedures and programs so that they may comply therewit h as applicable. 13.03 Tests and Inspections A. Contractor shall give Cit y timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate wit h inspectio n and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdictio n require any of the Work (o r part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibilit y fo r arranging and obtaining such independent inspections , tests, retest s or approvals, pay all cost s in connectio n therewith, and furnis h Cit y the required certificates of inspectio n or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulatio n (TDLR) inspections , whic h shall be paid as describe d in the Supplementar y Conditions. C. Contracto r shall be responsible fo r arranging and obtaining and shall pay all cost s in connection wit h any inspections, tests, re-tests, or approvals required fo r City’s acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prio r to Contractor’s purchase thereo f for incorporatio n in the Work. Such inspections , tests, re-tests, or approvals shall be performed by organizations acceptable to City. D. Cit y may arrange fo r the services of an independent testing laborator y (“Testing Lab”) to perfor m any inspections or test s (“Testing”) fo r any part of the Work, as determined solely by City. 1. Cit y will coordinate such Testing to the extent possible, wit h Contractor; 2. Should any Testing under this Sectio n 13.03 D result in a “fail”, “did not pass” or other similar negative result , the Contracto r shall be responsible fo r paying fo r any and all retests. Contractor’s cancellation without cause of Cit y initiated Testing shall be deemed a negative result and requir e a retest. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 49 of 63 3. Any amount s owed fo r any retest under this Sectio n 13.03 D shall be paid directly to the Testing Lab by Contractor. Cit y will forwar d all invoices fo r retest s to Contractor. 4. If Contractor fails to pay the Testing Lab, Cit y will not issue Fina l Payment until the Testing Lab is paid. E. If any Work (or the wor k 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 fo r observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor’s expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Sectio n 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Document s or specific instructions by the City, it must, if requested by City, be uncovered for City’s observatio n and replaced at Contractor’s expense. B. If Cit y consider s it necessary or advisable that covered Work be observed by Cit y or inspected or tested by others, Contractor, at City’s request, shall uncover, expose, or otherwise make available fo r observation, inspection, or testing as Cit y may require, that portio n of the Work in question, furnishing all necessary labor, material, and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolutio n costs) arising out o f or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstructio n (including but not limited to all cost s of repair or replacement of work of others); or Cit y shall be entitled to accept defective Work in accordance wit h Paragraph 13.08 in whic h case Contractor shall still be responsible fo r all costs associated wit h exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contracto r shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement , and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contracto r fails to supply sufficient skilled workers or suitable materials or equip ment , or fails to per form the Work in such a way that the co mpleted Work will conform to the Contract Documents, Cit y may order Contractor to stop the Work, or any portio n thereo f, until the cause fo r such order has been eliminated; however, this right of Cit y to stop the Work shall not give rise to any dut y on the part of Cit y to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any suret y for, or employee or agent of any of them. 13.06 Correction or Remova l of Defective Work A. Pro mptly afte r receipt of written notice , Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or no t fabricat ed, installed , or co mpleted, or, if the Work has been rejected by City, remove it fro m the Projec t and replace it wit h Work that is no t defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limite d to all fee s and charges of engineers, architects, attorneys, and other professionals and all court or arbitratio n or other dispute resolutio n costs) arising out of or relating to such correction or removal (including but no t limited to all cost s of repair or replacement of work of others). Failur e to requir e the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no actio n that would void or otherwise impair City’s special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. I f within two (2) years afte r t he dat e of Fina l Acceptance (or such longer perio d of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor’s use by Cit y or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to Cit y and in accordance wit h 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 fro m the Project and replace it wit h Work that is not defective, and 4. satisfactorily correct or repair or remove and replac e any damage to othe r Work, to the work of other s or othe r land or areas resulting therefro m. B. If Contractor does not pro mptly co mply wit h the ter ms of City’s writte n instructions, or in an emergency wher e dela y would cause seriou s ris k of los s or damage, Cit y 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 no t limite d to all fee s and charges of engineers, architects, attorneys , and othe r professionals and all court or other disput e resolutio n costs) arisin g out of or relating to such correctio n or repair or such remova l and replacement (including but no t limite d to all cost s of repair or replacement of wor k of others) will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 51 of 63 C. In special circumstances where a particular ite m of equipment is placed in continuous service befor e Fina l Acceptance of all the Work, the correctio n perio d fo r that item may start to run from an earlier dat e if so provided in the Contract Docu ments. D. Wher e defective Work (and damage to other Work resulting therefro m) has been corrected or removed and replaced under this Paragraph 13.07, the correctio n perio d hereunder wit h respect to such Work may be required to be extended fo r an additiona l perio d of one yea r afte r the end of the initia l correctio n period. Cit y shall provid e 30 days written notic e to Contractor should such additiona l warrant y coverage be required. Contractor may disput e this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor’s obligations under this Paragraph 13.07 are in additio n to any other obligatio n or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for , or a waiver of, the provisions of any applicable statute of limitatio n or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, Cit y prefers to accept it , Cit y may do so . Contractor shall pay all clai ms, 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 resolutio n costs) attributable to City’s evaluatio n of and determinatio n to accept such defective Work and for the diminished value of the Work to the extent no t otherwise paid by Contractor. If any such acceptance occurs prio r to Fina l Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Document s wit h respect to the Work, and Cit y shall be entitled to an appropriat e decrease in the Contract Price, reflecting the diminished value o f Work so accepted. 13.09 City May Correct Defective Work A. If Contracto r fails within a reasonable time after written notice from Cit y to correct defective Work, or to remove and replace rejected Work as required by Cit y in accordance wit h Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance wit h the Contract Documents, or if Contracto r fails to co mply wit h any other provisio n of the Contract Documents, Cit y may, after seven (7) days writte n notic e to Contractor, correct , or remedy any such deficiency. B. In exercising the right s and remedies under this Paragraph 13.09, Cit y shall proceed expeditiously. In connectio n wit h such cor rective or remedia l action, Cit y may exclude Contractor fro m all or part of the Site, take possession of all or part of the Work and suspend Contractor’s services related thereto, and incorporat e in the Work all materials and equipment incorporated in the Work, stored at the Sit e or for whic h Cit y has paid Contractor but whic h are stored elsewhere. Contractor shall allo w City, City’s representatives, agents, consultants, employees, and City’s other contractors, access to the Sit e to enable Cit y to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by Cit y in exercising the right s 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 Document s wit h respect to the Work; and Cit y shall be entitled to an appropriat e decrease in the Contract Price. D. Contractor shall not be allowed an extensio n of the Contract Time because of any dela y in the perfor mance of the Work attributable to the exercise of City’s right s and remedie s under this Paragrap h 13.09. ARTICLE 14 – PAYMENTS TO CONTRACTO R AND COMPLETION 14.01 Schedule of Values The Schedule of Value s fo r lu mp su m contract s established as provided in Paragraph 2.07 will serve as the basis for progress payment s and will be inc orporated int o a form of Applicatio n for Payment acceptable to City. Progress payment s on account of Unit Pric e Work will be based on the number of unit s co mpleted. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible fo r providing all informatio n as required to beco me a vendo r of the City. 2. At least 20 days befor e the date established in the General Requirement s fo r each progress payment , Contractor shall submit to Cit y for review an Applicatio n for Payment filled out and signe d by Contractor covering the Work co mpleted as of the dat e of the Applicatio n and acco mpanied by such supporting documentation as is required by the Contract Docu ments. 3. If payment is requeste d on the basis of materials and equipment no t incorporated in the Work but delivered and suitably stored at the Sit e or at another locatio n agreed to in writing, the Application fo r Payment shall also be acco mpanied by a bill of sale, invoice, or other documentation warranting that Cit y has received the materials and equip ment free and clear o f all Liens and evidence that the materia ls and equipment are covered by appropriate insurance or other arrangement s to protect Cit y’s interest therein, all of whic h must be satisfactory to City. 4. Beginning wit h the second Applicatio n fo r Payment, each Applicatio n shall include an affidavit of Contracto r stat ing that previous progress payment s received on account of the Work have been applied on account to discharge Contractor’s legitimate obligations associated wit h prio r Applications fo r Payment. 5. The amount of retainage wit h respect to progress payment s will be as described in subsection C. unless otherwise stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 53 of 63 B. Review of Applications: 1. Cit y will, after receipt of each Application fo r Payment , eithe r indicate in writing a reco mmendatio n of payment or retur n the Applicatio n to Contractor indicating reasons for refusing payment . In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City’s processing of any payment requested in an Applicatio n for Payment will be based on City’s observations of the executed Work, and on City’s revie w of the Applicatio n for Payment and the acco mpanying dat a and schedules, that to the best of City’s knowledge: a. the Work has progressed to the point indicated; b. the qualit y of the Work is generally in accordance wit h the Contract Document s (subject to an evaluatio n of the Work as a funct ioning whole prio r to or upo n Fina l Acceptance, the result s of any subsequent test s called fo r in the Contract Docu ments, a final deter minatio n of quantitie s and classificat ions fo r Work performed under Paragrap h 9.05, and any other qualifications stated in the reco mmendation). 3. Processing any such payment will no t thereby be deemed to have represented that: a. inspections made to check the quality or the quantit y of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to Cit y in the Contract Documents; or b. there may not be other matters or issues bet ween the parties that might entitle Contractor to be paid additionall y by Cit y or entitle Cit y to withhold payment to Contractor; or c. Contractor has co mplied wit h Laws and Regulations applicable to Contractor’s performance of the Work. 4. Cit y may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the result s of subsequent inspections or tests, and revise or revoke any such payment previously made, to such ext ent as may be necessary to protect Cit y from loss because: a. the Work is defective or co mpleted Work has been damaged by the Contracto r or subcontractors requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. Cit y has been required to correct defective Work or co mplet e Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 54 of 63 e. Cit y has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. Fo r contract s less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. Fo r contract s greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. Fo r each calendar day that any work shall remain unco mpleted after the time specified in the Contract Docu ments, the sum per day specified in the Agreement will be assessed against the monie s due the Contractor, no t as a penalty, but as damages suffered by the City. E. Payment : Contractor will be paid pursuant to the requirement s of this Article 14 and payment will beco me due in accordance wit h the Contract Docu ments. F. Reduction in Payment: 1. Cit y may refuse to make payment of the amount requested because: a. Liens have been filed in connectio n wit h the Work, except where Contractor has delivered a specific bond satisfactory to Cit y to secure the satisfaction and discharge of such Liens; b. ther e are other ite ms entitling Cit y to a set -off against the amount reco mmended; or c. Cit y has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If Cit y refuse s to make payment of the amount requested, Cit y will give Contracto r written notic e stating the reasons fo r such actio n and pay Contractor any amount remaining after deduction of the amount so withheld . Cit y shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by Cit y and Contractor, when Contractor remedie s the reasons fo r such action. 14.03 Contractor’s Warranty of Title Contractor warrant s and guarantees that title to all Work, materials, and equipment covered by any Applicatio n for Payment , whether incorporated in the Project or not , will pass to Cit y no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 55 of 63 14.04 Partial Utilization A. Prio r to Final Acceptance of all the Work, Cit y may use or occupy any part of the Work whic h has specifically been identified in the Contract Docu ments, or which City determines constitutes a separately functioning and usable part of the Work that can be used for it s intended purpose without significant interference wit h Contractor’s performance of the remainder of the Work. Cit y at any time may notify Contractor in writing to permit Cit y to use or occupy any such part of the Work whic h Cit y determines to be ready fo r its intended use, subject to the following conditions: 1. Contractor at any time may notify Cit y in writing that Contractor consider s any such part of the Work ready fo r it s intended use. 2. Within a reasonable time after notificatio n as enu merated in Paragraph 14.05.A.1, Cit y and Contractor shall make an inspection of that part of the Work to determine it s status of co mpletion. If Cit y does no t consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partia l Utilizatio n will no t constitut e Final Acceptance by City. 14.05 Final Inspection A. Upo n written notice fro m Contractor that the entir e Work is Substantially Complet e in accordance wit h the Contract Documents: 1. Within 10 days, Cit y will schedule a Final Inspectio n wit h Contractor. 2. Cit y will notify Contractor in writing of all particulars in whic h this inspectio n reveals that the Work is inco mplet e or defective (“Punch List Items”). Contractor shall immediately take such measures as are necessary to co mplet e such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said dat e of notification to the City of Substantial Completion and the dat e of Fina l Inspection. 1. Should the Cit y determine that the Work is not read y fo r Final Inspection, Cit y will notify the Contracto r in writing of the reasons and Contract Time will resume. 2. Should the City concur that Substantial Completion has been achieved with the exception of any Punch List Items, Contract Time will resume for the duration it takes for Contractor to achieve Final Acceptance. 14.06 Final Acceptance Upo n co mpletio n by Contractor to City’s satisfaction, of any additiona l Work identified in the Final Inspection , Cit y will issue to Contracto r a letter of Fina l Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upo n Fina l Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure fo r progress payment s in accordance wit h the Contract Documents. 2. The final Applicatio n fo r Payment shall be accompanied (except as previously delivered) by: a. all documentation called fo r in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to fina l payment; c. a lis t of all pending or released Damage Clai ms against Cit y that Contractor believes are unsettled ; and d. affidavit s of payment s for employees, subcontractors, and suppliers; and co mplet e and legally effective releases or waivers (satisfactory to City) of all Lie n right s aris ing out of or Liens filed in connectio n wit h the Work . B. Payment Becomes Due: 1. Afte r City’s acceptance of the Applicatio n fo r Payment and accompanying documentation, requested by Contractor, les s previous payment s made and any sum Cit y is entitled, including but not limite d to liquidate d damages, will beco me due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Clai m has been reported to Contractor’s insurance provider fo r resolution. 3. The making of the final payment by the Cit y shall not relieve the Contracto r of any guarantees or other requirement s of the Cont ract Document s whic h specifically continue thereafter. 14.08 Final Completion Delayed and Partia l Retainage Release A. If fina l co mpletio n of the Work is significantly delayed, and if Cit y so confir ms, Cit y may, upon receipt of Contractor’s fina l Applicatio n fo r Payment , and without terminating the Contract, make payment of the balance due fo r that port ion of the Work fully completed and accepted. If the remaining balance to be held by Cit y for Work not fully completed or corrected is les s than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the suret y to the payment of the balance due fo r that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 57 of 63 portio n of the Work fully completed and accepted shall be submitted by Contractor to Cit y with the Applicatio n fo r suc h payment . Such payment shall be made under the ter ms and conditions governing fina l payment , except that it shall not constitute a waive r of Contract Claims. B. Partial Retainage Release. Fo r a Contract that provides fo r a separat e vegetative establishment and maintenance, and test and performance period s following the co mpletio n of all other constructio n in the Contract Docu ment s fo r all Work locations , the Cit y may release a portio n of the amount retained provided that all other wor k is co mpleted as determined by the City. Before the release, all submittals and final quantities must be co mpleted and accepted for all other work. An amount sufficient to ensur e Contract co mplianc e will be retained. 14.09 Waiver of Claims The acceptance of fina l payment will constitut e a re lease of the Cit y fro m all claims or liabilities under the Contract fo r anything done or furnished or relating to the work under the Contract Docu ment s or any act or neglect of Cit y related to or connected wit h the Contract. ARTICLE 15 – SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, Cit y may suspend the Work or any portio n thereo f by written notic e to Contractor and whic h may fix the dat e on whic h Work will be resumed. Contractor shall resume the Work on the dat e so fixed. During temporary suspension of the Work covered by these Contract Documents, fo r any reason, the Cit y will make no extr a payment for stand-by time o f constructio n equipment and/or constructio n crews. B. Should the Contracto r no t be able to co mplet e a portio n of the Project due to causes beyond the contro l of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and Cit y that a solutio n to allo w constructio n to proceed is not available within a reasonable perio d 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 fo r an indefinit e period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily no r beco me damaged in any way, and he shall take every precaution to prevent damage or deterioratio n of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed fo r the cost of moving his equipment off the jo b and returning the necessary equipment to the jo b when it is determined by the Cit y that constructio n may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no pro fit will be allowed. Reimbursement may not be allowed if the equipment is moved to another constructio n project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following event s by way of example, but no t of limitation, may justif y ter minatio n fo r cause: 1. Contractor’s persistent failur e to perform the Work in accordance wit h the Contract Document s (including, but no t limited to, failure to supply sufficient skilled workers or suitable materials or equipment , failur e to adhere to the Project Schedule established under Paragraph 2.07 as adjusted fro m time to time pursuant to Paragraph 6.04, or failur e to adhere to the City’s Business Diversity Enterprise Ordinance #20020-12-2011established under Paragraph 6.06.D); 2. Contractor’s disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor’s repeated disregard of the authorit y of City; or 4. Contractor’s violatio n in any substantial way of any provisions of the Contract Documents; or 5. Contractor’s failur e to pro mptly make good any defect in materials or work manship, or defects of any nature, the correctio n of whic h has been directed in writing by the City; or 6. Substantial indicatio n that the Contracto r has made an unauthorized assignment of the Contract or any funds due therefro m fo r the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor co mmences lega l action in a court of co mpetent jurisdictio n against the City. B. If one or more of the event s identified in Paragraph 15.02A. occur, Cit y will provide written notice to Contractor and Suret y to arrange a conference wit h Contractor and Suret y to address Contractor's failur e to perfor m the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Suret y do no t agree to allo w the Contractor to proceed to perform the constructio n Contract , the Cit y may, to the extent permitted by Laws and Regulations , declare a Contractor default and formally ter minat e the Contractor 's right to co mplet e the Contract . Contractor default shall no t be declared earlier than 20 days after the Contracto r and Suret y have received notic e of conference to address Contractor's failur e to perfor m the Work. 2. If Contractor's services are terminated, Suret y shall be obligated to take over and perform the Work. If Suret y does no t co mmence performance thereo f within 15 consecutive calendar days after dat e of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 59 of 63 obligations, then City, without process or actio n at law, may take over any portio n of the Work and co mplet e it as described below. a. If Cit y completes the Work, Cit y may exclude Contractor and Suret y fro m the sit e and take possession of the Work, and all materials and equipment incorporated int o the Work stored at the Sit e or for whic h Cit y has paid Contractor or Suret y but whic h are stored elsewhere, and finis h the Work as Cit y may deem expedient. 3. Whether Cit y or Suret y completes the Work, Contractor shall no t be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by Cit y arising out of or resulting from co mpleting the Work, such excess will be paid t o Contractor. If such clai ms, costs, losses and damages exceed such unpaid balance, Contracto r shall pay the difference to City. Such claims, costs, losses and damages incurr ed by Cit y will be incorporated in a Change Order, provided that when exercising any right s or remedies under this Paragraph, Cit y shall not be required to obtain the lowest price fo r the Work performed. 4. Neithe r City, no r any of it s respective consult ants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Suret y fo r the metho d by which the co mpletio n of the said Work, or any portion thereof, may be accomplished or fo r the price paid therefor. 5. City, notwithstanding the metho d used in completing the Contract , shall not forfeit the right to recover damages fro m Contractor or Suret y for Contractor's failure to timely co mplet e the entir e Contract . Contractor shall no t be entitled to any claim on account of the metho d used by Cit y in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided fo r in the bond requirement s of the Contract Document s or any special guarantees provided fo r under the Contract Document s or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.B, Contractor’s services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminat e to correct it s failur e to perform and proceeds diligently to cur e such failur e within no more than 30 days of receipt of said notice. D. Wher e Contractor’s service s have bee n so ter minated by City, the terminatio n will not affect any right s or remedie s of Cit y against Contractor t hen existing or whic h may thereafter accrue. Any retentio n or payment of moneys due Contractor by Cit y will not release Contractor from liability. E. If and to the extent that Contractor has provided a perfor mance bond under the provisions of Paragrap h 5.02, the terminatio n procedures of that bond shall not supersed e the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. Cit y may, without cause and without prejudice to any other right or remedy of City, terminat e the Contract. Any terminatio n shall be effected by mailing a notice of the terminatio n to the Contractor specifying the extent to whic h performance of Work under the contract is terminated, and the dat e upo n whic h such terminatio n beco mes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Servic e Mail by the City. Further, it shall be deemed conclusively presumed and established that such ter minatio n is made wit h just cause as therein stated; and no proo f in any claim, demand or suit shall be required of the Cit y regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop wor k under the Contract on the date and to the extent specified in the notice of ter mination; 2. plac e no further orders or subcontract s fo r materials, services or facilities except as may be necessary fo r co mpletio n of such portio n of the Work under the Contract as is no t ter minated; 3. ter minat e all order s and subcontract s to the extent that the y relat e to the per formance of the Work ter minated by notic e of ter mination; 4. transfe r title to the Cit y and deliver in the manner , at the times, and to the extent , if any, directe d by the City: a. the fabricated or unfabricated parts, Work in progress, co mplete d Work, supplies and othe r materia l produced as a part of, or acquire d in connectio n wit h the performance of, the Work terminated by the notic e of the ter mination; and b. the co mpleted, or partially completed plans, drawings, infor matio n and other property which, if the Contract had been co mpleted, would have been required to be furnished to the City. 5. co mplet e performance of such Work as shall no t have been terminated by the notice of ter mination; and 6. take such actio n as may be necessary, or as the Cit y may direct , for the protectio n and preservation of the property related to it s contract whic h is in the possession of the Contractor and in whic h the owner has or may acquire the rest. C. At a time not later than 30 days after the terminatio n dat e specified in the notice of termination, the Contractor may submit to the Cit y a list , certifie d as to quantit y and quality, of any or all ite ms of terminatio n inventory not previously disposed of, exclusive of items the dispositio n of whic h has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the Cit y shall accept title to such items provided, that the list submitted shall be subject to verificatio n by the Cit y upo n removal of the items or, if the ite ms are stored, within 45 days fro m the dat e of submissio n of the list , and any necessary adjust ments to correct the list as submitted, shall be made prior to final settle ment. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the Cit y in the form and wit h the certification prescribed by the City. Unles s an extensio n is made in writing within such 60 day perio d by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid fo r (without duplicatio n of any items): 1. co mpleted and acceptable Work executed in accordance wit h the Contract Document s prior to the effective dat e of termination, including fair and reasonable sums fo r overhead and profit on such Work; 2. expenses sustained prio r to the effective date of terminatio n in performing services and furnishing labor , materials , or equip ment as required by the Contract Docu ment s in connection wit h unco mpleted Work, plus fair and reasonable sums fo r overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failur e of the Contracto r and Cit y to agree upo n the whole amount to be paid to the Contractor by reason of the terminatio n of the Work, the Cit y shall determine, on the basis of infor matio n available to it , the amount , if any, due to the Contractor by reason of the ter minatio n and shall pay to the Contractor the amount s determined. Contractor shall not be paid on account of loss of anticipated profit s or revenue or other econo mic loss arising out of or resulting fro m such termination. ARTICLE 16 – DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either Cit y or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 befor e such decisio n becomes final and binding. The request for mediatio n shall be submitted to the other part y to the Contract . Timely submissio n of the request shall stay the effect of Paragraph 10.06.E. B. Cit y and Contracto r shall participat e in the mediatio n process in good faith. The process shall be co mmenced within 60 days of filing of the request. C. If the Contract Claim is no t resolve d by mediation, City’s action under Paragraph 10.06.C or a denia l pursuant to Paragraphs 10.06.C.3 or 10.06.D shall beco me fina l and binding 30 days after ter minatio n of the mediatio n unless, within that time period, Cit y or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 62 of 63 1. elects in writing to invoke any other dispute resolutio n process provided for in the Supplementar y Conditions ; or 2. agrees wit h the other part y to sub mit the Contract Claim to another dispute resolution process; or 3. give s writte n notic e to the other part y of the intent to submit the Contract Claim to a court of co mpetent jurisdiction. ARTICLE 17 – MISCELLANEOUS 17.01 Giving Notice A. Whenever any provisio n of the Contract Document s requires the giving of written notice, it will be deemed to have been validly give n if: 1. delivered in perso n to the individual or to a member of the fir m or to an officer of the corporatio n fo r who m it is intended; or 2. delivered at or sent by registered or certified mail, postag e prepaid, to the las t business address known to the give r of the notice. B. Business address changes must be pro mptly made in writing to the other party. C. Whenever the Contract Document s specifies giving notice by electronic means such electronic notice shall be deemed sufficient upo n confir matio n of receipt by the receiving party. 17.02 Computation of Times When any perio d of time is referred to in the Contract Document s by days, it will be computed to exclud e the firs t and includ e the las t day of suc h period. If the las t day of any such perio d falls on a Saturday or Sunday or on a day made a lega l holida y the next Working Day shall beco me the last da y of the period. 17.03 Cumulative Remedies The dutie s and obligations imposed by these General Conditions and the right s and remedies available hereunder to the partie s heret o ar e in additio n to, and are no t to be construed in any way as a limitatio n of, any right s and remedie s available to any or all of them whic h are otherwise imposed or available by Laws or Regulations, by specia l 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 Document s in connectio n wit h each particular duty, obligation, right , and remedy to whic h they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 63 of 63 17.04 Survival of Obligations All representations, inde mnifications, warranties, and guarantees made in, required by, or give n in accordance wit h the Contract Docu ments, as well as all continuing obligations indicated in the Contract Docu ments, will survive fina l payment , co mpletion, and acceptance of the Work or ter minatio n or co mpletio n of the Contract or terminatio n of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted fo r convenience only and do not constitute part s of these General Conditions. 00 73 00 SUPPLEMENTARY CONDITIONS Page 1 of 6 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised March 8, 2024 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-3.03B.2, “Resolving Discrepancies” Plans govern over Specifications. SC-4.01A Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.01A.1., “Availability of Lands” The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of September 19, 2024: Outstanding Right-Of-Way, and/or Easements to Be Acquired PARCEL NUMBER OWNER TARGET DATE OF POSSESSION None The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. SC-4.01A.2, “Availability of Lands” Utilities or obstructions to be removed, adjusted, and/or relocated 00 73 00 SUPPLEMENTARY CONDITIONS Page 2 of 6 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised March 8, 2024 The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated as of September 19, 2024 EXPECTED OWNER UTILITY AND LOCATION TARGET DATE OF ADJUSTMENT None The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4.02A., “Subsurface and Physical Conditions” The following are reports of explorations and tests of subsurface conditions at the site of the Work: 1) Pavement Core Reportt, dated February 29, 2024 prepared by Alpha Testing, a consultant of the City, providing additional information on pavement type and thickness. 2) Summary of Test Hole Information and Coordinates, dated August 22, 2024 prepared by Yellow Rose Mapping, a sub-consultant of the Freese and Nichols, Inc, providing additional sub-surface information on select utilities. The following are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site of the Work: None. SC-4.06A., “Hazardous Environmental Conditions at Site” The following are reports and drawings of existing hazardous environmental conditions known to the City: None. SC-5.03A., “Certificates of Insurance” The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) City (2) Consultant: Freese and Nichols, Inc. (3) Other: None SC-5.04A., “Contractor’s Insurance” The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A. Workers' Compensation, under Paragraph GC-5.04A. Statutory limits Employer's liability $100,000 each accident/occurrence $100,000 Disease - each employee $500,000 Disease - policy limit 00 73 00 SUPPLEMENTARY CONDITIONS Page 3 of 6 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised March 8, 2024 SC-5.04B., “Contractor’s Insurance” 5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with minimum limits of: $1,000,000 each occurrence $2,000,000 aggregate limit The policy must have an endorsement (Amendment – Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. The Commercial General Liability Insurance 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. SC 5.04C., “Contractor’s Insurance” 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor’s Liability Insurance under Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non-owned. $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: $250,000 Bodily Injury per person / $500,000 Bodily Injury per accident / $100,000 Property Damage SC-5.04D., “Contractor’s Insurance” The Contractor’s construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks None The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, 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. 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: (1) General Aggregate: $N/A (2) Each Occurrence: $N/A Required for this Contract x Not required for this Contract 00 73 00 SUPPLEMENTARY CONDITIONS Page 4 of 6 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised March 8, 2024 With respect to the above outlined insurance requirements, the following shall govern: 1. 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. 2. 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-way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. 3. 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. 4. 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. 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. 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. SC-6.04., “Project Schedule” Project schedule shall be tier 3 for the project. SC-6.07 A.., “Duty to pay Prevailing Wage Rates” The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: 2013 Prevailing Wage Rates for Heavy and Highway Construction Projects A copy of the table is also available by accessing the City’s website at: https://apps.fortworthtexas.gov/ProjectResources/ You can access the file by following the directory path: 02-Construction Documents/Specifications/Div00 – General Conditions SC-6.09., “Permits and Utilities” SC-6.09A., “Contractor obtained permits and licenses” The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 1. Construction General Permit TXR150000 00 73 00 SUPPLEMENTARY CONDITIONS Page 5 of 6 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised March 8, 2024 SC-6.09B. “City obtained permits and licenses” The following are known permits and/or licenses required by the Contract to be acquired by the City: None. SC-6.09C. “Outstanding permits and licenses” The following is a list of known outstanding permits and/or licenses to be acquired, if any as of September 19, 2024 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None. SC-7.02., “Coordination” The individuals or entities listed below have contracts with the City for the performance of other work at the Site: None SC-8.01, “Communications to Contractor” World Cup The contractor will be required to fully demobilize and complete full water line testing and permanent pavement sections prior to the 2026 World Cup. Remobilization can occur after the World Cup in accordance with the remobilization bid item. Working Hours Working hours will be 7am-6pm on weekdays and 9am-5pm on weekends or as approved by Fort Worth Water. Requests for work timelines outside of the defined times must be submitted to Fort Worth Water for approval at least 24 hours in advance. Night Work The contractor is encouraged to perform all transmission main tie-ins during nighttime hours to limit service disruptions. Valves Large diameter valves (30”, 36”, and 42”) will be provided by the City. Coordination with Property Owners/Businesses The contractor will be required to coordinate with each property owner and/or business regarding temporary fire service disruption notifications and to provide temporary water. The below table outlines the temporary water recommendations. The contractor will be required to review the data with the City prior to shutdowns to confirm temporary water line capacities. Temporary Water Recommendations Construction Phasing Plan Maximum Unit Flow (GPM) Temporary Water Sizing Recommendation (inch) 1 35 2 2 74 2.5 3 33 2 4 428 4 5 25 2.5 6 7 1.5 7 26 2 8 26 2 00 73 00 SUPPLEMENTARY CONDITIONS Page 6 of 6 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised March 8, 2024 9 53 2.5 10 60 2.5 11 130 4 12 31 2 SC-9.01., “City’s Project Manager” The City’s Project Manager for this Contract is Dena Johnson, or her successor pursuant to written notification from the Director of Water Department SC-13.03C., “Tests and Inspections” None. SC-16.01C.1, “Methods and Procedures” None. END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F. Griffin SC-9.01., “City’s Project Representative” wording changed to City’s Project Manager. 3/9/2020 D.V. Magaña SC-6.07, Updated the link such that files can be accessed via the City’s website. 10/06/23 Michael Owen SC-6.07, Allow affidavit regarding paying prevailing wages to be submitted on completion of job, as opposed to with each progress report 3/08/24 Michael Owen Removed revisions related to affidavit, as those changes have been made in General Conditions DIVISION 01  GENERAL REQUIREMENTS  01 11 00 - 1 SUMMARY OF WORK Page 1 of 3 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 SECTION 01 11 00 SUMMARY OF WORK PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Summary of Work to be performed in accordance with the Contract Documents B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated 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. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights-of-way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. 01 11 00 - 2 SUMMARY OF WORK Page 2 of 3 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. D. Work within Easements 1. Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise, clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project construction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work within easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. 01 11 00 - 3 SUMMARY OF WORK Page 3 of 3 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 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 01 25 00 - 1 SUBSTITUTION PROCEDURES Page 1 of 4 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 SECTION 01 25 00 SUBSTITUTION PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 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, 01 25 00 - 2 SUBSTITUTION PROCEDURES Page 2 of 4 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 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 of proposed 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, the resulting cost and/or time reduction will be documented by Change Order in accordance with the General Conditions. 4. No additional contract time will be given for substitution. 01 25 00 - 3 SUBSTITUTION PROCEDURES Page 3 of 4 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 5. Substitution will be rejected if: a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the City’s opinion, acceptance will require substantial revision of the original design d. In the City’s opinion, substitution will not perform adequately the function consistent with the design intent 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. 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 01 25 00 - 4 SUBSTITUTION PROCEDURES Page 4 of 4 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: 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 Received late Address By Date Date Remarks Telephone For Use by City: Approved Rejected City Date 01 31 19 - 1 PRECONSTRUCTION MEETING Page 1 of 3 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 SECTION 01 31 19 PRECONSTRUCTION MEETING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures 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. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the execution of the Agreement and before Work is started. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Project Representative b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request e. Other City representatives 01 31 19 - 2 PRECONSTRUCTION MEETING Page 2 of 3 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 01 32 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. 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 l. 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. M/WBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment jj. Questions or Comments 01 31 19 - 3 PRECONSTRUCTION MEETING Page 3 of 3 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 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 01 31 20 - 1 PROJECT MEETINGS Page 1 of 3 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 SECTION 01 31 20 PROJECT MEETINGS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provisions for project meetings throughout the construction period to enable orderly review of the progress of the Work and to provide for systematic discussion of potential problems B. Deviations 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. Schedule, attend and administer as specified, periodic progress meetings, and specially called meetings throughout progress of the Work. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meetings administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. 4. Meetings, in addition to those specified in this Section, may be held when requested by the City, Engineer or Contractor. B. Pre-Construction Neighborhood Meeting 1. After the execution of the Agreement, but before construction is allowed to begin, attend 1 Public Meeting with affected residents to: a. Present projected schedule, including construction start date b. Answer any construction related questions 2. Meeting Location a. Location of meeting to be determined by the City. 3. Attendees a. Contractor 01 31 20 - 2 PROJECT MEETINGS Page 2 of 3 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 b. Project Representative c. Other City representatives 4. Meeting Schedule a. In general, the neighborhood meeting will occur within the 2 weeks following the pre-construction conference. b. In no case will construction be allowed to begin until this meeting is held. C. Progress Meetings 1. Formal project coordination meetings will be held periodically. Meetings will be scheduled and administered by Project Representative. 2. Additional progress meetings to discuss specific topics will be conducted on an as- needed basis. Such additional meetings shall include, but not be limited to: a. Coordinating shutdowns b. Installation of piping and equipment c. Coordination between other construction projects d. Resolution of construction issues e. Equipment approval 3. The Project Representative will preside at progress meetings, prepare the notes of the meeting and distribute copies of the same to all participants who so request by fully completing the attendance form to be circulated at the beginning of each meeting. 4. Attendance shall include: a. Contractor's project manager b. Contractor's superintendent c. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request d. Engineer's representatives e. City’s representatives f. Others, as requested by the Project Representative 5. Preliminary Agenda may include: a. Review of Work progress since previous meeting b. Field observations, problems, conflicts c. Items which impede construction schedule d. Review of off-site fabrication, delivery schedules e. Review of construction interfacing and sequencing requirements with other construction contracts f. Corrective measures and procedures to regain projected schedule g. Revisions to construction schedule h. Progress, schedule, during succeeding Work period i. Coordination of schedules j. Review submittal schedules k. Maintenance of quality standards l. Pending changes and substitutions m. Review proposed changes for: 1) Effect on construction schedule and on completion date 2) Effect on other contracts of the Project n. Review Record Documents o. Review monthly pay request p. Review status of Requests for Information 01 31 20 - 3 PROJECT MEETINGS Page 3 of 3 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 6. Meeting Schedule a. Progress meetings will be held periodically as determined by the Project Representative. 1) Additional meetings may be held at the request of the: a) City b) Engineer c) Contractor 7. Meeting Location a. The City will establish a meeting location. 1) To the extent practicable, meetings will be held at the Site. 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 01 32 33 - 1 PRECONSTRUCTION VIDEO Page 1 of 2 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 SECTION 01 32 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. 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. 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] 01 32 33 - 2 PRECONSTRUCTION VIDEO Page 2 of 2 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 33 00 - 1 SUBMITTALS Page 1 of 12 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 SECTION 01 33 00 SUBMITTALS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 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. 01 33 00 - 2 SUBMITTALS Page 2 of 12 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 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. 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 01 33 00 - 3 SUBMITTALS Page 3 of 12 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 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: 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 ½ inches x 11 inches to 8 ½ inches x 11inches. 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 01 33 00 - 4 SUBMITTALS Page 4 of 12 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 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 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 01 33 00 - 5 SUBMITTALS Page 5 of 12 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 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. 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 01 33 00 - 6 SUBMITTALS Page 6 of 12 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 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. 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 01 33 00 - 7 SUBMITTALS Page 7 of 12 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 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 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. 01 33 00 - 8 SUBMITTALS Page 8 of 12 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 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 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. 01 33 00 - 9 SUBMITTALS Page 9 of 12 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 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. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative’s then prevailing rates. 01 33 00 - 10 SUBMITTALS Page 10 of 12 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City’s discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Information (RFI) 1. Contractor Request for additional information a. Clarification or interpretation of the contract documents 01 33 00 - 11 SUBMITTALS Page 11 of 12 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Use the Request for Information (RFI) form provided by the City. 3. Numbering of RFI a. Prefix with “RFI” followed by series number, “-xxx”, beginning with “01” and increasing sequentially with each additional transmittal. 4. Sufficient information shall be attached to permit a written response without further information. 5. The City will log each request and will review the request. a. If review of the project information request indicates that a change to the Contract Documents is required, the City will issue a Field Order or Change Order, as appropriate. 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 01 33 00 - 12 SUBMITTALS Page 12 of 12 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days 01 33 00 A -1Submittal LogPage 1 of 2Ft. Worth City Project No. 105064AdministrativeShop DrawingProduct DataRecord DataSamplesMockupTest ReportsCertificationsCalculations Layout, Details, and Specifications CityContractorFNI01 25 00Substitution ProceduresX 01 32 16Construction Schedule X 01 57 13Storm Water Pollution Prevention Plan X 01 71 23Construction Staking and Survey X X 01 77 19Closeout RequirementsX 01 78 23Operation and Maintenance Data X 01 78 39Project Record DocumentsX 03 30 00Cast-In-Place Concrete XX X 03 34 13Controlled Low Strength Material (CLSM) X 03 34 16Concrete Base Material for Trench Repair X 32 01 17Permanent Asphalt Paving Repair X 32 01 18Temporary Asphalt Paving Repair X 32 01 29Concrete Paving Repair X 32 12 16Asphalt Paving X 32 12 73Asphalt Paving Crack Sealants X 32 13 13Concrete Paving X 32 13 20Concrete Sidewalks, Driveways and Barrier Free Ramps X 32 13 73Concrete Paving Joint Sealants X 33 01 30Sewer and Manhole Testing XX 33 01 31Closed Circuit Television (CCTV) Inspection - Sanitary Sewer X X 33 03 10Bypass Pumping of Existing Sewer SystemsX 33 04 10Joint Bonding and Electrical Isolation X X 33 04 40Cleaning and Acceptance Testing of Water MainsX 33 05 10Utility Trench Excavation. Embedment, and Backfill X 33 05 13Frame, Cover and Grade Rings X X 33 05 16Concrete Water Vaults X 33 05 21Tunnel Liner Plate XX 33 05 22Steel Casing Pipe XX 33 05 23Hand Tunneling X X 33 05 24Installation of Carrier Pipe in Casing or Tunnel Liner Plate XX 33 05 26Utility Markers/Locators X 33 05 30Location of Existing Utilities X 33 11 05Bolts, Nuts, and Gaskets X X 33 11 10Ductile Iron Pipe XX X 33 11 11Ductile Iron Fittings X X 33 11 12Polyvinyl Chloride (PVC) Pressure Pipe XX X 33 12 10Water Services 1-inch to 2-inch X X 33 12 20Resilient Seated (Wedge) Gate Valve X X 33 12 21AWWA Rubber-Seated Butterfly ValvesXXX33 12 25Connection to Existing Water MainsX X 33 12 30Combination Air Valve Assemblies for Potable Water Systems X X 33 12 40Fire Hydrants X 01 33 00 Submittals (Appendix A)Date ReceivedSubmittal No.Received byChecked bySubmittal LogDowntown Cast Iron Water Main ReplacementsSubmittal Type Copies DistributedAction Taken/CommentsManufacturer and Submittal DescriptionDate ReturnedSectionDowntown Cast Iron Water Main ReplacementsCity Project Number 105064 01 33 00 A -2Submittal LogPage 2 of 2Ft. Worth City Project No. 105064AdministrativeShop DrawingProduct DataRecord DataSamplesMockupTest ReportsCertificationsCalculations Layout, Details, and Specifications CityContractorFNI01 33 00 Submittals (Appendix A)Date ReceivedSubmittal No.Received byChecked bySubmittal LogDowntown Cast Iron Water Main ReplacementsSubmittal Type Copies DistributedAction Taken/CommentsManufacturer and Submittal DescriptionDate ReturnedSection33 12 50Water Sample Stations X 33 12 60Standard Blow-off Valve Assembly X 33 31 20Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe X X 33 31 50Sanitary Sewer Service Connections and Service Line X X 33 39 20Precast Concrete Manholes X 34 71 13Traffic ControlX Downtown Cast Iron Water Main ReplacementsCity Project Number 105064 01 35 13 - 1 SPECIAL PROJECT PROCEDURES Page 1 of 8 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised March 11, 2022 SECTION 01 35 13 SPECIAL PROJECT PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedures for special project circumstances that includes, but is not limited to: a. Coordination with the Texas Department of Transportation b. Work near High Voltage Lines c. Confined Space Entry Program d. Use of Explosives, Drop Weight, Etc. e. Water Department Notification f. Public Notification Prior to Beginning Construction g. Coordination with United States Army Corps of Engineers h. Coordination within Railroad permits areas i. Dust Control j. Employee Parking 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 12 25 – Connection to Existing Water Mains 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Coordination within Railroad permit areas a. Measurement 1) Measurement for this Item will be by lump sum. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for Railroad Coordination. c. The price bid shall include: 1) Mobilization 2) Inspection 3) Safety training 4) Additional Insurance 5) Insurance Certificates 6) Other requirements associated with general coordination with Railroad, including additional employees required to protect the right-of-way and property of the Railroad from damage arising out of and/or from the construction of the Project. 2. Railroad Flagmen a. Measurement 01 35 13 - 2 SPECIAL PROJECT PROCEDURES Page 2 of 8 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised March 11, 2022 1) Measurement for this Item will be per working day. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for each working day that Railroad Flagmen are present at the Site. c. The price bid shall include: 1) Coordination for scheduling flagmen 2) Flagmen 3) Other requirements associated with Railroad 3. All other items a. Work associated with these Items is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 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. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination with the Texas Department of Transportation 1. When work in the right-of-way which is under the jurisdiction of the Texas Department of Transportation (TxDOT): a. Notify the Texas Department of Transportation prior to commencing any work therein in accordance with the provisions of the permit 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) 01 35 13 - 3 SPECIAL PROJECT PROCEDURES Page 3 of 8 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised March 11, 2022 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. 2. Coordinate any event that will require connecting to or the operation of an existing City water line system with the City’s representative. a. Coordination shall be in accordance with Section 33 12 25. b. If needed, obtain a hydrant water meter from the Water Department for use during the life of named project. c. In the event that a water valve on an existing live system be turned off and on to accommodate the construction of the project is required, coordinate this activity through the appropriate City representative. 1) Do not operate water line valves of existing water system. a) Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. b) In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. F. Public Notification Prior to Beginning Construction 1. Prior to beginning construction on any block in the project, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: a. Post notice or flyer and City of Fort Worth Door Hangers, 7 days prior to beginning any construction activity on each block in the project area. 01 35 13 - 4 SPECIAL PROJECT PROCEDURES Page 4 of 8 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised March 11, 2022 1) Prepare flyer on the Contractor’s letterhead and include the following information: a) Name of Project b) City Project No (CPN) c) Scope of Project (i.e. type of construction activity) d) Actual construction duration within the block e) Name of the contractor’s foreman and phone number f) Name of the City’s inspector and phone number g) City’s after-hours phone number 2) A sample of the ‘pre-construction notification’ flyer is attached as Exhibit A. 3) City of Fort Worth Door Hangers will be provided to the Contractor for distribution with their notice. 4) Submit schedule showing the construction start and finish time for each block of the project to the inspector. 5) Deliver flyer to the City Inspector for review prior to distribution. b. No construction will be allowed to begin on any block until the flyer and door hangers are delivered to all residents of the block. G. Public Notification of Temporary Water Service Interruption during Construction 1. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. 2. Prepared notice as follows: a. The notification or flyer shall be posted 24 hours prior to the temporary interruption. b. Prepare flyer on the contractor’s letterhead and include the following information: 1) Name of the project 2) City Project Number 3) Date of the interruption of service 4) Period the interruption will take place 5) Name of the contractor’s foreman and phone number 6) Name of the City’s inspector and phone number c. A sample of the temporary water service interruption notification is attached as Exhibit B. d. Deliver a copy of the temporary interruption notification to the City inspector for review prior to being distributed. e. No interruption of water service can occur until the flyer has been delivered to all affected residents and businesses. f. Electronic versions of the sample flyers can be obtained from the Project Construction Inspector. H. Coordination with United States Army Corps of Engineers (USACE) 1. At locations in the Project where construction activities occur in areas where USACE permits are required, meet all requirements set forth in each designated permit. I. Coordination within Railroad Permit Areas 01 35 13 - 5 SPECIAL PROJECT PROCEDURES Page 5 of 8 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised March 11, 2022 1. At locations in the project where construction activities occur in areas where railroad permits are required, meet all requirements set forth in each designated railroad permit. This includes, but is not limited to, provisions for: a. Flagmen b. Inspectors c. Safety training d. Additional insurance e. Insurance certificates f. Other employees required to protect the right-of-way and property of the Railroad Company from damage arising out of and/or from the construction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines. 2. Obtain any supplemental information needed to comply with the railroad’s requirements. 3. Railroad Flagmen a. Submit receipts to City for verification of working days that railroad flagmen were present on Site. J. Dust Control 1. Use acceptable measures to control dust at the Site. a. If water is used to control dust, capture and properly dispose of waste water. b. If wet saw cutting is performed, capture and properly dispose of slurry. K. Employee Parking 1. Provide parking for employees at locations approved by the City. 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 01 35 13 - 6 SPECIAL PROJECT PROCEDURES Page 6 of 8 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised March 11, 2022 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.4.B – Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4.E – Added Contractor responsibility for obtaining a TCEQ Air Permit 3/11/2022 M Owen Remove references to Air Pollution watch Days and NCTCOG Clean construction Specification requirements. Clarify need for Door Hangers under in addition to contractor notification of public. 01 35 13 - 7 SPECIAL PROJECT PROCEDURES Page 7 of 8 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised March 11, 2022 EXHIBIT A (To be printed on Contractor’s Letterhead) on Contractor’s Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits 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 01 35 13 - 8 SPECIAL PROJECT PROCEDURES Page 8 of 8 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised March 11, 2022 EXHIBIT B 01 50 00 - 1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 SECTION 01 50 00 TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site 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. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City’s Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired 01 50 00 - 2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City’s established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off-site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control 01 50 00 - 3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on-call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 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] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] 3.6 RE-INSTALLATION 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 A. Temporary Facilities 01 50 00 - 4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 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 01 57 13 - 1 STORM WATER POLLUTION PREVENTION Page 1 of 3 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 SECTION 01 57 13 STORM WATER POLLUTION PREVENTION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans 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 25 00 – Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 31 25 00. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. 01 57 13 - 2 STORM WATER POLLUTION PREVENTION Page 2 of 3 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 31 25 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 31 25 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 31 25 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. 1.5 SUBMITTALS A. SWPPP 1. Submit in accordance with Section 01 33 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 B. Modified SWPPP 01 57 13 - 3 STORM WATER POLLUTION PREVENTION Page 3 of 3 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 01 33 00. 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 01 58 13 - 1 TEMPORARY PROJECT SIGNAGE Page 1 of 4 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 SECTION 01 58 13 TEMPORARY PROJECT SIGNAGE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Temporary Project Signage Requirements 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 [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] 01 58 13 - 2 TEMPORARY PROJECT SIGNAGE Page 2 of 4 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Design Criteria 1. Provide free standing Project Designation Sign in accordance with City’s Standard Details for project signs. B. Materials 1. Sign a. Constructed of ¾-inch fir plywood, grade A-C (exterior) or better 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. Provide vertical installation at extents of project. 2. Relocate sign as needed, upon request of the City. B. Mounting options a. Skids b. Posts c. Barricade 01 58 13 - 3 TEMPORARY PROJECT SIGNAGE Page 3 of 4 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 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 A. General 1. Maintenance will include painting and repairs as needed or directed by the City. 3.14 ATTACHMENTS [NOT USED] END OF SECTION 01 58 13 - 4 TEMPORARY PROJECT SIGNAGE Page 4 of 4 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 Revision Log DATE NAME SUMMARY OF CHANGE 01 66 00 - 1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 SECTION 01 66 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding 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 [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 AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. 01 66 00 - 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer’s recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer’s recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City’s Project Representative. 5. Provide off-site storage and protection when on-site storage is not adequate. a. Provide addresses of and access to off-site storage locations for inspection by City’s Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7. Store in manufacturers’ unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City’s Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City’s Project Representative. 01 66 00 - 3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 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 [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non-Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION 01 66 00 - 4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 Revision Log DATE NAME SUMMARY OF CHANGE 01 70 00 - 1 MOBILIZATION AND REMOBILIZATION Page 1 of 4 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised November 22, 2016 SECTION 01 70 00 MOBILIZATION AND REMOBILIZATION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. 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 01 70 00 - 2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised November 22, 2016 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 [Consult City Department/Division for direction on if Mobilization pay item to be included or the item should be subsidiary. Include the appropriate Section 1.2 A. 1.] 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) 01 70 00 - 3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised November 22, 2016 d. No payments will be made for standby, idle time, or lost profits associated this Item. 3. Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in 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] 01 70 00 - 4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised November 22, 2016 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 11/22/16 Michael Owen 1.2 Price and Payment Procedures - Revised specification, including blue text, to make specification flexible for either subsidiary or paid bid item for Mobilization. 01 71 23 - 1 CONSTRUCTION STAKING AND SURVEY Page 1 of 8 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 SECTION 01 71 23 CONSTRUCTION STAKING AND SURVEY PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements for construction staking and construction survey 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. Construction Staking 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 “Construction Staking”. 2) Payment for “Construction Staking” shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include, but not be limited to the following: 1) Verification of control data provided by City. 2) Placement, maintenance and replacement of required stakes and markings in the field. 3) Preparation and submittal of construction staking documentation in the form of “cut sheets” using the City’s standard template. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 3. As-Built Survey 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 “As-Built Survey”. 01 71 23 - 2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 2) Payment for “Construction Staking” shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include, but not be limited to the following:: 1) Field measurements and survey shots to identify location of completed facilities. 2) Documentation and submittal of as-built survey data onto contractor redline plans and digital survey files. 1.3 REFERENCES A. Definitions 1. Construction Survey - The survey measurements made prior to or while construction is in progress to control elevation, horizontal position, dimensions and configuration of structures/improvements included in the Project Drawings. 2. As-built Survey –The measurements made after the construction of the improvement features are complete to provide position coordinates for the features of a project. 3. Construction Staking – 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. Survey “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 1.4 ADMINISTRATIVE REQUIREMENTS A. The Contractor’s selection of a surveyor must comply with Texas Government Code 2254 (qualifications based selection) for this project. 1.5 SUBMITTALS A. Submittals, if required, shall be in accordance with Section 01 33 00. B. All submittals shall be received and reviewed by the City prior to delivery of work. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Field Quality Control Submittals 01 71 23 - 3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 1. Documentation verifying accuracy of field engineering work, including coordinate conversions if plans do not indicate grid or ground coordinates. 2. Submit “Cut-Sheets” conforming to the standard template provided by the City (refer to 01 71 23.16.01 – Attachment A – Survey Staking Standards). 1.7 CLOSEOUT SUBMITTALS B. As-built Redline Drawing Submittal 1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of constructed improvements signed and sealed by Registered Professional Land Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 – Attachment A – Survey Staking Standards) . 2. Contractor shall submit the proposed as-built and completed redline drawing submittal one (1) week prior to scheduling the project final inspection for City review and comment. Revisions, if necessary, shall be made to the as-built redline drawings and resubmitted to the City prior to scheduling the construction final inspection. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Construction Staking 1. Construction staking will be performed by the Contractor. 2. Coordination a. Contact City’s Project Representative at least one week in advance notifying the City of when Construction Staking is scheduled. b. It is the Contractor’s responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and maintaining stakes. If City surveyors are required to re-stake for any reason, the Contractor will be responsible for costs to perform staking. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed disturbed or omitted that the contracted Work cannot take place then the Contractor will be required to stake or re-stake the deficient areas. B. Construction Survey 1. Construction Survey will be performed by the Contractor. 2. Coordination a. Contractor to verify that horizontal and vertical control data established in the design survey and required for construction survey is available and in place. 3. General a. Construction survey will be performed in order to construct the work shown on the Construction Drawings and specified in the Contract Documents. b. For construction methods other than open cut, the Contractor shall perform construction survey and verify control data including, but not limited to, the following: 1) Verification that established benchmarks and control are accurate. 01 71 23 - 4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 2) Use of Benchmarks to furnish and maintain all reference lines and grades for tunneling. 3) Use of line and grades to establish the location of the pipe. 4) Submit to the City copies of field notesused to establish all lines and grades, if requested, and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City, if requested, to verify the guidance system and the line and grade of the carrier pipe. 6) The Contractor remains fully responsible for the accuracy of the work and correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to the City. 9) If the installation does not meet the specified tolerances (as outlined in Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct the installation in accordance with the Contract Documents. C. As-Built Survey 1. Required As-Built Survey will be performed by the Contractor. 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 01 71 23 - 5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 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 b) Manholes and Junction Structures (1) Rim and flowline elevations and coordinates for each manhole and junction structure. 4) Stormwater – Not Applicable 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY PART 2 - PRODUCTS A. A construction survey will produce, but will not be limited to: 1. Recovery of relevant control points, points of curvature and points of intersection. 2. Establish temporary horizontal and vertical control elevations (benchmarks) sufficiently permanent and located in a manner to be used throughout construction. 3. The location of planned facilities, easements and improvements. a. Establishing final line and grade stakes for piers, floors, grade beams, parking areas, utilities, streets, highways, tunnels, and other construction. b. A record of revisions or corrections noted in an orderly manner for reference. c. A drawing, when required by the client, indicating the horizontal and vertical location of facilities, easements and improvements, as built. 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all construction staking projects. These cut sheets shall be on the standard city template which can be obtained from the Survey Superintendent (817-392-7925). 5. Digital survey files in the following formats shall be acceptable: a. AutoCAD (.dwg) b. ESRI Shapefile (.shp) 01 71 23 - 6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use standard templates, if available) 6. Survey files shall include vertical and horizontal data tied to original project control and benchmarks, and shall include feature descriptions PART 3 - EXECUTION 3.1 INSTALLERS A. Tolerances: 1. The staked location of any improvement or facility should be as accurate as practical and necessary. The degree of precision required is dependent on many factors all of which must remain judgmental. The tolerances listed hereafter are based on generalities and, under certain circumstances, shall yield to specific requirements. The surveyor shall assess any situation by review of the overall plans and through consultation with responsible parties as to the need for specific tolerances. a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical tolerance. Horizontal alignment for earthwork and rough cut should not exceed 1.0 ft. tolerance. b. Horizontal alignment on a structure shall be within .0.1ft tolerance. c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and walkways shall be located within the confines of the site boundaries and, occasionally, along a boundary or any other restrictive line. Away from any restrictive line, these facilities should be staked with an accuracy producing no more than 0.05ft. tolerance from their specified locations. d. Underground and overhead utilities, such as sewers, gas, water, telephone and electric lines, shall be located horizontally within their prescribed areas or easements. Within assigned areas, these utilities should be staked with an accuracy producing no more than 0.1 ft tolerance from a specified location. e. The accuracy required for the vertical location of utilities varies widely. Many underground utilities require only a minimum cover and a tolerance of 0.1 ft. should be maintained. Underground and overhead utilities on planned profile, but not depending on gravity flow for performance, should not exceed 0.1 ft. tolerance. B. Surveying instruments shall be kept in close adjustment according to manufacturer’s specifications or in compliance to standards. The City reserves the right to request a calibration report at any time and recommends regular maintenance schedule be performed by a certified technician every 6 months. 1. Field measurements of angles and distances shall be done in such fashion as to satisfy the closures and tolerances expressed in Part 3.1.A. 2. Vertical locations shall be established from a pre-established benchmark and checked by closing to a different bench mark on the same datum. 3. Construction survey field work shall correspond to the client’s plans. Irregularities or conflicts found shall be reported promptly to the City. 4. Revisions, corrections and other pertinent data shall be logged for future reference. 01 71 23 - 7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR / RESTORATION A. If the Contractor’s work damages or destroys one or more of the control monuments/points set by the City, the monuments shall be adequately referenced for expedient restoration. 1. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. a. Contractor shall perform replacements and/or restorations. b. The City may require at any time a survey “Field Check” of any monument or benchmarks that are set be verified by the City surveyors before further associated work can move forward. 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. It is the Contractor’s responsibility to maintain all stakes and control data placed by the City in accordance with this Specification. This includes easements and right of way, if noted on the plans. B. Do not change or relocate stakes or control data without approval from the City. 3.8 SYSTEM STARTUP A. Survey Checks 1. The City reserves the right to perform a Survey Check at any time deemed necessary. 2. Checks by City personnel or 3rd party contracted surveyor are not intended to relieve the contractor of his/her responsibility for accuracy. 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 01 71 23 - 8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 8/31/2017 M. Owen Added instruction and modified measurement & payment under 1.2; added 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. 2/14/2018 M Owen Removed “blue text”; revised measurement and payment sections for Construction Staking and As-Built Survey; added reference to selection compliance with TGC 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 01 74 23 - 1 CLEANING Page 1 of 4 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 SECTION 01 74 23 CLEANING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, 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 92 13 – Hydro-Mulching, Seeding and Sodding 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. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 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 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. 01 74 23 - 2 CLEANING Page 2 of 4 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 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. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. 01 74 23 - 3 CLEANING Page 3 of 4 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on-site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Interior Final Cleaning 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other foreign materials from sight-exposed surfaces. 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 3. Wash and shine glazing and mirrors. 4. Polish glossy surfaces to a clear shine. 5. Ventilating systems a. Clean permanent filters and replace disposable filters if units were operated during construction. b. Clean ducts, blowers and coils if units were operated without filters during construction. 6. Replace all burned out lamps. 7. Broom clean process area floors. 8. Mop office and control room floors. D. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re-seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 01 74 23 - 4 CLEANING Page 4 of 4 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 5. Clean signs, lights, signals, etc. 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 01 78 23 - 1 OPERATION AND MAINTENANCE DATA Page 1 of 5 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 SECTION 01 78 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 ½ 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 01 78 23 - 2 OPERATION AND MAINTENANCE DATA Page 2 of 5 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 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 3. 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 in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. 01 78 23 - 3 OPERATION AND MAINTENANCE DATA Page 3 of 5 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 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 3. 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 01 78 23 - 4 OPERATION AND MAINTENANCE DATA Page 4 of 5 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 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 f. 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 01 78 23 - 5 OPERATION AND MAINTENANCE DATA Page 5 of 5 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 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 01 78 39 - 1 PROJECT RECORD DOCUMENTS Page 1 of 4 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 SECTION 01 78 39 PROJECT RECORD DOCUMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 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. 01 78 39 - 2 PROJECT RECORD DOCUMENTS Page 2 of 4 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 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] PART 2 - 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". 01 78 39 - 3 PROJECT RECORD DOCUMENTS Page 3 of 4 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 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, in accordance with the intervals set forth in Section 01 71 23, clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic 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 1. 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. 01 78 39 - 4 PROJECT RECORD DOCUMENTS Page 4 of 4 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2018 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] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE DIVISION 33  UTILITIES  33 01 31 - 1 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 1 of 11 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised March 11, 2022 SECTION 33 01 31 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements and procedures for Closed Circuit Television (CCTV) Inspection of sanitary sewer and water mains 24-inch and larger 2. For City Capital Improvement Projects, which include sanitary sewer rehabilitation projects, a Post-CCTV is required. Pre-CCTV for mains will be project specific and noted on the plans. 3. For new development sanitary sewer installation, a Post-CCTV is required. 4. For all City Capital Improvement Projects and new development sanitary sewer installation, a Final Manhole CCTV is required. 5. Final-CCTV will be project specific, and would include major collector, arterial, County, Railroad, and TXDOT projects that include extensive paving, structures, drainage, and grading activities B. Deviations from this City of Fort Worth Standard Specification 1. 1.1.A.1 – add water mains 2. 1.1 C. 4 – Add Section 33 04 40 3. 3.3 E. – Add water mains 4. 3.9.A. – Add Section 33 04 40 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 03 10 – Bypass Pumping of Existing Sewer Systems 4. Section 33 04 40 – Cleaning and Acceptance Testing of Water Mains 5. Section 33 04 50 – Cleaning of Sewer Mains 6. Section 01 32 16 – Construction Progress Schedule 1.2 PRICE AND PAYMENT PROCEDURES A. Pre-CCTV Inspection 1. Measurement a. Measurement for this Item will be by the linear foot of line televised for CCTV Inspection performed prior to any line modification or replacement determined from the distance recorded on the video log. 2. Payment 33 01 31 - 2 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 2 of 11 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised March 11, 2022 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 for “Pre-CCTV Inspection”. 1) Contractor will not be paid for unaccepted video. 3. The price bid shall include: a. Mobilization b. Cleaning c. Digital file B. Post-CCTV Inspection 1. Measurement a. Measurement for this Item will be by the linear foot of line televised for CCTV Inspection performed following repair or installation determined from the distance recorded on the video log. 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 for “Post-CCTV Inspection”. 1) Contractor will only be paid for video that is accepted in writing by Water Department. 3. The price bid shall include: a. Mobilization b. Cleaning c. Digital file C. Final-CCTV Inspection 1. Measurement a. Measurement for this Item will be by the linear foot of line televised for CCTV Inspection performed following repair or installation determined from the distance recorded on the video log. 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 for “Final-CCTV Inspection”. 1) Contractor will only be paid for video that is accepted in writing by Water Department. 3. The price bid shall include: a. Mobilization b. Cleaning c. Digital file D. Final- Manhole CCTV Inspection 1. Measurement a. Measurement for this Item will be per each manhole, junction structure, televised for CCTV Inspection performed following repair, manhole coating, final adjustments to grade, and/or installation determined on the video log. 2. Payment 33 01 31 - 3 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 3 of 11 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised March 11, 2022 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 each for “Final-Manhole CCTV Inspection”. 1) Contractor will only be paid for video that is accepted in writing by Water Department. 3. The price bid shall include: a. Mobilization b. Cleaning c. Digital file 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. City of Fort Worth Water Department a. City of Fort Worth Water Department CCTV Inspection and Defect Coding Program (CCTV Manual). City of Fort Worth Water Department CCTV Inspection Log. B. Definitions 1. Pre-CCTV – CCTV Inspection performed by Contractor on existing mains prior to any line modification or replacement. 2. Post CCTV – CCTV Inspection performed by Contractor following installation of new mains but before completion of other infrastructure (i.e. streets, sidewalks, final grading, etc.) 3. Final CCTV – CCTV Inspection performed by Contractor on mains and manholes after all construction is complete. Includes CCTV of the manholes (including grade rings, casting, etc.) after street construction, final grading, and manhole coating, if the coating is required. C. Final Manhole CCTV – CCTV Inspection performed by Contractor on manholes and/or junction structures, after all construction is complete. Includes CCTV of the manholes/ (including grade rings, casting, etc.) after street construction, final grading, and manhole coating, if the coating is required. 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Sanitary Sewer Lines a. Meet with City of Fort Worth Water Department staff to confirm that the appropriate equipment, software, standard templates, defect codes and defect rankings are being used, if required. B. Schedule 1. Include Pre, Post, Final Manhole, and Final CCTV schedule as part of the Construction Progress Schedule per Section 01 32 16. 33 01 31 - 4 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 4 of 11 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised March 11, 2022 2. Allow time for City review (2 weeks minimum – Notification needs to be sent out to Project Manager, City Inspector, & Field Operations). Post-CCTV can be scheduled and submitted for review after each sewer main construction has been completed. 3. If CCTV is accepted by City Project Manager, proceed with work. If rejected, coordinate with City per Part 1.4 A. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All CCTV submittals shall be submitted to the City Inspector to be uploaded to common location for review and comment by Water Operations and Inspections. Alternatively, the Inspector can provide Contractor access to upload directly to common location. Inspection and Water Operations staff shall be notified when CCTV upload is completed. C. If inspected with Infrastructure Technologies IT Pipes Software per CCTV Manual provide video data per the CCTV Manual. Provide additional copy of video in video file MP4 with H.264 code – Advanced Video Coding and compression standard. D. If inspected with other software provide video data in video file MP4 with H.264 code – Advanced Video Coding and compression standard. E. Inspection Report shall include: 1. Asset a. Date of Inspection b. City c. Project Name (Address accepted if project name does not exist) d. Main Number – as shown on drawings or GIS ID (If Available) e. Upstream Manhole Station – as shown on drawings or GIS ID (If Available) f. Downstream Manhole Station – as shown on drawings or GIS ID (If Available) g. Pipe Diameter h. Material i. Pipe Length j. Mapsco Location Number k. Date Constructed l. Pipe Wall Thickness m. Grade percentage n. Inspector Name 2. Inspection a. Inspection Number (i.e. 1st, 2nd,etc…) b. Crew Number c. Operator Name d. Operator Comments e. Reason for Inspection f. Equipment Number g. Camera Travel Direction is Upstream to Downstream – Deviation will require written justification, with the exception of stubouts & abandonment plugs that will always be recorded from the downstream side. 33 01 31 - 5 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 5 of 11 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised March 11, 2022 h. Inspected Length (feet) i. Work Order Number (if required) j. City Project Number (if required) k. City Contract Name l. Consultant Company Name m. Consultant Contact Name n. Consultant Contact Phone Number o. Contractor Company Name p. Contractor Contact Name q. Contractor Contact Phone Number F. CCTV overlay screen shall include (opening text to CCTV inspection) a. Date of inspection b. City Name c. City Project number d. Project name e. Main number f. Upstream SS Manhole (or Plug) station g. Downstream SS Manhole station h. Diameter i. Grade/Slope j. Material k. Length l. Contractor m. Inspectors name n. Travel direction o. Date Construction 1.6 INFORMATIONAL SUBMITTALS A. Pre- and Post CCTV submittals 1. CCTV video results shall be submitted to City that can be uploaded to shared common location by the inspection staff, upon confirmation that the submittal is complete (partial submissions are not accepted, except in special situations that are approved by the Water Department). For pre-CCTV submittals, approval of the submittal shall be provided by the Project Manager prior to construction start when connecting to existing sewer. 2. Alternatively, the Inspector can provide Contractor access to upload directly to common location. Inspection and Water Operations staff shall be notified when CCTV upload is completed in order to confirm submittal is complete. Inspection Report (separate report file for each individual shall be submitted to Inspector or directly uploaded to shared common location. B. Additional information that may be requested by the City 1. Listing of cleaning equipment and procedures 2. Listing of flow diversion procedures if required 3. Listing of CCTV equipment 33 01 31 - 6 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 6 of 11 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised March 11, 2022 4. Listing of backup and standby equipment 5. Listing of safety precautions and traffic control measures 1.7 CLOSEOUT SUBMITTALS A. Final CCTV shall not be completed until all manholes and surface covers are set to final grade. All as built changes to plan and profile drawings (redlines), are required to be reflected on the final CCTV inspection information. Final CCTV shall not be completed until all as built corrections have been made. 1. Final-CCTV submittals a. CCTV video results shall be submitted to City that can be uploaded to shared common location by the inspection staff, upon confirmation that the submittal is complete (partial submissions are not accepted, except in special situations that are approved by the Water Department). Alternatively, the Inspector can provide Contractor access to upload directly to common location. Inspection and Water Operations staff shall be notified when CCTV upload is completed in order to confirm submittal is complete. Sanitary sewer video file(s) in MP4 with H.264 code Advanced Video Coding and compression standard b. City Project Number displayed within text of sanitary sewer video. c. Construction Plans identifying the line segments that were videoed. Include cover sheet, 1 digital copy of the redlines (Contractor to upload into Accela or BIM 360), overall line layout sheet(s), and plan and profile sheet(s). 1) One (1) 11”X 17” copy d. Sanitary sewer line segment from drawings match line segments on Inspection Report. Recommend some minimum guidance for standardization of line segment submittals, to include proper identification of Project: name, CPN, line identification and stations, as well as format (e.g. PDF?) and minimum annotations required to explain deviations from policies as specified in this document, or any anomalies that are considered within tolerance. e. Inspection Report (separate report file for each individual shall be submitted to Inspector or directly uploaded to shared common location. f. Allow two (2) weeks to review before requesting final inspection. After review by the City Inspector and Water Field Operations, if applicable a combined set of punch list items will be submitted to the Contractor for correction. g. 1.8 J. CCTV SPREADSHEET LOG IN EXCEL FORMAT 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] 33 01 31 - 7 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 7 of 11 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised March 11, 2022 PART 2 - PRODUCTS A. Equipment– 1. Closed Circuit Television Camera a. The television camera used shall be one specifically designed and constructed for sewer inspection. Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe. The camera shall be operative in 100 percent humidity/submerged conditions. The equipment will provide a view of the pipe ahead of the equipment and of features to the side of the equipment through turning and rotation of the lens. The camera shall be capable of tilting at right angles along the axis of the pipe while panning the camera lens through a full circle about the circumference of the pipe. The lights on the camera shall also be capable of panning 90-degrees to the axis of the pipe. b. The radial view camera must be solid state color and have remote control of the rotational lens. The camera shall be capable of viewing the complete circumference of the pipe and manhole structure, including the cone-section or corbel. The camera lens shall be an auto-iris type with remote controlled manual override. 2. Video Capture System a. The video and audio recordings of the sewer inspections shall be made using digital video equipment. A video enhancer may be used in conjunction with, but not in lieu of, the required equipment. The digital recording equipment shall capture sewer inspection on USB drive, with each sewer segment (from upstream manhole to downstream manhole) inspection recorded as an individual file in MP4 with H.264 code format. b. The system shall be capable of printing pipeline inspection reports with captured images of defects or other related significant visual information on a standard color printer. c. The system shall store digitized color picture images and be saved in digital format on a USB drive. d. The system shall be able to produce data reports to include, at a minimum, all observation points and pertinent data. All data reports shall match the defect severity codes outlined in the City’s CCTV manual (electronic copy available on Water Department’s website – http://fortworthtexas.gov/water/wastewater/CCTV Manual. e. Camera footage, date & manhole numbers shall be maintained in real time and shall be displayed on the video monitor as well as the video character generators illuminated footage display at the control console. PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 33 01 31 - 8 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 8 of 11 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised March 11, 2022 3.3 PREPARATION A. General 1. Prior to inspection obtain pipe and manhole asset identification numbers from the plans or City to be used during inspections. Inspections performed using identification numbers other than the line number (or existing sanitary sewer main/lateral) and station numbers from plans or from assigned numbers from the City will not be accepted. 2. CCTV Inspection shall not commence until the sewer section to be televised has been completely cleaned in conformance with Section 33 04 50. 3. CCTV Inspection shall not commence until the sewer section to be televised has been completely cleaned in conformance with Section 33 04 50. (Sewer system should be connected to existing sewer system and should be active) 4. A final CCTV Inspection of newly installed sewers (not yet in service) shall not commence until completion of the following items: a. Manhole final grade is set (after street paving, under Final CCTV, Final Manhole CCTV) b. Manhole lining is complete (after street paving, under Final CCTV, Final Manhole CCTV) c. Sewer main is cleaned d. Sewer air test is complete e. Vacuum test of manholes f. Installation of all lateral services and completion of low pressure testing of all new services g. All sewer main and manhole work is complete Once reviewed and accepted by Water Field Operations the sewer system should be connected to existing sewer system and ready for use upon final acceptance of the project. 5. Temporary Bypass Pumping (if required) shall conform to Section 33 03 10. B. General 1. Use manual winches, power winches, TV cable, and power rewinds that do not obstruct the camera view, allowing for proper evaluation. C. Pipe 1. Begin inspection immediately after cleaning of the main. 2. Move camera through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of the main’s condition. 3. Do not move camera at a speed greater than 30 feet per minute. 4. During investigation stop camera at each defect along the main. a. Record the nature, location and orientation of the defect or infiltration location as specified in the CCTV Manual. 5. Service connections, Pan the Camera to get a complete overview of service connection including zooming into service connection Include location (i.e. 1 o’clock, etc…) 33 01 31 - 9 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 9 of 11 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised March 11, 2022 6. Joint defects, Include comment on condition, signs of damage, etc… Note offset and/or separation at a joint. Includes joints where one pipe is not correctly aligned with the connecting section of pipe causing a lip that could impede flow or a section of pipe that is aligned but has pulled apart horizontally and may not connect to the other section of pipe. 7. Notate visible pipe defects such as cracks, broken or deformed pipe, holes, offset joints, obstructions, sags or debris (show as % of pipe diameter). If debris has been found in the pipe during the post or final-CCTV inspection, additional cleaning is required, and pipe shall be re-televised. 8. Notate Infiltration/Inflow locations. 9. Notate Pipe material transitions. 10. Notate other locations that do not appear to be typical for normal pipe conditions. For example, locations could include conflicts between the replaced main with other utilities (including paving and storm sewer), causing pipe deflections, sags, etc. holding water. This could also include any damage to the main and/or services after the main has been replaced. These locations could occur between the Post-CCTV and Final-CCTV submittals. 11. Note locations where camera is underwater and level as a % of pipe diameter. Camera underwater – Point in which the camera lens is 100% submerged underwater and/or 50% of the pipe’s diameter. Camera emerged – Point in which the camera lens has emerged from being underwater. Severity is described in ranges by linear feet. This would include pipe deflections causing a considerable increase (i.e. double or more) in the depth of flow in the pipe (to at least between 1/3 to ½ of the pipe diameter). See attached example photos at the end of this Specification showing the depth changes in % full of pipe. 12. Provide accurate distance measurement. a. The meter device is to be accurate to the nearest 1/10 foot. 13. CCTV recording segments are to be single continuous file item. a. A single segment is defined from manhole to manhole. b. Only single segment video’s will be accepted and preferably include manhole inspections (manhole to manhole). c. Individual manhole inspection will require written justification, included under the Final-CCTV bid item. 14. Pre-Installation Inspection for Sewer Mains to be rehabilitated a. Perform Pre-CCTV inspection immediately after cleaning of the main and before rehabilitation work. 1) No cleaning equipment in the main during CCTV. 2) Water shall be present (or flowing) while recording CCTV to confirm system functionality. b. If, during inspection, the CCTV will not pass through the entire section of main due to blockage or pipe defect, set up so the inspection can be performed from the opposite manhole. c. City Project Manager (PM) shall review and may consult with Sewer Projects Reporting and Operations (SPRO), and provide comments on identified defects. Contractor shall present proposed repair method(s) for approval by the City PM, before proceeding with construction. 33 01 31 - 10 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 10 of 11 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised March 11, 2022 d. Provisions for repairing or replacing the impassable location are addressed in Section 33 31 20, Section 33 31 21, Section 33 31 22 and Section 33 31 23. 15. Post-and Final Installation Inspection a. Prior to inserting the camera, flush and clean the main in accordance to Section 33 04 50. Water should be present/flowing during the recording operation, to demonstrate the functioning of the installed system. 16. Documentation of CCTV Inspection a. Sanitary Sewer Lines 1) Follow the CCTV Manual (CCTV standard manual supplied by City upon request) for the inspection video, data logging and reporting or Part 1.5 E of this section. D. Manhole 1. Final Manhole CCTV Inspection recording segments, will reveal condition of manhole in its entirety, including corrosion protection if applicable. Camera should pan the entire manhole while lowering to include complete view of invert. This requirement applies to new manhole installations and rehabilitated manholes after epoxy lining installed, if applicable. 2. Notate Infiltration/Inflow locations for Pre-construction CCTV recordings. 3. Post-Installation CCTV Inspection is only done after all construction is complete. E. Water Mains 24-inches and larger 1. CCTV Equipment a. Use equipment specifically designed and constructed for such inspection. b. Equipment must be sterilized before use. c. Use equipment designed to operate in 100 percent humidity conditions. d. Use equipment with a pan (±270 degrees), tilt, and rotate (360 degrees). e. Use a camera with an accurate footage counter that displays on the monitor the distance of the camera (to the nearest 1/10 foot) from the centerline of the access point. f. Use camera with height adjustment so camera lens is always centered at 1/2 the inside diameter, or higher, in the televised pipe. g. Provide sufficient lighting to illuminate the entire periphery of the pipe. h. Provide color video. i. Use the Fort Worth Water Department standardized inspection and coding program by I.T. software with pre-configured template. 2. Cleaning – Conform to Section 33 04 40. E. Complete manhole installation before inspection begins. 3.4 REPAIR / RESTORATION [NOT USED] 3.5 RE-INSTALLATION [NOT USED] 3.6 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 33 01 31 - 11 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 11 of 11 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised March 11, 2022 3.7 SYSTEM STARTUP [NOT USED] 3.8 ADJUSTING [NOT USED] 3.9 CLEANING A. See Section 33 04 50 and Section 33 04 40. 3.10 CLOSEOUT ACTIVITIES [NOT USED] 3.11 PROTECTION [NOT USED] 3.12 MAINTENANCE [NOT USED] 3.13 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson Various– Added requirements for coordination with T/PW for Storm Sewer CCTV 4/29/2021 J Kasavich Various – Alternative to CCTV Manual, modified submittal detail requirements 3/11/2022 M Owen Removed referenced to storm drain 33 05 10 - 1 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 1 of 19 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised April 2, 2021 SECTION 33 05 10 UTILITY TRENCH EXCAVATION, EMBEDMENT AND BACKFILL PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Excavation, Embedment and Backfill for: a. Pressure Applications 1) Water Distribution or Transmission Main 2) Wastewater Force Main 3) Reclaimed Water Main b. Gravity Applications 1) Wastewater Gravity Mains 2) Storm Sewer Pipe and Culverts 3) Storm Sewer Precast Box and Culverts 2. Including: a. Excavation of all material encountered, including rock and unsuitable materials b. Disposal of excess unsuitable material c. Site specific trench safety d. Pumping and dewatering e. Embedment f. Concrete encasement for utility lines g. Backfill h. Compaction B. Deviations from this City of Fort Worth Standard Specification 1. 1.2.A.4. 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 02 41 13 – Selective Site Demolition 4. Section 02 41 15 – Paving Removal 5. Section 02 41 14 – Utility Removal/Abandonment 6. Section 03 30 00 – Cast-in-place Concrete 7. Section 03 34 13 – Controlled Low Strength Material (CLSM) 8. Section 31 10 00 – Site Clearing 9. Section 31 25 00 – Erosion and Sediment Control 10. Section 33 05 26 – Utility Markers/Locators 11. Section 34 71 13 – Traffic Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Trench Excavation, Embedment and Backfill associated with the installation of an underground utility or excavation a. Measurement 1) This Item is considered subsidiary to the installation of the utility pipe line as designated in the Drawings. 33 05 10 - 2 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 2 of 19 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised April 2, 2021 b. Payment 1) The work performed and the materials furnished in accordance with this Item are considered subsidiary to the installation of the utility pipe for the type of embedment and backfill as indicated on the plans. No other compensation will be allowed. 2. Imported Embedment or Backfill a. Measurement 1) Measured by the cubic yard as delivered to the site and recorded by truck ticket provided to the City b. Payment 1) Imported fill shall only be paid when using materials for embedment and backfill other than those identified in the Drawings. The work performed and materials furnished in accordance with pre-bid item and measured as provided under “Measurement” will be paid for at the unit price bid per cubic yard of “Imported Embedment/Backfill” delivered to the Site for: a) Various embedment/backfill materials c. The price bid shall include: 1) Furnishing backfill or embedment as specified by this Specification 2) Hauling to the site 3) Placement and compaction of backfill or embedment 3. Concrete Encasement for Utility Lines a. Measurement 1) Measured by the cubic yard per plan quantity. 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 cubic yard of “Concrete Encasement for Utility Lines” per plan quantity. c. The price bid shall include: 1) Furnishing, hauling, placing and finishing concrete in accordance with Section 03 30 00 2) Clean-up 4. Ground Water Control a. Measurement 1) This Item is considered subsidiary to the installation of the utility pipe line as designated in the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item are considered subsidiary to the installation of the utility pipe for the type of embedment and backfill as indicated on the plans. No other compensation will be allowed. 5. Trench Safety a. Measurement 1) Measured per linear foot of excavation for all trenches that require trench safety in accordance with OSHA excavation safety standards (29 CFR Part 1926 Subpart P Safety and Health regulations for Construction) 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 33 05 10 - 3 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 3 of 19 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised April 2, 2021 linear foot of excavation to comply with OSHA excavation safety standards (29 CFR Part 1926.650 Subpart P), including, but not limited to, all submittals, labor and equipment. 1.3 REFERENCES A. Definitions 1. General – Definitions used in this section are in accordance with Terminologies ASTM F412 and ASTM D8 and Terminology ASTM D653, unless otherwise noted. 2. Definitions for trench width, backfill, embedment, initial backfill, pipe zone, haunching bedding, springline, pipe zone and foundation are defined as shown in the following schematic: 3. Deleterious materials – Harmful materials such as clay lumps, silts and organic material 4. Excavated Trench Depth – Distance from the surface to the bottom of the bedding or the trench foundation 5. Final Backfill Depth a. Unpaved Areas – The depth of the final backfill measured from the top of the initial backfill to the surface b. Paved Areas – The depth of the final backfill measured from the top of the initial backfill to bottom of permanent or temporary pavement repair B. Reference Standards 33 05 10 - 4 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 4 of 19 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised April 2, 2021 2. 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. 3. ASTM Standards: a. ASTM C33-08 Standard Specifications for Concrete Aggregates b. ASTM C88-05 Soundness of Aggregate by Use of Sodium Sulfate or Magnesium Sulfate c. ASTM C136-01 Test Method for Sieve Analysis of Fine and Coarse Aggregate d. ASTM D448-08 Standard Classification for Sizes of Aggregate for Road and Bridge Construction. e. ASTM C535-09 Standard Test Method for Resistance to Degradation of Large- Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine f. ASTM D588 – Standard Test method for Moisture-Density Relations of Soil- Cement Mixture g. ASTM D698-07 Test Method for Laboratory Compaction Characteristics of Soil Using Stand Efforts (12,400 ft-lb/ft3 600 Kn-m/M3)). h. ASTM 1556 Standard Test Methods for Density and Unit Weight of Soils in Place by Sand Cone Method. i. ASTM 2487 – 10 Standard Classification of Soils for Engineering Purposes (Unified Soil Classification System) j. ASTM 2321-09 Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity-Flow Applications k. ASTM D2922 – Standard Test Methods for Density of Soils and Soil Aggregate in Place by Nuclear Methods (Shallow Depth) l. ASTM 3017 - Standard Test Method for Water Content of Soil and Rock in place by Nuclear Methods (Shallow Depth) m. ASTM D4254 - Standard Test Method for Minimum Index Density and Unit Weight of Soils and Calculations of Relative Density 4. OSHA a. Occupational Safety and Health Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P - Excavations 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Utility Company Notification a. Notify area utility companies at least 48 hours in advance, excluding weekends and holidays, before starting excavation. b. Request the location of buried lines and cables in the vicinity of the proposed work. B. Sequencing 1. Sequence work for each section of the pipe installed to complete the embedment and backfill placement on the day the pipe foundation is complete. 2. Sequence work such that proctors are complete in accordance with ASTM D698 prior to commencement of construction activities. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. 33 05 10 - 5 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 5 of 19 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised April 2, 2021 B. All submittals shall be approved by the City prior to construction. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Shop Drawings 1. Provide detailed drawings and explanation for ground water and surface water control, if required. 2. Trench Safety Plan in accordance with Occupational Safety and Health Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P - Excavations 3. Stockpiled excavation and/or backfill material a. Provide a description of the storage of the excavated material only if the Contract Documents do not allow storage of materials in the right-of-way of the easement. 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 1. Within Existing Rights-of-Way (ROW) a. Spoil, imported embedment and backfill materials may be stored within existing ROW, easements or temporary construction easements, unless specifically disallowed in the Contract Documents. b. Do not block drainage ways, inlets or driveways. c. Provide erosion control in accordance with Section 31 25 00. d. Store materials only in areas barricaded as provided in the traffic control plans. e. In non-paved areas, do not store material on the root zone of any trees or in landscaped areas. 2. Designated Storage Areas a. If the Contract Documents do not allow the storage of spoils, embedment or backfill materials within the ROW, easement or temporary construction easement, then secure and maintain an adequate storage location. b. Provide an affidavit that rights have been secured to store the materials on private property. c. Provide erosion control in accordance with Section 31 25 00. d. Do not block drainage ways. e. Only materials used for 1 working day will be allowed to be stored in the work zone. B. Deliveries and haul-off - Coordinate all deliveries and haul-off. 1.11 FIELD [SITE] CONDITIONS A. Existing Conditions 1. Any data which has been or may be provided on subsurface conditions is not intended as a representation or warranty of accuracy or continuity between soils. It is expressly understood that neither the City nor the Engineer will be responsible for interpretations or conclusions drawn there from by the Contractor. 2. Data is made available for the convenience of the Contractor. 1.12 WARRANTY [NOT USED] 33 05 10 - 6 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 6 of 19 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised April 2, 2021 PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS 2.2 MATERIALS A. Materials 1. Utility Sand a. Granular and free flowing b. Generally meets or exceeds the limits on deleterious substances per Table 1 for fine aggregate according to ASTM C 33 c. Reasonably free of organic material d. Gradation: sand material consisting of durable particles, free of thin or elongated pieces, lumps of clay, loam or vegetable matter and meets the following gradation may be used for utility sand embedment/backfill Sieve Size Percent Retained ½” 0 ¼” 0-5 #4 0-10 #16 0-20 #50 20-70 #100 60-90 #200 90-100 e. The City has a pre-approved list of sand sources for utility embedment. The pre-approved list can be found on the City website, Project Resources page. The utility sand sources in the pre-approved list have demonstrated continued quality and uniformity on City of Fort Worth projects. Sand from these sources are pre-approved for use on City projects without project specific testing. 2. Crushed Rock a. Durable crushed rock or recycled concrete b. Meets the gradation of ASTM D448 size numbers 56, 57 or 67 c. May be unwashed d. Free from significant silt clay or unsuitable materials e. Percentage of wear not more than 40 percent per ASTM C131 or C535 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of sodium sulfate soundness per ASTM C88 3. Fine Crushed Rock a. Durable crushed rock b. Meets the gradation of ASTM D448 size numbers 8 or 89 c. May be unwashed d. Free from significant silt clay or unsuitable materials. e. Have a percentage of wear not more than 40 percent per ASTM C131 or C535 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of sodium sulfate soundness per ASTM C88 4. Ballast Stone a. Stone ranging from 3 inches to 6 inches in greatest dimension. b. May be unwashed 33 05 10 - 7 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 7 of 19 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised April 2, 2021 c. Free from significant silt clay or unsuitable materials d. Percentage of wear not more than 40 percent per ASTM C131 or C535 e. Not more than a 12 percent maximum loss when subjected to 5 cycles of sodium sulfate soundness per ASTM C88 5. Acceptable Backfill Material a. In-situ or imported soils classified as CL, CH, SC or GC in accordance with ASTM D2487 b. Free from deleterious materials, boulders over 6 inches in size and organics c. Can be placed free from voids d. Must have 20 percent passing the number 200 sieve 6. Blended Backfill Material a. In-situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 b. Blended with in-situ or imported acceptable backfill material to meet the requirements of an Acceptable Backfill Material c. Free from deleterious materials, boulders over 6 inches in size and organics d. Must have 20 percent passing the number 200 sieve 7. Unacceptable Backfill Material a. In-situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM D2487 8. Select Fill a. Classified as SC or CL in accordance with ASTM D2487 b. Liquid limit less than 35 c. Plasticity index between 8 and 20 9. Cement Stabilized Sand (CSS) a. Sand 1) Shall be clean, durable sand meeting grading requirements for fine aggregates of ASTM C33 and the following requirements: a) Classified as SW, SP, or SM by the United Soil Classification System of ASTM D2487 b) Deleterious materials (1) Clay lumps, ASTM C142, less than 0.5 percent (2) Lightweight pieces, ASTM C123, less than 5.0 percent (3) Organic impurities, ASTM C40, 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 with ASTM D1633, Method A 2) 200 to 250 psi compressive strength at 28 days in accordance with ASTM D1633, Method A 3) The maximum compressive strength in 7 days shall be 400 psi. Backfill that exceeds the maximum compressive strength shall be removed by the Contractor for no additional compensation. 33 05 10 - 8 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 8 of 19 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised April 2, 2021 f. Random samples of delivered product will be taken in the field at point of delivery for each day of placement in the work area. Specimens will be prepared in accordance with ASTM D1632. 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 to10 percent 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. 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. Review all known, identified or marked utilities, whether public or private, prior to excavation. 2. Locate and protect all known, identified and marked utilities or underground facilities as excavation progresses. 3. Notify all utility owners within the project limits 48 hours prior to beginning excavation. 4. The information and data shown in the Drawings with respect to utilities is approximate and based on record information or on physical appurtenances observed within the project limits. 5. Coordinate with the Owner(s) of underground facilities. 6. Immediately notify any utility owner of damages to underground facilities resulting from construction activities. 7. Repair any damages resulting from the construction activities. B. Notify the City immediately of any changed condition that impacts excavation and installation of the proposed utility. 3.3 PREPARATION A. Protection of In-Place Conditions 33 05 10 - 9 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 9 of 19 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised April 2, 2021 1. Pavement a. Conduct activities in such a way that does not damage existing pavement that is designated to remain. 1) Where desired to move equipment not licensed for operation on public roads or across pavement, provide means to protect the pavement from all damage. b. Repair or replace any pavement damaged due to the negligence of the contractor outside the limits designated for pavement removal at no additional cost to the City. 2. Drainage a. Maintain positive drainage during construction and re-establish drainage for all swales and culverts affected by construction. 3. Trees a. When operating outside of existing ROW, stake permanent and temporary construction easements. b. Restrict all construction activities to the designated easements and ROW. c. Flag and protect all trees designated to remain in accordance with Section 31 10 00. d. Conduct excavation, embedment and backfill in a manner such that there is no damage to the tree canopy. e. Prune or trim tree limbs as specifically allowed by the Drawings or as specifically allowed by the City. 1) Pruning or trimming may only be accomplished with equipments specifically designed for tree pruning or trimming. f. Remove trees specifically designated to be removed in the Drawings in accordance with Section 31 10 00. 4. Above ground Structures a. Protect all above ground structures adjacent to the construction. b. Remove above ground structures designated for removal in the Drawings in accordance with Section 02 41 13 5. Traffic a. Maintain existing traffic, except as modified by the traffic control plan, and in accordance with Section 34 71 13. b. Do not block access to driveways or alleys for extended periods of time unless: 1) Alternative access has been provided 2) Proper notification has been provided to the property owner or resident 3) It is specifically allowed in the traffic control plan c. Use traffic rated plates to maintain access until access is restored. 6. Traffic Signal – Poles, Mast Arms, Pull boxes, Detector loops a. Notify the City’s Transportation Management Division a minimum of 48 hours prior to any excavation that could impact the operations of an existing traffic signal. b. Protect all traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit and detector loops. c. Immediately notify the City’s Transportation Management Division if any damage occurs to any component of the traffic signal due to the contractors activities. d. Repair any damage to the traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit and detector loops as a result of the construction activities. 7. Fences 33 05 10 - 10 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 10 of 19 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised April 2, 2021 a. Protect all fences designated to remain. b. Leave fence in the equal or better condition as prior to construction. 3.4 INSTALLATION A. Excavation 1. Excavate to a depth indicated on the Drawings. 2. Trench excavations are defined as unclassified. No additional payment shall be granted for rock or other in-situ materials encountered in the trench. 3. Excavate to a width sufficient for laying the pipe in accordance with the Drawings and bracing in accordance with the Excavation Safety Plan. 4. The bottom of the excavation shall be firm and free from standing water. a. Notify the City immediately if the water and/or the in-situ soils do not provide for a firm trench bottom. b. The City will determine if any changes are required in the pipe foundation or bedding. Unless otherwise permitted by the Drawings or by the City, the limits of the excavation shall not advance beyond the pipe placement so that the trench may be backfilled in the same day. 5. Over Excavation a. Fill over excavated areas with the specified bedding material as specified for the specific pipe to be installed. b. No additional payment will be made for over excavation or additional bedding material. 6. Unacceptable Backfill Materials a. In-situ soils classified as unacceptable backfill material shall be separated from acceptable backfill materials. b. If the unacceptable backfill material is to be blended in accordance with this Specification, then store material in a suitable location until the material is blended. c. Remove all unacceptable material from the project site that is not intended to be blended or modified. 7. Rock – No additional compensation will be paid for rock excavation or other changed field conditions. B. Shoring, Sheeting and Bracing 1. Engage a Licensed Professional Engineer in the State of Texas to design a site specific excavation safety system in accordance with Federal and State requirements. 2. Excavation protection systems shall be designed according to the space limitations as indicated in the Drawings. 3. Furnish, put in place and maintain a trench safety system in accordance with the Excavation Safety Plan and required by Federal, State or local safety requirements. 4. If soil or water conditions are encountered that are not addressed by the current Excavation Safety Plan, engage a Licensed Professional Engineer in the State of Texas to modify the Excavation Safety Plan and provide a revised submittal to the City. 5. Do not allow soil, or water containing soil, to migrate through the Excavation Safety System in sufficient quantities to adversely affect the suitability of the Excavation Protection System. Movable bracing, shoring plates or trench boxes used to support the sides of the trench excavation shall not: a. Disturb the embedment located in the pipe zone or lower 33 05 10 - 11 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 11 of 19 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised April 2, 2021 b. Alter the pipe’s line and grade after the Excavation Protection System is removed c. Compromise the compaction of the embedment located below the spring line of the pipe and in the haunching C. Water Control 2. Surface Water a. Furnish all materials and equipment and perform all incidental work required to direct surface water away from the excavation. 3. Ground Water a. Furnish all materials and equipment to dewater ground water by a method which preserves the undisturbed state of the subgrade soils. b. Do not allow the pipe to be submerged within 24 hours after placement. c. Do not allow water to flow over concrete until it has sufficiently cured. d. Engage a Licensed Engineer in the State of Texas to prepare a Ground Water Control Plan if any of the following conditions are encountered: 1) A Ground Water Control Plan is specifically required by the Contract Documents 2) If in the sole judgment of the City, ground water is so severe that an Engineered Ground Water Control Plan is required to protect the trench or the installation of the pipe which may include: a) Ground water levels in the trench are unable to be maintained below the top of the bedding b) A firm trench bottom cannot be maintained due to ground water c) Ground water entering the excavation undermines the stability of the excavation. d) Ground water entering the excavation is transporting unacceptable quantities of soils through the Excavation Safety System. e. In the event that there is no bid item for a Ground Water Control and the City requires an Engineered Ground Water Control Plan due to conditions discovered at the site, the contractor will be eligible to submit a change order. f. Control of ground water shall be considered subsidiary to the excavation when: 1) No Ground Water Control Plan is specifically identified and required in the Contract Documents g. Ground Water Control Plan installation, operation and maintenance 1) Furnish all materials and equipment necessary to implement, operate and maintain the Ground Water Control Plan. 2) Once the excavation is complete, remove all ground water control equipment not called to be incorporated into the work. h. Water Disposal 1) Dispose of ground water in accordance with City policy or Ordinance. 2) Do not discharge ground water onto or across private property without written permission. 3) Permission from the City is required prior to disposal into the Sanitary Sewer. 4) Disposal shall not violate any Federal, State or local regulations. D. Embedment and Pipe Placement 1. Water Lines less than, or equal to, 12 inches in diameter: a. The entire embedment zone shall be of uniform material. b. Utility sand shall be generally used for embedment. 33 05 10 - 12 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 12 of 19 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised April 2, 2021 c. If ground water is in sufficient quantity to cause sand to pump, then use crushed rock as embedment. 1) If crushed rock is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre-bid unit price. d. Place evenly spread bedding material on a firm trench bottom. e. Provide firm, uniform bedding. f. Place pipe on the bedding in accordance with the alignment of the Drawings. g. In no case shall the top of the pipe be less than 42 inches from the surface of the proposed grade, unless specifically called for in the Drawings. h. Place embedment, including initial backfill, to a minimum of 6 inches, but not more than 12 inches, above the pipe. i. Where gate valves are present, the initial backfill shall extend to 6 inches above the elevation of the valve nut. j. Form all blocking against undisturbed trench wall to the dimensions in the Drawings. k. Compact embedment and initial backfill. l. 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 come into 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-bid unit price. h. Place pipe on the bedding according to the alignment shown on the Drawings. i. The pipe line shall be within: 1) ±3 inches of the 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. l. 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 City to 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 33 05 10 - 13 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 13 of 19 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised April 2, 2021 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 contact with utility sand. d. Place evenly spread bedding material on a firm trench bottom. e. 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 which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre-bid unit price. f. Place pipe on the bedding according to the alignment shown on the Drawings. g. The pipe line shall be within: 1) ±1 inch of the elevation on the Drawings for 30-inch and larger water lines h. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer’s recommendations. i. For steel pipe greater than 30 inches in diameter, the initial embedment lift shall not exceed the spring line prior to compaction. j. Place remaining embedment, including initial backfill, to a minimum of 6 inches, but not more than 12 inches, above the pipe. k. Where gate valves are present, the initial backfill shall extend to up to the valve nut. l. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. m. Density test may be performed by a commercial testing firm approved by the City to verify that the compaction of embedment meets requirements. n. Place trench geotextile fabric on top of the initial backfill. o. Place marker tape on top of the trench geotextile fabric in accordance with Section 33 05 26. 4. Sanitary Sewer Lines and Storm Sewer Lines (HDPE) a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment. c. Place evenly spread bedding material on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the sanitary sewer pipe line. e. 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 which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre-bid unit price. f. Place pipe on the bedding according to the alignment shown in the Drawings. g. The pipe line shall be within ±0.1 inches of the elevation, and be consistent with the grade shown on the Drawings. h. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer’s recommendations. i. For sewer lines greater than 30 inches in diameter, the embedment lift shall not exceed the spring line prior to compaction. j. Place remaining embedment including initial backfill to a minimum of 6 inches, but not more than 12 inches, above the pipe. k. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. 33 05 10 - 14 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 14 of 19 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised April 2, 2021 l. Density test may be performed by a commercial testing firm approved by the City to verify that the compaction of embedment meets requirements. m. Place trench geotextile fabric on top of the initial backfill. n. Place marker tape on top of the trench geotextile fabric in accordance with Section 33 05 26. 5. Storm Sewer (RCP) a. The bedding and the pipe zone up to the spring line shall be of uniform material. b. Crushed rock shall be used for embedment up to the spring line. c. The specified backfill material may be used above the spring line. d. Place evenly spread bedding material on a firm trench bottom. e. Spread bedding so that lines and grades are maintained and that there are no sags in the storm sewer pipe line. f. 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 which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre-bid unit price. g. Place pipe on the bedding according to the alignment of the Drawings. h. The pipe line shall be within ±0.1 inches of the elevation, and be consistent with the grade, shown on the Drawings. i. Place embedment material up to the spring line. 1) Place embedment to ensure that adequate support is obtained in the haunch. j. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. k. Density test may be performed by a commercial testing firm approved by the City to verify that the compaction of embedment meets requirements. l. Place trench geotextile fabric on top of pipe and crushed rock. 6. Storm Sewer (PP - Polypropylene) a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment up to top of pipe. c. Place evenly spread bedding material on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the storm sewer pipe line. e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre-bid unit price. f. Place pipe on the bedding according to the alignment shown in the Drawings. g. The pipe line shall be within ±0.1 inches of the elevation, and be consistent with the grade shown on the Drawings. h. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer’s recommendations. i. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. j. Density test may be performed by City to verify that the compaction of embedment meets requirements. k. Place trench geotextile fabric on top of the initial backfill. 7. Storm Sewer Reinforced Concrete Box a. Crushed rock shall be used for bedding. 33 05 10 - 15 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 15 of 19 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised April 2, 2021 b. The pipe zone and the initial backfill shall be: 1) Crushed rock, or 2) Acceptable backfill material compacted to 95 percent Standard Proctor density c. Place evenly spread compacted bedding material on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the storm sewer pipe line. e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre-bid unit price. f. Fill the annular space between multiple boxes with crushed rock, CLSM according to 03 34 13. g. Place pipe on the bedding according to the alignment of the Drawings. h. The pipe shall be within ±0.1 inches of the elevation, and be consistent with the grade, shown on the Drawings. i. Compact the embedment initial backfill to 95 percent Standard Proctor ASTM D698. 8. Water Services (Less than 2 Inches in Diameter) a. The entire embedment zone shall be of uniform material. b. Utility sand shall be generally used for embedment. c. Place evenly spread bedding material on a firm trench bottom. d. Provide firm, uniform bedding. e. Place pipe on the bedding according to the alignment of the Plans. f. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 9. Sanitary Sewer Services a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment. c. Place evenly spread bedding material on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the sanitary sewer pipe line. e. 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 which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre-bid unit price. f. Place pipe on the bedding according to the alignment of the Drawings. g. Place remaining embedment, including initial backfill, to a minimum of 6 inches, but not more than 12 inches, above the pipe. h. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. i. Density test may be required to verify that the compaction meets the density requirements. E. Trench Backfill 1. At a minimum, place backfill in such a manner that the required in-place density and moisture content is obtained, and so that there will be no damage to the surface, pavement or structures due to any trench settlement or trench movement. a. Meeting the requirement herein does not relieve the responsibility to damages associated with the Work. 33 05 10 - 16 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 16 of 19 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised April 2, 2021 2. Backfill Material a. Final backfill (not under existing pavement or future pavement) 1) Backfill with: a) Acceptable backfill material b) Blended backfill material, or c) Select backfill material, CSS, or CLSM when specifically required b. Final backfill depth 15 feet or greater (under existing or future pavement) 1) Backfill depth from 0 to15 feet deep a) Backfill with: (1) Acceptable backfill material (2) Blended backfill material, or (3) Select backfill material, CSS, or CLSM when specifically required 2) Backfill depth from 15 feet and greater a) Backfill with: (1) Select Fill (2) CSS, or (3) CLSM when specifically required b) c. Backfill for service lines: 1) Backfill for water or sewer service lines shall be the same as the requirement of the main that the service is connected to. 3. Required Compaction and Density a. Final backfill (depths less than 15 feet/under existing or future pavement) 1) Compact acceptable backfill material, blended backfill material or select backfill to a minimum of 95 percent Standard Proctor per ASTM D698 at moisture content within -2 to +5 percent of the optimum moisture. 2) CSS or CLSM requires no compaction. b. Final backfill (depths 15 feet and greater/under existing or future pavement) 1) Compact select backfill to a minimum of 98 percent Standard Proctor per ASTM D 698 at moisture content within -2 to +5 percent of the optimum moisture up to the final grade. 2) CSS or CLSM requires no compaction. c. Final backfill (not under existing or future pavement) 1) Compact acceptable backfill material blended backfill material, or select backfill to a minimum of 95 percent Standard Proctor per ASTM D 698 at moisture content within -2 to +5 percent of the optimum moisture. 4. Saturated Soils a. If in-situ soils consistently demonstrate that they are greater than 5 percent over optimum moisture content, the soils are considered saturated. b. Flooding the trench or water jetting is strictly prohibited. c. If saturated soils are identified in the Drawings or Geotechnical Report in the Appendix, Contractor shall proceed with Work following all backfill procedures outlined in the Drawings for areas of soil saturation greater than 5 percent. d. If saturated soils are encountered during Work but not identified in Drawings or Geotechnical Report in the Appendix: 1) The Contractor shall: a) Immediately notify the City. 33 05 10 - 17 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 17 of 19 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised April 2, 2021 b) Submit a Contract Claim for Extra Work associated with direction from City. 2) The City shall: a) Investigate soils and determine if Work can proceed in the identified location. b) Direct the Contractor of changed backfill procedures associated with the saturated soils that may include: (1) Imported backfill (2) A site specific backfill design 5. Placement of Backfill a. Use only compaction equipment specifically designed for compaction of a particular soil type and within the space and depth limitation experienced in the trench. b. Flooding the trench or water setting is strictly prohibited. c. Place in loose lifts not to exceed 12 inches. d. Compact to specified densities. e. Compact only on top of initial backfill, undisturbed trench or previously compacted backfill. f. Remove any loose materials due to the movement of any trench box or shoring or due to sloughing of the trench wall. g. Install appropriate tracking balls for water and sanitary sewer trenches in accordance with Section 33 05 26. 6. Backfill Means and Methods Demonstration a. Notify the City in writing with sufficient time for the City to obtain samples and perform standard proctor test in accordance with ASTM D698. b. The results of the standard proctor test must be received prior to beginning excavation. c. Upon commencing of backfill placement for the project the Contractor shall demonstrate means and methods to obtain the required densities. d. Demonstrate Means and Methods for compaction including: 1) Depth of lifts for backfill which shall not exceed 12 inches 2) Method of moisture control for excessively dry or wet backfill 3) Placement and moving trench box, if used 4) Compaction techniques in an open trench 5) Compaction techniques around structure e. Provide a testing trench box to provide access to the recently backfilled material. f. The City will provide a qualified testing lab full time during this period to randomly test density and moisture continent. 1) The testing lab will provide results as available on the job site. 7. Varying Ground Conditions a. Notify the City of varying ground conditions and the need for additional proctors. b. Request additional proctors when soil conditions change. c. The City may acquire additional proctors at its discretion. d. Significant changes in soil conditions will require an additional Means and Methods demonstration. 3.5 REPAIR [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field Tests and Inspections 1. Proctors 33 05 10 - 18 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 18 of 19 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised April 2, 2021 a. The City will perform Proctors in accordance with ASTM D698. b. Test results will generally be available to within 4 calendar days and distributed to: 1) Contractor 2) City Project Manager 3) City Inspector 4) Engineer c. Notify the City if the characteristic of the soil changes. d. City will perform new proctors for varying soils: 1) When indicated in the geotechnical investigation in the Appendix 2) If notified by the Contractor 3) At the convenience of the City e. Trenches where different soil types are present at different depths, the proctors shall be based on the mixture of those soils. 2. Density Testing of Backfill a. Density Tests shall be in conformance with ASTM D2922. b. Provide a testing trench protection for trench depths in excess of 5 feet. c. Place, move and remove testing trench protection as necessary to facilitate all test conducted by the commercial testing firm approved by the City. d. The commercial testing lab will perform moisture/density test for every 200-ft or less of trench length, as measured along the length of the pipe. A minimum of one test shall be performed for every 2 vertical feet of compacted backfill material, independent of the contractor’s lift thickness for compaction. Test locations shall be staggered within each lift so that successive lifts are not tested in the same location. A random number generator may be used to determine test locations. Moisture/density tests shall be performed at a depth not more than 2 feet above the top of the pipe bedding and in 2-foot increments up to the final grade. The project inspector or project manager may request testing at an increased frequency and/or at specific locations. e. The contractor can proceed with subsequent earthwork only after test results for previously completed work comply with requirements. If the required compaction density has not been obtained, the backfill should be scarified and moistened or aerated, or removed to a depth required, and be replaced with approved backfill, and re-compacted to the specified density at the contractor’s expense. In no case will excavation, pipe- laying, or other operation be allowed to proceed until the specified compaction is attained. f. The testing lab will provide results to Contractor and the City’s Inspector upon completion of the testing. g. A formal report will be posted to the City’s Accela (Developer Projects) and BIM 360 (City Projects) site within 48 hours. h. Test reports shall include: 1) Location of test by station number 2) Time and date of test 3) Depth of testing 4) Field moisture 5) Dry density 6) Proctor identifier 7) Percent Proctor Density 3. Density of Embedment 33 05 10 - 19 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 19 of 19 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised April 2, 2021 a. Storm sewer boxes that are embedded with acceptable backfill material, blended backfill material, cement modified backfill material or select material will follow the same testing procedure as backfill. b. The City may test fine crushed rock or crushed rock embedment in accordance with ASTM D2922 or ASTM 1556. B. Non-Conforming Work 1. All non-conforming work shall be removed and replaced. 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 – Added Item for Concrete Encasement for Utility Lines Various Sections – Revised Depths to Include 15’ and greater 3.3.A – Additional notes for pavement protection and positive drainage. 3.4.E.2 – Added requirements for backfill of service lines. 3.4.E.5 – Added language prohibiting flooding of trench 6/18/2013 D. Johnson 1.2.A.3 – Clarified measurement and payment for concrete encasement as per plan quantity 2.2.A – Added language for concrete encasement 11/09/16 Z. Arega 2.2.A.1.d Modify gradation for sand material 2/26/2021 Z. Arega 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 - 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. 4/2/2021 M. Owen 3.4 D. 6. Add requirements Storm Sewer (PP - Polypropylene) 33 11 10 - 1 DUCTILE IRON PIPE Page 1 of 14 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised December 9, 2022 SECTION 33 11 10 DUCTILE IRON PIPE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Ductile Iron Pipe 24-inch through 36-inch for potable water, wastewater and reuse applications B. Deviations from this City of Fort Worth Standard Specification 1. 1.1.A.1. 2. 1.9.A.1.d. 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 01 31 – Closed Circuit Television (CCTV) Inspection 4. Section 33 04 10 – Joint Bonding and Electrical Isolation 5. Section 33 04 40 – Cleaning and Acceptance Testing of Water Mains 6. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 7. Section 33 05 24 – Installation of Carrier Pipe in Casing or Tunnel Liner Plate 8. Section 33 11 05 – Bolts, Nuts, and Gaskets 9. Section 33 11 11 – Ductile Iron Fittings 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Ductile Iron Pipe a. Measurement 1) Measured horizontally along the surface from center line to center line of the fitting, manhole, or appurtenance 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 for “DIP” installed for: a) Various sizes b) Various types of backfill c) Various linings d) Various Depths, for miscellaneous sewer projects only e) Various restraints f) Various uses c. The price bid shall include: 1) Furnishing and installing Ductile Iron Pipe with joints as specified by the Drawings 2) Mobilization 33 11 10 - 2 DUCTILE IRON PIPE Page 2 of 14 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised December 9, 2022 3) Polyethylene encasement 4) Lining 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing, placement and compaction of embedment 10) Furnishing, placement and compaction of backfill 11) Trench water stops 12) Thrust restraint, if required in Contract Documents 13) Bolts and nuts 14) Gaskets 15) Clean-up 16) Cleaning 17) Disinfection 18) Testing 1.3 REFERENCES A. Definitions 1. Gland or Follower Gland a. Non-restrained, mechanical joint fitting 2. Retainer Gland a. Mechanically restrained mechanical joint fitting B. Reference Standards 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. 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. ASTM International (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, 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 Structural Steel. d. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. e. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for Water or Other Liquids. f. B117, Standard Practice for Operating Salt Spray (Fog) Apparatus. g. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and Steel. 5. American Water Works Association (AWWA): 33 11 10 - 3 DUCTILE IRON PIPE Page 3 of 14 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised December 9, 2022 a. C203, Coal-Tar Protective Coatings and Linings for Steel Water Pipelines - Enamel and Tape - Hot Applied. b. C600, Installation of Ductile-Iron Water Mains and their Appurtenances. c. M41, Ductile-Iron Pipe and Fittings. 6. American Water Works Association/American National Standards Institute (AWWA/ANSI): a. C104/A21.4, Cement–Mortar Lining for Ductile-Iron Pipe and Fittings. b. C105/A21.5, Polyethylene Encasement for Ductile-Iron Pipe Systems. c. C111/A21.11, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. d. C115/A21.15, Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron Threaded Flanges. e. C150/A21.50, Thickness Design of Ductile-Iron Pipe. f. C151/A21.51, Ductile-Iron Pipe, Centrifugally Cast, for Water. g. C600, Installation of Ductile-Iron Water Mains and their Appurtenances 7. NSF International (NSF): a. 61, Drinking Water System Components - Health Effects. 8. Society for Protective Coatings (SSPC): a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be 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 SUBMITTALS / INFORMATIONAL SUBMITTALS A. Product Data 1. Interior lining a. If it is other than cement mortar lining in accordance with AWWA/ANSI C104/A21.4, including: 1) Material 2) Application recommendations 3) Field touch-up procedures 2. Thrust Restraint a. Retainer glands, thrust harnesses or any other means 3. Gaskets a. If hydrocarbon or other special gaskets are required B. Shop Drawings – Furnish for Ductile Iron 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 in the Drawings. 33 11 10 - 4 DUCTILE IRON PIPE Page 4 of 14 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised December 9, 2022 3. Lay schedule/drawing for 24-inch and greater diameters, sealed by a Licensed Professional Engineer in Texas including: a. Pipe class b. Joints type c. Fittings d. Stationing e. Transitions f. Joint deflection C. Certificates 1. Furnish an affidavit certifying that all Ductile Iron 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/ANSI C151/A21.51. 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B117. 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. 1) Change orders, specials, and field changes may be provided by a different manufacturer upon City approval. b. Pipe manufacturing operations (pipe, lining, and coatings) shall be performed under the control of the manufacturer. c. Ductile Iron Pipe 1) Manufactured in accordance with AWWA/ANSI C151/A21.51 a) Perform quality control tests and maintain results as outlined within standard to assure compliance. 2) Subject each pipe to a hydrostatic test of not less than 500 psi for duration of at least 10 seconds. d. Approved manufacturers include American Ductile Iron Pipe Co., US Pipe, and McWane Pipe Co. No other Suppliers will be allowed. B. Preconstruction Testing 1. The City may, at its own cost, subject random lengths of pipe for 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. Ductile Iron Pipe shall be stored and handled in accordance with the guidelines as stated in AWWA M41. 2. Secure and maintain a location to store the material in accordance with Section 01 66 00. 33 11 10 - 5 DUCTILE IRON PIPE Page 5 of 14 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised December 9, 2022 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 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. B. Pipe 1. Pipe shall be in accordance with AWWA/ANSI C111/A21.11, AWWA/ANSI C150/A21.15, and AWWA/ANSI C151/A21.51. 2. All pipe shall meet the requirements of NSF 61. 3. Pipe shall have a lay length of 18 feet or 20 feet except for special fittings or closure pieces and necessary to comply with the Drawings. 4. As a minimum the following pressures classes apply. The Drawings may specify a higher pressure class or the pressure and deflection design criteria may also require a higher pressure class, but in no case should they be less than the following: Diameter (inches) Min Pressure Class (psi) 3 through 12 350 14 through 20 250 24 200 30 through 64 150 5. Pipe markings shall meet the minimum requirements of AWWA/ANSI C151/A21.51. Minimum pipe markings shall be as follows: a. “DI” or “Ductile” shall be clearly labeled on each pipe b. Weight, pressure class and nominal thickness of each pipe c. Year and country pipe were cast d. Manufacturer’s mark 6. Pressure and Deflection Design a. Pipe design shall be based on trench conditions and design pressure class specified in the Drawings. 33 11 10 - 6 DUCTILE IRON PIPE Page 6 of 14 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised December 9, 2022 b. Pipe shall be designed according to the methods indicated in AWWA/ANSI C150/A21.50, AWWA/ANSI C151/A21.51, and AWWA M41 for trench construction, using the following parameters: 1) Unit Weight of Fill (w) = 130 pcf 2) Live Load = AASHTO HS 20 3) Trench Depth = 12 feet minimum, or as indicated in Drawings 4) Bedding Conditions = Type 4 5) Working Pressure (Pw) = 150 psi 6) Surge Allowance (Ps) = 100 psi 7) Design Internal Pressure (Pi) = Pw + Ps or 2:1 safety factor of the actual working pressure plus the actual surge pressure, whichever is greater. a) Test Pressure = (1) No less than 1.25 minimum 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. 8) Maximum Calculated Deflection (Dx) = 3 percent 9) Restrained Joint Safety Factor (Sf) = 15 percent c. Trench depths shall be verified after existing utilities are located. 1) Vertical alignment changes required because of existing utility or other conflicts shall be accommodated by an appropriate change in pipe design depth. 2) In no case shall pipe be installed deeper than its design allows. 7. Provisions for Thrust a. Thrust at bends, tees, plugs or other fittings shall be mechanically restrained joints when required by the Drawings, 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, when required, shall be used for a sufficient distance from each side of the bend, tee, plug, valve or other fitting to resist thrust which will be developed at the design pressure of the pipe. For the purpose of thrust, the following shall apply: 1) Valves shall be calculated as dead ends. 2) Design pressure shall be greater than the working pressure of the pipe or the internal pressure (Pi) whichever is greater. 3) Restrained joints shall consist of approved mechanical restrained or pushon restrained joints as listed in the City’s Standard Products List as shown in Section 01 60 00. e. The Pipe Manufacturer shall verify the length of pipe with restrained joints to resist thrust in accordance with the Drawings, AWWA M41, and the following: 1) The weight of earth (We) shall be calculated as the weight of the projected soil prism above the pipe, for unsaturated soil conditions. 33 11 10 - 7 DUCTILE IRON PIPE Page 7 of 14 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised December 9, 2022 2) Soil density = 130 pcf (maximum value to be used), for unsaturated soil conditions 3) If indicated on the Drawings and the Geotechnical Borings that ground water is expected, account for reduced soil density. 8. Joints a. General – Comply with AWWA/ANSI C111/A21.11. b. Push-On Joints c. Mechanical Joints d. Push-On Restrained Joints 1) Restraining Push-on joints by means of a special gasket a) Only those products that are listed in Section 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. b) Pressure rating shall exceed the working and test pressure of the pipe line. e. Flanged Joints – AWWA/ANSI C115/A21.15, ASME B16.1, Class 125 f. Flange bolt circles and bolt holes shall match those of ASME B16.1, Class 125. g. Field fabricated flanges are prohibited. 9. Gaskets a. Provide Gaskets in accordance with Section 33 11 05. 10. Isolation Flanges a. Flanges required by the drawings to be Isolation Flanges shall conform to Section 33 04 10. 11. Bolts and Nuts a. Mechanical Joints 1) Provide bolts and nuts in accordance with Section 33 11 05. b. Flanged Ends 1) Meet requirements of AWWA C115. a) Provide bolts and nuts in accordance with Section 33 11 05. 12. Flange Coatings a. Connections to Steel Flanges 1) Buried connections with Steel Flanges shall be coated with a Petrolatum Tape System in accordance with Section 33 11 05. 13. Ductile Iron Pipe Exterior Coatings a. All ductile iron shall have an asphaltic coating, minimum of 1 mil thick, on the pipe exterior, unless otherwise specified in the Contract Documents. 14. Polyethylene Encasement a. All buried Ductile Iron Pipe shall be polyethylene encased. b. Only manufacturers listed in the City’s Standard Products List as shown in Section 01 60 00 will be considered acceptable. c. Use only virgin polyethylene material. 33 11 10 - 8 DUCTILE IRON PIPE Page 8 of 14 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised December 9, 2022 d. Encasement for buried pipe shall be 8 mil linear low density (LLD) polyethylene conforming to AWWA/ANSI C105/A21.5 or 4 mil high density cross-laminated (HDCL) polyethylene encasement conforming to AWWA/ANSI C105/A21.5 and ASTM A674. e. Marking: At a minimum of every 2 feet along its length, the mark the polyethylene film with the following information: 1) Manufacturer’s name or trademark 2) Year of manufacturer 3) AWWA/ANSI C105/A21.5 4) Minimum film thickness and material type 5) Applicable range of nominal diameter sizes 6) Warning – Corrosion Protection – Repair Any Damage f. Special Markings/Colors 1) Reclaimed Water, perform one of the following: a) Label polyethylene encasement with “RECLAIMED WATER”, b) Provide purple polyethylene in accordance with the American Public Works Association Uniform Color Code; or 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 Pipe Nominal Pipe Diameter (inches) Min. Width – Flat Tube (inches) Min. Width – Sheet (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 33 11 10 - 9 DUCTILE IRON PIPE Page 9 of 14 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised December 9, 2022 42 81 162 48 95 190 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/A21.04 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 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. 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 nondestructive 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. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 33 11 10 - 10 DUCTILE IRON PIPE Page 10 of 14 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised December 9, 2022 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 M41 and in accordance with the pipe manufacturer’s 11 recommendations. 2. See Section 33 11 11 for installation requirements for Ductile Iron Fittings. 3. Lay pipe to the lines and grades as indicated in the Drawings. 4. Excavate and backfill trenches in accordance with Section 33 05 10. 5. Embed Ductile Iron Pipe in accordance with Section 33 05 10. 6. 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. 2. Handle piping with care to avoid damage. a. Inspect each joint of pipe and reject or repair any damaged pipe prior to lowering into the trench. 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. 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. Bolt the follower ring into compression against the gasket with the bolts 32 tightened down evenly then cross torqued in accordance with AWWA C600. b. Overstressing of bolts to compensate for poor installation practice will not be permitted. 2. Push-on Joints a. Install Push-on joints as defined in AWWA/ANSI C111/A21.11. 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 the bell. e. When using a field cut plain end piece of pipe, refinish the field cut and scarf to conform to AWWA C600. 3. Flanged Joints a. Use erection bolts and drift pins to make flanged connections. 1) Do not use undue force or restraint on the ends of the fittings. 2) Apply even and uniform pressure to the gasket. 33 11 10 - 11 DUCTILE IRON PIPE Page 11 of 14 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised December 9, 2022 b. The fitting must be free to move in any direction while bolting. 1) Install flange bolts with all bolt heads faced in one direction. 4. Joint Deflection a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines 13 and grades and shown in the Drawings. b. The deflection of each joint must be in accordance with AWWA C600 Table 3. c. The maximum deflection allowed is 50 percent of that indicated in AWWA C600. d. The manufacturer’s recommendation may be used with the approval of the Engineer. D. Polyethylene Encasement Installation 1. Preparation a. Remove all lumps of clay, mud, cinders, etc., on pipe surface prior to installation of polyethylene encasement. 1) Prevent soil or embedment material from becoming trapped between pipe and polyethylene. b. Fit polyethylene film to contour of pipe to affect a snug, but not tight encase with minimum space between polyethylene and pipe. 1) Provide sufficient slack in contouring to prevent stretching polyethylene where it bridges irregular surfaces such as bell-spigot interfaces, bolted joints or fittings and to prevent damage to polyethylene due to backfilling operations. 2) Secure overlaps and ends with adhesive tape and hold. c. For installations below water table and/or in areas subject to tidal actions, seal both ends of polyethylene tube with adhesive tape at joint overlap. 2. Tubular Type (Method A) a. Cut polyethylene tube to length approximately 2 feet longer than pipe section. b. Slip tube around pipe, centering it to provide 1-foot overlap on each adjacent pipe section and bunching it accordion-fashion lengthwise until it clears pipe ends. c. Lower pipe into trench and make up pipe joint with preceding section of pipe. d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. e. After assembling pipe joint, make overlap of polyethylene tube, pull bunched polyethylene from preceding length of pipe, slip it over end of the new length of pipe and wrap until it overlaps joint at end of preceding length of pipe. f. Secure overlap in place. g. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel of pipe, securing fold at quarter points. h. Repair cuts, tears, punctures or other damage to polyethylene. i. Proceed with installation of next pipe in same manner. 3. Tubular Type (Method B) a. Cut polyethylene tube to length approximately 1 foot shorter than pipe section. b. Slip tube around pipe, centering it to provide 6 inches of bare pipe at each end. c. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel of pipe, securing fold at quarter points; secure ends. 33 11 10 - 12 DUCTILE IRON PIPE Page 12 of 14 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised December 9, 2022 d. Before making up joint, slip 3-foot length of polyethylene tube over end of proceeding pipe section, bunching it accordion-fashion lengthwise. e. After completing joint, pull 3-foot length of polyethylene over joint, overlapping polyethylene previously installed on each adjacent section of pipe by at least 1 foot; make each end snug and secure. 4. Sheet Type a. Cut polyethylene sheet to a length approximately 2 feet longer than piece section. b. Center length to provide 1-foot overlap on each adjacent pipe section, bunching it until it clears the pipe ends. c. Wrap polyethylene around pipe so that it circumferentially overlaps top quadrant of pipe. d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. e. Lower wrapped pipe into trench and make up pipe joint with preceding section of pipe. f. Make shallow bell hole at joints to facilitate installation of polyethylene. g. After completing joint, make overlap and secure ends. h. Repair cuts, tears, punctures or other damage to polyethylene. i. Proceed with installation of next section of pipe in same manner. 5. Pipe-Shaped Appurtenances a. Cover bends, reducers, offsets and other pipe-shaped appurtenances with polyethylene in same manner as pipe and fittings. 6. Odd-Shaped Appurtenances a. When it is not practical to wrap valves, tees, crosses, and other odd-shaped pieces in tube, wrap with flat sheet or split length polyethylene tube by passing sheet under appurtenances and bringing it up around body. b. Make seams by bringing edges together, folding over twice and taping down. c. Tape polyethylene securely in place at the valve stem and at any other penetrations. 7. Repairs a. Repair any cuts, tears, punctures or damage to polyethylene with adhesive tape or with short length of polyethylene sheet or cut open tube, wrapped around fitting to cover damaged area and secured in place. 8. Openings in Encasement a. Provide openings for branches, service taps, blow-offs, air valves and similar appurtenances by making an X-shaped cut in polyethylene and temporarily folding back film. b. After appurtenance is installed, tape slack securely to appurtenance and repair cut, as well as other damaged area in polyethylene with tape. c. Service taps may also be made directly through polyethylene, with any resulting damaged areas being repaired as described above. 9. Junctions between Wrapped and Unwrapped Pipe: a. Where polyethylene-wrapped pipe joins an adjacent pipe that is not wrapped, extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. b. Secure end with circumferential turns of tape. c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric tape for minimum clear distance of 3 feet away from Cast or Ductile Iron Pipe. 33 11 10 - 13 DUCTILE IRON PIPE Page 13 of 14 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised December 9, 2022 3.5 REPAIR/RESTORATION A. Patching 1. Excessive field-patching is not permitted of lining or coating. 2. Patching of lining or coating will be allowed where area to be repaired does not exceed 100 square inches and has no dimensions greater than 12 inches. 3. In general, there shall not be more than 1 patch on either the lining or the coating of any 1 joint of pipe. 4. Wherever necessary to patch the pipe: a. Make patch with cement mortar as previously specified for interior joints. b. Do not install patched pipe until the patch has been properly and adequately cured and approved for laying by the City. 5. Promptly remove rejected pipe from the site. 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. 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 33 11 10 - 14 DUCTILE IRON PIPE Page 14 of 14 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised December 9, 2022 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A.1.b. – Updated Payment types 1.3 – Added definitions of gland types for clarity 2.2.B.9, 10, 11 and 12 – Added reference to Section 33 11 05 and removed material specification for bolts, nuts and gaskets 12/9/2022 W Norwood 2.2 B. 7. Revised “Provisions for Thrust” section 33 12 10 - 1 WATER SERVICES 1-INCH TO 2-INCH Page 1 of 17 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2017 SECTION 33 12 10 WATER SERVICES 1-INCH TO 2-INCH PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Lead-free 1-inch to 2-inch water service lines from the water main to the right-of- way, fittings and water meter boxes complete in place, as shown on the Drawings, directed by the Engineer, and specified herein for: a. New Water Service b. New Water Service (Bored) c. Water Meter Service Relocate d. Private Water Service B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Products Installed but not Furnished Under this Section 1. Water meters for various sizes D. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General 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 12 25 – Connection to Existing Water Mains 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. New Water Service a. Measurement 1) Measurement for this Item shall be per each new “Water Service” complete in place from the tap of the main to the installation of the meter box and associated appurtenances where the service line is installed by open cut construction. 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 “Water Service” installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing New Service Line as specified by the Drawings 2) Submitting product data 3) Tapping saddle 4) Corporation stop 5) Curb stop 33 12 10 - 2 WATER SERVICES 1-INCH TO 2-INCH Page 2 of 17 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2017 6) Fittings 7) Service line installed by open cut 8) Connection to meter 9) Meter Box and Lid 10) Pavement removal 11) Excavation 12) Hauling 13) Disposal of excess material 14) Surface Restoration associated with Meter Box installation and connection, excluding grass (seeding, sodding or hydro-mulch paid separately) 15) Clean-up 16) Disinfection 17) Testing 2. New Bored Water Service a. Measurement 1) Measurement for this Item shall be per each new Water Service complete in place from the tap of the main to the installation of the meter box and associated appurtenances where the service line is installed by trenchless method. 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 “Bored Water Service” installed for: a) Various sizes c. The price bid shall include: 1) Submitting product data 2) Tapping saddle 3) Corporation stop 4) Curb stop 5) Fittings 6) Service line installed by trenchless method 7) Connection to meter 8) Meter Box and Lid 9) Pavement removal 10) Excavation 11) Hauling 12) Disposal of excess material 13) Surface restoration associated with Meter Box installation and connection, excluding grass (seeding, sodding or hydro-mulch paid separately) 14) Clean-up 15) Disinfection 16) Testing 3. Water Meter Service Reconnect a. Measurement 1) Measurement for this Item shall be per each Water Meter Service Reconnect complete in place from public service line connection to private service line connection. b. Payment 33 12 10 - 3 WATER SERVICES 1-INCH TO 2-INCH Page 3 of 17 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2017 1) The work performed in conjunction with relocation of the meter, associated private service line, fittings and meter box 5 feet or less in any direction from centerline of existing meter location and the materials furnished in accordance with this Item will be paid for at the unit price bid per each “Water Meter Service, Reconnection” installed for: a) Various size of services c. The price bid shall include: 1) Private service line 2) Fittings 3) Private connection to water meter 4) Connection to existing private service line 5) Cut and crimp of existing service 6) Removal and Disposal or Salvage of existing 2-inch or smaller water meter, as directed by City 7) Pavement removal 8) Excavation 9) Hauling 10) Disposal of excess material 11) Surface restoration for area disturbed for installation of meter box, excluding grass (seeding, sodding or hydro-mulch paid separately) 12) Clean-up 13) Cleaning 14) Disinfection 15) Testing 4. Private Water Service Relocation a. Measurement 1) Measurement for this Item shall be per linear foot of Private Service relocation complete in place from the meter box to a connection to the existing service line on private property. b. Payment 1) The work performed in conjunction with Private Service Line installation where the meter and meter boxes are moved more than 5 feet in any direction from centerline of existing meter location and materials furnished in accordance with the Item and measured as provided under “Measurement” will be paid for at the unit price bid per linear foot of “Private Water Service” performed for: a) Various service sizes c. The price bid shall include: 1) Obtaining appropriate permit 2) Obtaining Right of Entry 3) Submitting product data 4) Private service line 5) Fittings 6) Backflow preventer, check valve, and isolation valve relocation, if applicable 7) Connection to existing private service line 8) Pavement removal and replacement 9) Excavation 10) Hauling 11) Disposal of excess material 33 12 10 - 4 WATER SERVICES 1-INCH TO 2-INCH Page 4 of 17 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2017 12) Surface restoration, excluding grass (seeding, sodding or hydro-mulch paid separately) 13) Clean-up 14) Cleaning 15) Disinfection 16) Testing 1.3 REFERENCES A. Definitions 1. New Service a. Installation of new 1-inch to 2-inch Water Service Line by open cut construction from the water main to the right-of-way, including corporation stop, curb stop, fittings and water meter boxes complete in place, as shown on the Drawings. 2. New Service (Bored) a. Installation of new 1-inch to 2-inch Water Service Line by trenchless construction method from the water main to the right-of-way, including corporation stop, curb stop, fittings and water meter boxes complete in place, as shown on the Drawings. 3. Meter Service Reconnection a. Relocation and reconnection of the private service line from an existing meter to be abandoned and a new meter installed that lies within 5 feet of the existing meter. 4. Private Service Relocation a. Relocation and reconnection of private service line behind the water meter where the existing meter to be abandoned and the new meter installed is greater than 5 feet of the existing meter. A licensed plumber is required to relocate the private service. 5. Lead-free a. Lead-free pipes and plumbing fittings and fixtures shall contain less than 0.25 percent lead in accordance with the reduction of Lead in Drinking Water Act (P.L. 111-380). 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): a. A48, Standard Specification for Gray Iron Castings. b. A536, Standard Specification for Ductile Iron Castings. c. B88, Standard Specification for Seamless Copper Water Tube. d. B98, Standard Specification for Copper-Silicon Alloy Rod, Bar and Shapes. e. C131, Standard Specification for Resistance to Degradation of Small-Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. f. C150, Standard Specification for Portland Cement. g. C330, Standard Specification for Lightweight Aggregates for Structural Concrete. h. C857 (RL), Standard Practice for Minimum Structural Design Loading for Underground Precast Concrete Utility Structures 33 12 10 - 5 WATER SERVICES 1-INCH TO 2-INCH Page 5 of 17 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2017 i. D883, Standard Terminology Relating to Plastics. j. D1693, Standard Test Method for Environmental Stress-Cracking of Ethylene Plastics 3. American Water Works Association (AWWA): a. C700, Cold-Water Meters - Displacement Type, Bronze Main Case. b. C800, Underground Service Line Valves and Fittings. 4. NSF International (NSF): a. 61, Drinking Water System Components - Health Effects. 5. Reduction of Lead in Drinking Water Act a. Public Law 111-380 (P.L. 111-380) 6. General Services Administration (GSA): a. RR-F-621E, Frames, Covers, Gratings, Steps, Sump and Catch Basin, Manhole 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Provide advance notice for service interruptions and meet requirements of Division 0 and Division 1. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data, if applicable: 1. Tapping Saddle 2. Corporation stop 3. Curb Stop 4. Service Line 5. Meter Box 6. Meter Box Lid B. Certificates and Test Reports 1. Prior to shipment of any Water Service components, the manufacturer shall submit the following: a. A Certificate of Adequacy of Design stating that the components to be furnished comply with all regulatory requirements identified in this Section including: 1) The Reduction of Lead in Drinking Water Act (P.L. 111-380) 2) AWWA C800 3) NSF 61 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 33 12 10 - 6 WATER SERVICES 1-INCH TO 2-INCH Page 6 of 17 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2017 1. Manufacturers a. Water Services shall meet or exceed the latest revisions of AWWA C800, NSF 61, the Reduction of Lead in Drinking Water Act and shall meet or exceed the requirements of this Specification. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Protect all parts such that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. 2. Protect all equipment and parts against any damage during a prolonged period at the site. 3. Prevent plastic and similar brittle items from being directly exposed to sunlight or extremes in temperature. 4. Secure and maintain a location to store the material in accordance with Section 01 66 00. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED PRODUCTS A. Water meters for various sizes 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City’s Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. 3. The Water Services and appurtenances shall be new and the product of a manufacturer regularly engaged in the manufacturing of Water Services and appurtenances having similar service and size. B. Description 1. Regulatory Requirements a. All materials shall conform to the Reduction of Lead in Drinking Water Act (P.L. 111-380). This Act defines “Lead-free” for pipes and other appurtenances to be less than 0.25 percent lead. b. Water Services shall meet or exceed the latest revisions of AWWA C800 and shall meet or exceed the requirements of this Specification. c. All Water Services components in contact with potable water shall conform to the requirements of NSF 61. C. Materials/Design Criteria 33 12 10 - 7 WATER SERVICES 1-INCH TO 2-INCH Page 7 of 17 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2017 1. Service Lines a. Provide Type K Copper Tubing per ASTM B88. b. Furnish in the annealed conditions, unless otherwise specified in the Contract Documents. 2. Service Couplings a. Fitting Ends 1) Flared Copper Tubing with thread dimensions per AWWA C800 2) Provide coupling nuts with a machined bearing skirt of a length equal to the tubing outer diameter (O.D.). b. Provide with hexagonal wrench grip compatible with the coupling size. c. Provide lead-free service couplings in accordance with the Reduction of Lead in Drinking Water Act. 3. Corporation stops a. Provide brass castings per AWWA C800 for: 1) Bodies 2) Plugs 3) D washers 4) Bottom nuts b. Machining and Finishing of Surfaces 1) Provide 1 ¾ inch per foot or 0.1458 inch per inch ± 0.007 inch per inch taper of the seating surfaces for the key and body. 2) Reduce large end of the tapered surface of the key in diameter by chamfer or turning for a distance that will bring the largest end of the seating surface of the key into the largest diameter of the seating surface of the body. 3) Relieve taper seat in the body on the small end. 4) Extend small end of the key there-through to prevent the wearing of a shoulder and facilitate proper seating of key. 5) Design key, key nut and washer such that if the key nut is tightened to failure point, the stem end of the key shall not fracture. 6) Design nut and stem to withstand a turning force on the nut of at least 3 times the necessary effort to properly seat the key without failure in any manner. 7) Port through corporation stop shall be full size to eliminate turbulence in the flow way. 8) Design stop for rotation about the axis of the flow passageway inside the following minimum circles in order to properly clear the tapping machine: a) Two 7/8-inch for 1-inch corporation stops b) Four 15/16-inch for 1 ½ -inch and 2-inch corporation stops c. Provide lead-free corporation stops in accordance with the Reduction of Lead in Drinking Water Act. 4. Curb Stops a. Provide brass castings per AWWA C800. b. Valve plugs shall be: 1) Cylinder type 2) Plug type, or 3) Ball type c. Incorporate full flow porting. d. Provide for full 360 degree plug rotation clockwise or counter-clockwise. e. Overall Length 33 12 10 - 8 WATER SERVICES 1-INCH TO 2-INCH Page 8 of 17 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2017 1) 3-5/16 inch + 1/8 inch for 1-inch diameter 2) 4-1/32 inch + 9.32 for 1-inch diameter f. Cylindrical Plug Type 1) Provide O-ring seal at top and bottom. a) O-ring at top only is acceptable if bottom of curb stop body is closed. 2) Seals shall be Buna N. 3) 1 O-ring seal shall surround the outlet port of the curb stop and act to effectively seal in the closed position. 4) The port in the plug shall provide a straight through, full size flow way, so shaped as to eliminate turbulence. 5) All waterways shall be smooth and free of burrs or rough areas. 6) Design the curb stop to provide ease and accuracy of operation and positive shut-off of water. g. Tapered Plug Type 1) Provide O-ring seal at top and bottom. 2) The tapered plug and cylindrical recess in the valve body shall be machined to match within approved manufacturing tolerances. 3) Inlet and outlet ports shall be sealed by O-rings or combination Teflon U- shaped seal rings backed with O-rings. 4) The port in the plug shall provide a straight through, full size flow way, so shaped as to eliminate turbulence. 5) All waterways shall be smooth and free of burrs or rough areas. 6) Design the curb stop to provide ease and accuracy of operation and positive shut-off of water. h. Ball Plug Type 1) Provide double O-ring seals on the stem. 2) The ball shall seal against rubber rings mounted in the valve body at the inlet and outlet ports. 3) The ball shall be bronze with a smooth Teflon coating. 4) The port in the plug shall provide a straight through, full size flow way, so shaped as to eliminate turbulence. 5) All waterways shall be smooth and free of burrs or rough areas. i. Provide lead-free curb stops in accordance with the Reduction of Lead in Drinking Water Act. 5. Straight Adapters a. Brass castings and threads per AWWA C800 b. Provide lead-free straight adapters in accordance with the Reduction of Lead in Drinking Water Act. 6. Three Part Copper Unions a. Brass castings and threads per AWWA C800 b. Provide lead-free Three Part Copper Unions in accordance with the Reduction of Lead in Drinking Water Act. 7. Straight Meter Couplings a. Brass castings per AWWA C800 b. Threads per AWWA C700 c. Tailpiece with outside iron pipe thread d. Chamfer corners on threaded end of meter nut. e. Machine inside and outside of tailpiece. 33 12 10 - 9 WATER SERVICES 1-INCH TO 2-INCH Page 9 of 17 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2017 f. Provide lead-free Straight Meter Couplings in accordance with the Reduction of Lead in Drinking Water Act. 8. Branch Connections a. Brass castings per AWWA C800 b. Inlet and outlet connections per AWWA C800 c. Provide lead-free branch connections in accordance with the Reduction of Lead in Drinking Water Act. 9. Service Saddles a. Castings 1) Brass or Nylon coated ductile iron castings per AWWA C800 2) Free of porosity with sharp edges removed 3) Saddle a) Form to fit firmly against side of maximum diameter of water main with approximately 180 degrees wrap around. 4) Outlet a) Design outlet boss for no thread distortion by bending moments. b) Tapped for taper threaded corporation stop conforming to AWWA C800. b. Straps 1) Conform to ASTM B98. 2) Form flat to fit uniformly against the wall of the water main. 3) Shall be double straps 4) Rod diameter not less than 5/8 inch flattened to 1 inch on one side. 5) Straps shall be threaded 5/8 inch (11-NC-2A) for a distance such that ½ inch remains after clamp is fully tightened on the pipe. 6) Chamfer strap ends to protect the starting threads. 7) The threads shall be full and free from shear. 8) 4-inch and larger pipe shall be in accordance with Section 33 12 25. c. Nuts 1) Bronze material a) Same material as straps 2) Dimensions equal to or larger than heavy hexagon nuts 3) Tapped 5/8 inch (11-NC-2B) d. Gaskets 1) Neoprene rubber material 2) Cemented to saddle and positioned to facilitate installation 10. Brass Flanged Angle Valve a. For 1 ½-inch and 2-inch services b. Brass castings per AWWA C800 c. Valve Body with integral outlet flange and inlet wrenching flat d. Fit together key and body by turning key and reaming body 1) Key with O-ring seal seat at the upper end 2) Lap key and body seat are to conform to corporation stop requirements of this Specification. 3) The outlet flange shall contain an O-ring seat or a uniform flat drop-in flange gasket surface. 4) Drop-in flange gasket surface shall contain gasket retaining grooves milled circular about the axis of the flange. 33 12 10 - 10 WATER SERVICES 1-INCH TO 2-INCH Page 10 of 17 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2017 5) The size of the outlet flange and the diameter and spacing of the bolt holes shall conform to AWWA C700. 6) The flange on 2-inch angle valves shall be double drilled to permit connection to l ½ -inch meters. 7) The inlet port of the valve shall be tapered to conform to AWWA C800 taper pipe thread. 8) The key cap shall include a wrenching tee marked with a raised or recessed arrow to show whether the valve is open or closed. 9) Valve Assembly (main body, key, key cap) a) Brass material per AWWA C800 b) O-ring seal on the top of the key between the key and body seat c) Key cap shall complete the assembly by attaching to the key by means of a strong bronze pin with phosphor bronze spring washer(s) depressed between the key cap and the top of the valve main body. d) Provide with padlock wings for locking the valve in the closed position. e) There shall be a uniform application of cold water valve grease between the body and the key. f) The valve shall be capable of being easily opened and stopping lugs. g) The waterway through the valve shall be smooth and rounded for minimum pressure loss, and shall be free of burrs or fins. h) The valve shall be strong, well designed, neat in appearance, water- tight and entirely adequate for the intended purpose. i) Provide with either a high quality rubber drop-in gasket or an O-ring seal depending on the manufacturer's flange seal surface design choice. e. Provide lead-free brass flanged angle valves in accordance with the Reduction of Lead in Drinking Water Act. 11. Meter Boxes shall: a. Be constructed of: 1) Polymer, black polyethylene material as defined in ASTM D883. a) Minimum wall thickness of 3/8-inch throughout with no blowing agents or foaming plastics b) Body shall be black throughout, blended at the time of manufacture, and shall have a molded recycled emblem with a minimum of 35 percent Post Industrial/ Pre Consumer Recycled Content- verified with a Leed Product Documentation. c) Have a tensile strength greater than 1700 pounds per square inch (psi). d) Smooth edges and corners and be free from sharp edges so the unit can be handled safely without gloves. e) Exterior free from seams or parting lines. f) Have crush resistant ribbing along the outside of the box. g) Have a flange around the lid opening to help prevent settling and aide in adjustment to grade. h) Not to be installed in roadway – designed to withstand loading in non- deliberate and incidental traffic only. 2) Concrete a) Frame of No. 6 gauge wire welded closed b) Type I or Type II Portland cement, in accordance with ASTM C150, portioned with lightweight aggregate, in accordance with ASTM C330 (1) Percentage of wear not to exceed 40 per ASTM C131 (2) Minimum 28 day compressive strength of 3,000 psi 33 12 10 - 11 WATER SERVICES 1-INCH TO 2-INCH Page 11 of 17 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2017 b. Be able to withstand a minimum 15,000 pounds vertical load c. Withstand a minimum 400 pounds sidewall load. d. Have pipe holes measuring a minimum of 2-1/2” x 3-1/4”. e. 1-inch Standard Meter Box (Class A) 1) For use with services utilizing 5/8-inch x ¾-inch, ¾-inch or 1-inch meter Single or Dual service meter. 2) Polymer a) Size: working of not less than 10 inches x 16 inches, 12 inches high 3) Concrete a) Size: working area not less than 10-inches x 16-inches, 12 inches high f. 2-inch Standard Meter Box (Class C) 1) For use with services utilizing 1-1/2-inch or 2-inch Single service meter. 2) Polymer a) Size: working area not less than 14-inches x 28-inches, 12 inches high 3) Concrete a) Size: working area not less than 15-inches x 26-1/2-inches, 12 inches high g. Bullhead Standard Meter Box (Class B) 1) For use with services utilizing two 5/8-inch x ¾-inch or ¾-inch or 1-inch Single service meter. 2) Polymer a) Size: working area not less than 15-inches x 18-inches, 12 inches high 3) Concrete a) Size: working area not less than 15-inches x 18-inches, 12 inches high 12. Meter Box Lid a. Meter Box Lids Shall: 1) Be solid throughout with reinforcing ribs. 2) Have City of Fort Worth ‘Molly’ logo molded into the lid. 3) Bear the Manufacturer’s IS (name or logo) and Country of Origin. 4) Be designed both with and without AMI receptacles 5) Have a molded tread-plate 6) Seat securely and evenly inside the meter box and shall not overlap the top edge of the meter box. 7) Have a molded pick bar for use by meter reading tool. 8) Have Automated Meter Infrastructure (AMI) snap locking slide mounts for number of meters/endpoints associated with meter box 9) Have an opening to accept the AMI end-point. Opening shall accommodate an endpoint with a 1-7/8 inches diameter. 10) Have recessed AMI end point area, to alleviate a trip hazard, centered over AMI slide mount. Recess area should be 4-1/2 inches in diameter and 3/8” deep. 11) Have built-in anti-flotation devices. b. Cast Iron or Ductile Iron 1) Lids for Concrete Meter Boxes shall be constructed out of a cast iron and meet RRF-621 specification. 2) Shall withstand a minimum vertical load of 15,000 pounds 3) Coat castings with a bituminous emulsified asphalt unless otherwise specified in the Contract Documents, ground smooth, and cleaned with shot blasting, to get a uniform quality free from strength defects and distortions. 33 12 10 - 12 WATER SERVICES 1-INCH TO 2-INCH Page 12 of 17 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2017 4) Dimensions shall be within industry standards of ±1/16 inch per foot. 5) Shall have a plug inserted in to the AMI receptacle to avoid water entering through opening until the AMI receptacle is used 6) Be a minimum of 1-3/4 inches thick at reinforcing ribs. 7) Casting weights may vary ±5 percent from drawing weight per industry standards. c. Plastic(Composite) 1) The lid shall : a) Constructed of Engineered Plastic as defined in ASTM D883 (1) Have a molded recycled emblem with a minimum of 50 percent Post Consumer Recycled and 50 percent Post Industrial/ Pre Consumer Recycled Content- verified with a Leed Product Documentation. (2) Be designed to fit a concrete box/cast iron box in retrofit installations. (3) Have a tensile strength greater than 1700 psi. (4) Have a ‘knock-out” plug to accept the AMI end- point. Knock-out diameter shall be 1-7/8 inch diameter. A removable plug may be substituted for the knock-out plug. (5) Be constructed out of a composite material blend for maximum durability and corrosion resistance. (6) Be black throughout with no blowing agents or foaming plastics (7) Smooth edges and corners and be free from sharp edges so the unit can be handled safely without gloves. (8) Exterior free from seams or parting lines. (9) Have a molded tread-pattern- tread dimensions shall be .188-inch x .938-inch x .150-inch deep. (10) Have “City of Fort Worth” molded into the lid. (11) Have “Water Meter” molded into the lid- Font shall be standard Fadal CNC font with 1-inch characters x .150-inch deep. (12) Have a molded pick hole pocket- dimensions shall be 3-inch x 9/16-inch x Thru Hole with 3/16-inch 304 stainless steel rod. (13) Have 2 pieces of ½-inch rebar located in lid pockets for locatability as shown in Drawings. (14) Have location capability using metal detector. b) Domestic Manufacture Only-Made in USA molded on Lid. c) Not to be installed in roadway or parking area d) Be designed to withstand H-10 loading for non-deliberate and incidental traffic only as . e) Have ultraviolet protection. 2) 1-inch Standard Plastic Meter Box Lid (Class A) a) For use with services utilizing 5/8-inch x ¾-inch, ¾-inch or 1-inch meter Single or Dual service meter. b) Size: 11-7/8-inch x 17-7/8-inch, 1-1/2 inches high c) For use with Class A Standard Meter Box. d) Polymer lid shall seat evenly inside meter box and shall not overlap the top edge of the meter box. 3) 2-inch Standard Plastic Meter Box Lid (Class C) a) For use with services utilizing 1-1/2-inch or 2-inch Single service meter. 33 12 10 - 13 WATER SERVICES 1-INCH TO 2-INCH Page 13 of 17 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2017 b) Size 27-inches x 15-1/4-inches, 1-7/8 inches high c) For use with Class C Standard Meter Box. d) Polymer lid shall seat evenly inside meter box and shall not overlap the top edge of the meter box. 4) Bullhead Standard Plastic Meter Box Lid (Class B) a) For use with services utilizing two 5/8-inch x ¾-inch or ¾-inch or 1- inch Single service meter: b) Size: 16-5/8-inch x 14—5/8-inch, 1-3/4 inches high c) For use with Class B Standard Meter Box. d) Polymer lid shall seat evenly inside meter box and shall not overlap the top edge of the meter box. 13. Horizontal Check Valve a. Equip 1 ½-inch and 2-inch Water Services with a horizontal check valve, with pipe plug, only if specified in the Drawings. b. If an existing backflow preventer is present, the Contractor is to leave it, and is not required to provide an additional horizontal check valve. c. Provide lead-free horizontal check valves in accordance with the Reduction of Lead in Drinking Water Act. 14. Service Marker a. 3 inch wide, 5 mil blue vinyl tape 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Tests and Inspections 1. At the City’s option, the manufacturer shall be required to provide certification records showing conformance of materials, design and testing to these Specifications. 2. The test procedures shall conform to AWWA C800. a. In the event that a chosen valve fails the City’s hydrostatic test, the cost of the test shall be at the expense of the supplier. b. Proof testing of the remainder of the valves shall be at the cost and responsibility of the supplier. c. These tests will be the basis of acceptance or rejection of the remainder of the shipment by the City. 3. The City reserves the right to select products at random for testing. The failure of materials to conform to the applicable Specification may result in the rejection of the entire shipment. B. Marking 1. Service saddle castings shall be clearly marked by letters and numerals cast thereon showing: a. Manufacturer’s name b. Type c. Size of Pipe 33 12 10 - 14 WATER SERVICES 1-INCH TO 2-INCH Page 14 of 17 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2017 PART 3 - EXECUTION 3.1 INSTALLERS A. A licensed plumber is required for installations on the outlet side of the service meter. 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install Water Services and appurtenances in accordance with AWWA C800. 2. Install Water Service Lines 5 feet north or east of center of lot frontage on lots 75 feet or wider, or where shown on Drawings. 3. Install Water Service Lines on lot center line on lots less than 75 feet wide, unless otherwise shown on the Drawings. 4. Install services at a minimum depth of 36 inches below final grade/proposed top of curb, unless otherwise specified in the Contract Documents. 5. Perform leak tests in accordance with Section 33 04 40. 6. Replace existing ¾-inch Service Lines with 1-inch new Service Line, tap, and corporation. 7. Install replaced or relocated services with the service main tap and service line being in line with the service meter, unless otherwise directed by the City. 8. Excavate, embed and backfill trenches in accordance with Section 33 05 10. B. Handling 1. Haul and distribute Service Lines fittings at the project site and handle with care to avoid damage. a. Inspect each segment of Service Line and reject or repair any damaged pipe prior to lowering into the trench. b. Do not handle the pipe in such a way that will damage the pipe. 2. 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. Service Line Installation 1. Service Taps a. Only ductile iron pipe may be directly tapped. b. Install service taps and/or tap assemblies of the specified size as indicated on the Drawings, or as specified by the Engineer. c. Perform taps on a water system that is either uncharged or under pressure. d. Taps consist of: 1) For Concrete Pressure Pipe or Steel Pipe a) Standard internal pipe threaded holes in the pipe walls (1) Made during pipe fabrication (2) Provide tapered threaded outlet with cc threads for up to 2-inch. 33 12 10 - 15 WATER SERVICES 1-INCH TO 2-INCH Page 15 of 17 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2017 (3) Provide flange outlet with flange to thread insulator adaptor kits for 4-inch and larger taps. 2) Other pipe materials a) Bronze service clamp with a sealed, threaded port through which the pipe wall is drilled to complete a service port e. Tap Assemblies 1) Consist of corporation stop with iron to copper connection attached to: a) Copper tubing terminating as shown on the City’s Standard Detail b) May be required adjacent to gate valves c) Install as shown on the Drawings, or as directed by the Engineer. d) When required, shall be included in the unit price bid for installing gate valve. 2) Chlorination and testing purposes a) No separate payment will be made for taps required for testing and chlorination. 2. Installation of Water Services a. Install tap and Service Line in accordance with City Details. b. Install meter box in accordance with City Details. 1) Adjustment of the Service Line to proper meter placement height shall be considered as part of the Meter Box installation. 3. Trenching a. Provide a trench width sufficiently wide to allow for 2 inches of granular embedment on either side of the Service Line. 4. Bored Services a. Services shall be bored utilizing a pilot hole having a diameter ½ inch to ¾ inches larger than the Service Line. 5. Arrangement a. Arrange corporation stops, branches, curb stops, meter spuds, meter boxes and other associate appurtenances as shown in the City Detail, and to the approval of the Engineer. 6. Service Marker a. When Meter Box is not installed immediately subsequent to service installation: 1) Mark Curb Stop with a strip of blue vinyl tape fastened to the end of the service and extending through the backfill approximately 6 inches above ground at the Meter Box location. b. Installation of service taps only: 1) Attach service marker tape to the corporation stop or plug and extend upward and normal to the main through the backfill at the adjacent trench edge to at least 6 inches above ground to flag the tap location. 7. Corporation stops a. Fully open corporation stop prior to backfill. D. Removal of Existing Water Meters 1. Remove, tag and collect existing Water Service meter for pickup by the City for reconditioning or replacement. 2. After installation of the Water Service in the proposed location and receipt of a meter from the City inspector, install the meter. 33 12 10 - 16 WATER SERVICES 1-INCH TO 2-INCH Page 16 of 17 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2017 3. Reset the meter box as necessary to be flush with existing ground or as otherwise directed by the City. 4. All such work on the outlet side of the service meter shall be performed by a licensed plumber. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Field Tests and Inspections 1. Check each Water Service installation for leaks and full flow through the curb stop at the time the main is tested in accordance with Section 33 04 40. 3.8 SYSTEM STARTUP [NOT USED] 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 33 12 10 - 17 WATER SERVICES 1-INCH TO 2-INCH Page 17 of 17 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised February 14, 2017 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson Added Blue Text for clarification 1.2 A. – Revision to items included in price bid Specification modified to be in accordance with the Reduction of Lead in Drinking Water Act – All materials shall be lead free in accordance with this Act. 1.2.A.3 – Water Meter Service Relocate was renamed Water Meter Service Reconnect 1.6.B. – added certification submittals for compliance with regulatory requirements 2/13/2013 F. Griffin Added the phrase ‘, including grass’ to lines; Part 1, 1.2.A.1.c.14, Part1, 1.2.A.2.c.13, Part 1, 1.2.A.2.c.13, Part 1,1.2.A.3.c.11, Part1, 1.2.A.4.c.11 Added the phrase ‘and replacement’ to line Part 1,1.2.A.4.c.7 4/26/2013 F. Griffin Revised lines with ‘including grass’ replacing with ‘excluding grass (seeding, sodding or hydromulching paid separately)’ Included in Part 1, 1.2, A, 1, c, 14; Part 1, 1.2, A, 2, c, 13; Part 1, 1.2, A, 3, c, 11; Part 1, 1.2, A, 4, 2, 11 6/19/2013 D. Johnson 1.2.A.4.c – Addition of private water service appurtenances relocation to being included in the linear foot price of private water services 11/21/2016 W. Norwood Require meter box suitable for AMI meter. 2.2,C, 11 & 2.2,C,12 11/21/2016 W. Norwood Require service saddle with double straps. 2.2,C,9,b 2/14/17 W. Norwood 2.2, C, 9.a.3 Remove table “Fit Contour of pipe…” 2/14/17 W. Norwood 3.4, C, 1.d.(2) Remove nylon sleeve inserts, require cc threads. 33 12 20 - 1 RESILIENT SEATED (WEDGE) GATE VALVE Page 1 of 10 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised May 6, 2015 SECTION 33 12 20 RESILIENT SEATED (WEDGE) GATE VALVE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Resilient Seated (Wedge) Gate Valves 4-inch through 48-inch for use with potable water mains a. 24-inch and larger valves may require an integral bypass 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 11 05 – Bolts, Nuts, and Gaskets 4. Section 33 11 10 – Ductile Iron Pipe 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Gate Valve 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 “Gate Valve” installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing Gate Valves with connections as specified in the Drawings 2) Valve box 3) Extension 4) Extensions for valves in vaults 5) Valve vault and appurtenances (for 16-inch and larger gate valves) 6) Petrolatum tape for connections to steel flanges 7) 2-inch risers (for 16-inch and larger gate valves) 8) Isolation kits when installed with flanged connections 9) Polyethylene encasement 10) Pavement removal 11) Excavation 12) Hauling 13) Disposal of excess material 33 12 20 - 2 RESILIENT SEATED (WEDGE) GATE VALVE Page 2 of 10 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised May 6, 2015 14) Furnishing, placement and compaction of embedment 15) Furnishing, placement and compaction of backfill 16) Clean-up 17) Cleaning 18) Disinfection 19) Testing 2. Cut-in Gate Valve 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 “Cut-in Gate Valve” installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing Gate Valves with connections as specified in the Drawings 2) System dewatering 3) Connections to existing pipe materials 4) Valve box 5) Extension 6) Extensions for valves in vaults 7) Valve vault and appurtenances (for 16-inch and larger gate valves) 8) Petrolatum tape for connections to steel flanges 9) 2-inch risers (for 16-inch and larger gate valves) 10) Isolation kits when installed with flanged connections 11) Valve vault and appurtenances (for 16-inch and larger gate valves) 12) Polyethylene encasement 13) Pavement removal 14) Excavation 15) Hauling 16) Disposal of excess material 17) Furnishing, placement and compaction of embedment 18) Furnishing, placement and compaction of backfill 19) Clean-up 20) Cleaning 21) Disinfection 22) Testing 1.3 REFERENCES A. Abbreviations and Acronyms 1. NRS – Non Rising Stem 2. OS&Y – Outside Screw and Yoke 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. 33 12 20 - 3 RESILIENT SEATED (WEDGE) GATE VALVE Page 3 of 10 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised May 6, 2015 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. B117, 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. 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. C115/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. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Resilient Seated (Wedge) Gate Valve noting the pressure rating and coating system supplied, including: a. Dimensions, weights, material list, and detailed drawings b. Joint type c. Maximum torque recommended by the manufacturer for the valve size 2. Polyethylene encasement and tape a. Whether the film is linear low density or high density cross linked polyethylene b. The thickness of the film provided 3. Thrust Restraint, if required by contract Documents 33 12 20 - 4 RESILIENT SEATED (WEDGE) GATE VALVE Page 4 of 10 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised May 6, 2015 a. Retainer glands b. Thrust harnesses c. Any other means 4. Instructions for field repair of fusion bonded epoxy coating 5. Gaskets B. Certificates 1. Furnish an affidavit certifying that all Resilient Seated (Wedge) Gate Valves meet the provisions of this Section, each valve meets Specifications, all inspections have been made and that all tests have been performed in accordance with AWWA C509 or AWWA C515. 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B117. 3. Furnish affidavit that Resilient Seated (Wedge) Gate Valve manufacturer has five years experience manufacturing Resilient Seated Gate Valves of similar service and size with experience record. 4. Furnish affidavit that Resilient Seated (Wedge) Gate Valve manufacturer owns or controls any foreign factory/foundry that supplies valve casings and can certify that the Resilient Seated (Wedge) Gate Valve manufacturer is in control of quality control at the foreign factory/foundry. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Valves 16-inch and larger shall be the product of 1 manufacturer for each project. 1) Change orders, specials and field changes may be provided by a different manufacturer upon City approval. b. For valves less than 16-inch, valves of each size shall be the product of 1 manufacturer, unless approved by the City. 1) Change orders, specials and field changes may be provided by a different manufacturer upon City approval. c. Valves shall meet or exceed AWWA C509 or AWWA C515. d. For valves equipped with a bypass, the bypass valve must be of the same manufacturer as the main valve. e. Resilient Seated Gate Valves shall be new. f. Resilient Seated Gate Valve Manufacturer shall not have less than 5 years of successful experience manufacturing of Resilient Seated Gate Valves of similar service and size, and indicated or demonstrate an experience record that is satisfactory to the Engineer and City. This experience record will be thoroughly investigated by the Engineer, and acceptance will be at the sole discretion of the Engineer and City. 33 12 20 - 5 RESILIENT SEATED (WEDGE) GATE VALVE Page 5 of 10 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised May 6, 2015 g. Casings for Resilient Seated Gate Valve, such as valve body, wedge, and bypass; that are not manufactured within the United States of America, shall be manufactured by factories/foundries that are owned or controlled (partial ownership) such that the Resilient Seated Gate Valve Manufacturer can control and guarantee quality at the foreign factory/foundry. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Protect all parts so that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. 2. Protect all equipment and parts against any damage during a prolonged period at the site. 3. Protect the finished surfaces of all exposed flanges by wooden blank 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 directly exposed to sunlight or extremes in temperature. 6. Secure and maintain a location to store the material in accordance with Section 01 66 00. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer’s Warranty shall be in accordance with Division 1. 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 will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. B. Description 1. Regulatory Requirements a. Valves shall be new and meet or exceed AWWA C509 or AWWA C515 and shall meet or exceed the requirements of this Specification. b. All valve components in contact with potable water shall conform to the requirements of NSF 61. C. Materials 33 12 20 - 6 RESILIENT SEATED (WEDGE) GATE VALVE Page 6 of 10 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised May 6, 2015 1. Valve Body a. Valve body: ductile iron per ASTM A536 b. Flanged ends: Furnish in accordance with AWWA/ANSI C115/A21.15. c. Mechanical Joints: Furnish with outlets which conform to AWWA/ANSI C111/A21.11. d. Valve interior and exterior surfaces: fusion bonded epoxy coated, minimum 5 mils, meeting AWWA C550 requirements e. Buried valves: Provide with polyethylene encasement in accordance with AWWA/ANSI C105/A21.5. 1) Polyethylene encasement: Furnish in accordance with Section 33 11 10. 2. Wedge (Gate) a. Resilient wedge: rated at 250 psig cold water working pressure b. The wedge (gate) for all valve sizes shall be 1 piece, fully encapsulated with a permanently bonded EPDM rubber. 3. Bypass a. For gate valves using a double roller, track and scrapper system, an integrally cast bypass on the body of the valve is required. 1) Orient the bypass on the same side of the gate valve as the spur gear to allow operation of both valves from the manhole opening. 2) The bypass shall be a minimum 4-inch in size. 4. Gate Valve Bolts and Nuts a. Bonnet, Stuffing Box and Gear Box - Hex head bolt, and hex nut: Steel ASTM A307 Gr. B, Zinc Plate per ASTM B633, SC3 for non-buried service (4-inch through 12-inch valves) or as specified in 2.2.C.4.b. b. Hex head bolt and hex nut: AISI 304 stainless steel for buried service (all sizes) and for valves 16-inch through 36-inch (non-buried service) 5. Bolts and Nuts a. Mechanical Joints a) Provide bolts and nuts in accordance with Section 33 11 05. b. 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 11 05. 3) Flanged isolation kits shall be provided when connecting to buried steel or concrete pressure pipe. Kits shall conform to Section 33 04 10. 6. Joints a. Valves: flanged, or mechanical-joint or any combination of these as specified on the Drawings or in the project Specifications 1) Flanged-joints: AWWA/ANSI C115/A21.15, ASME B16.1, Class 125 a) Flange bolt circles and bolt holes shall match those of ASME B16.1, Class 125. b) Field fabricated flanges are prohibited. 2) Steel or concrete pressure pipe a) Use flange-joints unless otherwise specified in the Contract Documents. 3) Ductile Iron or PVC pressure pipe a) Use mechanical joints with mechanically restrained retainer glands unless otherwise specified in the Contract Documents. 33 12 20 - 7 RESILIENT SEATED (WEDGE) GATE VALVE Page 7 of 10 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised May 6, 2015 7. Operating Nuts a. Supply for buried service valves b. 1-15/16-inch square at the top, 2-inch at the base, and 1-3/4-inch high c. Cast an arrow showing the direction of opening with the word “OPEN” on the operating nut base. d. To open, the operating nut shall be turned to the RIGHT (CLOCKWISE) direction. Nut shall be painted red per AWWA specifications e. Connect the operating nut to the shaft with a shear pin that prevents the nut from transferring torque to that shaft or the gear box that exceeds the manufacturer’s recommended torque. f. Furnish handwheel operators for non-buried service, or when shown in the Drawings. 8. Gearing a. Gate valves that are 24 inch and larger: Equip with a spur gear. b. Bevel gears for horizontally mounted valves are not allowed. c. The spur gear shall be designed and supplied by the manufacturer of the valve as an integral part of the gate valve. 9. Gaskets a. Provide gaskets in accordance with Section 33 11 05. 2.3 ACCESSORIES A. All gate valves shall have the following accessories provided as part of the gate valve installation: 1. A keyed solid extension stem of sufficient length to bring the operating nut up to within 1 foot of the surface of the ground, when the operating nut on the gate valve is 3 feet or more beneath the surface of the ground. Extension Stems are: a. Not required on City stock orders b. Not to be bolted or attached to the valve-operating nut c. To be of cold rolled steel with a cross-sectional area of 1 square inch, fitting loosely enough to allow deflection 2. Furnish joint components such as gaskets, glands, lubricant, bolts, and nuts in sufficient quantity for assembly of each joint. 3. Cast Iron Valve Boxes: provide for buried service gate valves, cast iron valve boxes and covers a. Each valve box for 4-inch through 12-inch valves shall be 2-piece, 5 ¼-inch shafts, screw type, consisting of a top section and a bottom section. b. Valve boxes shall be as listed in the City of Fort Worth Standard Products List in attached in Section 01 60 00. c. Valve box covers shall be so designed that they can be easily removed to provide access to valve operating nut. d. Valve box covers must be designed to stay in position and resist damage under AASHTO HS 20 traffic loads. e. Each cover shall be casted with the word “WATER” or “RECLAIMED” in raised letters on the upper surface. f. Cast iron valve boxes and covers shall conform to ASTM A48, Class 35B. 1) Valve box covers shall be round for potable water applications and square for reclaimed water applications. 33 12 20 - 8 RESILIENT SEATED (WEDGE) GATE VALVE Page 8 of 10 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised May 6, 2015 g. Box extension material shall be AWWA C900 PVC or ductile iron. 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. All valves shall be installed in vertical position when utilized in normal pipeline installation. 2. Valves shall be placed at line and grade as indicated on the Drawings. 3. Polyethylene encasement installation shall be in accordance with Section 33 11 10. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Field Inspections 1. Before acceptance of the installed valve, the City Field Operations Staff shall have the opportunity to operate the valve. 2. The City shall be given the opportunity to inspect all buried flanges before they are covered. 3. The Operator will be assessing the ease of access to the operating nut within the valve box and ease of operating the valve from a fully closed to fully opened position. 4. If access and operation of the valve meet the City’s criteria, then the valve will be accepted as installed. B. Non-Conforming Work 1. If access and operation of the valve or its appurtenances does not meet the City’s criteria, the Contractor will remedy the situation until it meets the City’s criteria, at the Contractor’s expense. 33 12 20 - 9 RESILIENT SEATED (WEDGE) GATE VALVE Page 9 of 10 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised May 6, 2015 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] 33 12 20 - 10 RESILIENT SEATED (WEDGE) GATE VALVE Page 10 of 10 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised May 6, 2015 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.1.A – Modified acceptable size range and added requirement for bypass in 30-inch gate valves, Blue text added for exceptions 1.2 Measurement and Payment – Added Cut-In Gate Valve 1.2.A.1.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 11 05. 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 11 05 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 35B; Added requirements for reclaimed water applications 6/24/2014 D. Townsend 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.B.3 Added Section. Requires Affidavit for 5 years of experience in manufacturing RS Gate valves of similar size and type. 1.6.B.4 Added Section – Requires Affidavit on Gate Valve manufacturers ownership in foreign factories/foundries providing components to certify on-site quality control. 1.9.A.1.f 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 5/6/2015 D. Townsend 1.1.A.1 Revised maximum allowable Resilient Seated (Wedge) Gate Valve from 30-inch to 48-inch 1.1.A.1.a Revised minimum size gate valve requiring bypass from 30-inch to 24- inch. 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 33 12 21 - 1 AWWA Rubber-Seated Butterfly Valves Page 1 of 11 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised April 23, 2019 SECTION 33 12 21 AWWA RUBBER-SEATED BUTTERFLY VALVES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. AWWA Rubber-Seated Butterfly Valves 30-inch through 72-inch for transmission, distribution system and plant applications (buried or above ground installation) as shown on the 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 3. Section 03 30 00 – Cast-In-Place Concrete 4. Section 33 04 10 – Joint Bonding and Electrical Isolation 5. Section 33 05 16 – Concrete Water Vaults 6. Section 33 11 05 – Bolts, Nuts, and Gaskets 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be per each. 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 each “AWWA Butterfly Valve” installed for: 1) Various sizes 3. The price bid shall include: a. Furnishing and installing AWWA Butterfly Valves as specified in the Drawings b. AWWA Butterfly Valve vault and appurtenances c. Pavement removal d. Excavation e. Hauling f. Disposal of excess material g. Furnishing, placing and compaction of embedment h. Furnishing, placing and compaction of backfill i. Clean-up j. Cleaning k. Disinfection l. Testing 33 12 21 - 2 AWWA Rubber-Seated Butterfly Valves Page 2 of 11 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised April 23, 2019 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. B1.1, Unified Inch Screw Thread Series 3. American Society of Mechanical Engineers (ASME): a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 4. ASTM International (ASTM): a. A36, Standard Specification for Carbon Structural Steel. b. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. c. A536, Standard Specification for Ductile Iron Castings. d. B117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 5. American Water Works Association/American National Standards Institute (AWWA/ANSI): a. C111/A21.11, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. 6. American Water Works Association (AWWA): a. C504, Rubber-Seated Butterfly Valves. b. C550, Protective Interior Coatings for Valves and Hydrants. 7. NSF International (NSF): a. 61, Drinking Water System Components - Health Effects. 8. Society for Protective Coatings/NACE International (SSPC/NACE): a. SP 10/NACE No. 2, Near-White Blast Cleaning. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Rubber-Seated Butterfly Valves stating: a. Material b. Valve and Actuator Coating System c. Working pressure rating d. Test pressure rating e. Valve classification f. Valve Seat Type and bonding method to disc or body g. Valve-port diameter h. Valve Torque required i. Actuator Type and maximum torque j. Total net assembled weight k. Valve operator and extension stems l. Opening direction 33 12 21 - 3 AWWA Rubber-Seated Butterfly Valves Page 3 of 11 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised April 23, 2019 2. Confirm valve seat type for specific project application with the City prior to ordering Rubber-Seated Butterfly Valve. B. Shop Drawings 1. For below grade applications: a. Cast-in-place concrete vault in accordance with shop drawing requirements set forth in Section 03 30 00. b. Vault appurtenances in accordance with shop drawing requirements set forth in Section 33 05 16. C. Certifications 1. Furnish an affidavit certifying that all AWWA Rubber-Seated Butterfly Valves meet the provisions of this Specification and have been hydrostatically tested at the factory and meet the requirements of AWWA C504. 2. Furnish an affidavit certifying that the coating for all AWWA Rubber-Seated Butterfly Valves meets the provisions of this Specification and meets the requirements of AWWA C504. 3. Furnish affidavit that AWWA Rubber-Seated Butterfly Valve manufacturer owns or controls any foreign factory/foundry that supplies valve casings and can certify that the Resilient Seated (Wedge) Gate Valve manufacturer is in control of quality control at the foreign factory/foundry. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS A. Operation and Maintenance Manual 1. Furnish Operation and Maintenance Manual in accordance with Division 1. 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Rubber-Seated Butterfly Valves and manual actuators of the same size shall be the product of 1 manufacturer for each project. 1) Change orders, specials and field changes may be provided by a different manufacturer upon City approval. b. Rubber-Seated Butterfly Valves shall be in conformance with AWWA C504. c. Casings for Rubber-Seated Butterfly Valves; that are not manufactured within the United States of America, shall be manufactured by factories/foundries that are owned or controlled (partial ownership) such that the Rubber-Seated Butterfly Valve Manufacturer can control and guarantee quality at the foreign factory/foundry. d. Worm-gear type actuator meeting the requirements of this specification shall be: 1) Rotork Gears IW Series AWWA C504 & C5PV-3 Quarter-turn Worm Gear Operator, 2) AUWA GS Part-Turn Gearbox, 3) Limitorque HBC Worm Gearbox series 4) EIM WO series for non-burier applications or WB series for direct-buried applications 33 12 21 - 4 AWWA Rubber-Seated Butterfly Valves Page 4 of 11 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised April 23, 2019 5) Or Engineer approved equal 2. The AWWA Rubber-Seated Butterfly Valve shall be the product of a manufacturer regularly engaged in the manufacturing of AWWA Rubber-Seated Butterfly Valves having similar service and size. 3. Unit Responsibility a. All equipment specified under this Section is to be furnished by the valve manufacturer who shall be responsible for the adequacy and compatibility of all unit components including, but not limited to, the valve, actuator and extension stems. b. Any component of each complete unit not provided by the valve manufacturer shall be designed, fabricated, tested and installed by factory-authorized representatives experienced in the design and manufacture of the equipment. 1) This includes, but is not limited to, coordination of the torque required to properly operate the valve. 2) This does not relieve the Contractor of the overall responsibility for this portion of the work. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Protect all parts such that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. 2. Protect all equipment and parts against any damage during a prolonged period at the site. 3. Protect the finished surfaces of all exposed flanges by wooden blank 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 directly exposed to sunlight or extremes in temperature. 6. Secure and maintain a location to store the material in accordance with Section 01 66 00. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer’s Warranty shall be in accordance with Division 1. 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 will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related sections. 33 12 21 - 5 AWWA Rubber-Seated Butterfly Valves Page 5 of 11 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised April 23, 2019 2. Any product that is not listed on the Standard Product List or listed in this specification is considered a substitution and shall be submitted in accordance with Section 01 25 00. B. Description 1. Regulatory Requirements a. AWWA Rubber-Seated Butterfly Valves shall be new and meet or exceed the latest revisions of AWWA C504 and shall meet or exceed the requirements of this Specification. b. All AWWA Rubber-Seated Butterfly Valve components in contact with potable water shall conform to the requirements of NSF 61. C. Materials 1. Valve Body a. Valve bodies shall be of ductile iron per ASTM A536 Grade 65-45-12 or fabricated steel ASTM A36. b. Valve bodies shall be short body type. 2. Joints a. Flange end valves shall be: 1) Class 125 Standard flanged ends faced 2) Drilled per ASME B16.1 standard for cast iron flanges 3) Flanges shall be designed for the test pressure of the valve. b. Mechanical joint end valves shall meet the requirements of AWWA/ANSI C111/A21.11. c. Flanged ends shall be used with Steel or Concrete Cylinder pipe unless otherwise noted in the Contract Documents. 1) Flange isolation kits shall be provided in accordance with Section 33 04 10. d. Flanged ends shall be provided unless otherwise noted in the Contract Documents. 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 11 05. b. Tapped Bolts 1) Butterfly Valve manufacturer to provide tapped bolts with ANSI B1.1 UNC thread. 4. Gaskets 1) Provide gaskets in accordance with Section 33 11 05. 5. Discs a. Discs shall be ductile iron ASTM A536 Grade or fabricated steel ASTM A36. 1) Disc and shaft connection shall be made with tapered pins of either monel or stainless steel 6. Valve Shaft a. Valve shaft shall be: 1) Type 304 stainless steel or equal 2) 1-piece unit or stub-shaft type a) Stub shaft shall be inserted into the valve disc hubs for distance of 1 ½ times shaft diameter 33 12 21 - 6 AWWA Rubber-Seated Butterfly Valves Page 6 of 11 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised April 23, 2019 3) Minimum diameter per AWWA C504 4) Horizontal orientation 7. Shaft Seals a. Valve shaft seals shall be self-compensating V-type packing with a minimum of 4 sealing rings. b. Design shall allow adjustment or replacement without removing the valve shaft. 8. Valve Bearings a. Valve shaft bearings shall be non-metallic and permanently lubricated. 9. Valve Seat a. Seats on Body (for transmission projects only) 1) The seat shall be a Buna-N or EPDM for water and shall be molded in and bonded to the valve body. 2) Provide a 360 degree continuous, uninterrupted seating surface. 3) Field adjustable around the full 360 degrees circumference and replaceable without dismantling the actuator, disc or shaft and without removing the valve from the line. 4) The seat shall be retained in the valve body by mechanical means without retaining rings, segments, screws or hardware of any kind in the flow stream. 5) The seat shall contain an integral shaft seal protecting the valve bearings and packing from any line debris. 6) Rubber seats shall be field adjustable and replaceable. b. Seats on Disc (for transmission or water facility) 1) The seat shall be a Buna-N or EPDM for water and shall be molded in and bonded to the disc. 2) Resilient seats shall be located on the valve disc and shall provide a 360 degree continuous, uninterrupted seating surface. 3) Seats shall be mechanically retained with a stainless steel retaining ring and stainless steel cap screws which shall pass through both the resilient seat and the retaining ring. 4) The resilient seat’s mating surface shall be to a 360 degree continuous uninterrupted stainless steel body seat ring. 5) Rubber seats shall be field adjustable and replaceable. 10. Performance / Design Criteria a. Valve Classification shall be Class 250B D. Finishes 1. Unless otherwise specified in the Contract Documents, exterior and interior metallic surfaces of each valve shall be shop fusion bonded epoxy coated meeting per the latest revision of AWWA C550. 2. Painting and Coatings a. All surfaces of the valve shall be clean, dry and free from grease before applying paint or coating. b. The valve interior and exterior surfaces, except for the seating surfaces, shall be provided with the manufacturer’s standard coating or as specified in the Contract Documents. c. All internal exposed surfaces that are susceptible to corrosion shall be coated with a Polymide cured, rust inhibiting epoxy. d. Surfaces to be coated shall be prepared and sand-blasted per SSPC SP 10/NACE No. 2. 33 12 21 - 7 AWWA Rubber-Seated Butterfly Valves Page 7 of 11 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised April 23, 2019 e. Final coating thickness shall be 16 mils minimum. f. All surfaces shall be inspected for proper dry film thickness using a magnetic dry film thickness gauge. g. Tests for invisible holidays shall be conducted using a low voltage, wet sponge holiday or leak detector. E. Marking for Identification 1. For each Rubber-Seated Butterfly Valve, clearly mark with the following information: a. Valve size b. Class for which it is designated c. Name of manufacturer d. Date of manufacturer 2.3 ACCESSORIES A. Rubber-Seated Butterfly Valves shall have the following accessories provided as part of the valve installation: 1. Below grade Rubber-Seated Butterfly Valves shall be placed within a concrete vault in accordance with Section 03 30 00, or as shown on the Drawings. All vault appurtenances shall be in accordance with Section 33 05 16. 2. Manual Actuators a. Valves shall be provided with manual actuators, unless otherwise specified in the Drawings. b. Valves shall be opened by turning the actuator clockwise and close counter clockwise. c. Manual actuators shall be fully greased, packed and have adjustable stops in the open and closed position. 1) The actuator shall have a adjustable mechanical stop which will withstand an input torque of 450 foot-pounds against the stop. 2) The actuator shall have a built in packing leak bypass to eliminate possible packing leakage into the actuator housing. d. Butterfly valves in a vault shall be furnished with a 2-inch operating nut. 1) The actuator shall be placed in a vault as indicated on the Drawings and have extension to the top of the vault. e. Butterfly valves in plant, pump station or tank service applications located above ground shall be provided with a 16 inch minimum diameter handwheel operator. 1) Handwheels shall be painted red. f. Valve Position Indicator 1) Provide position indicator with mechanical dial indicator as follows: a) Highly visible b) Containing “Open” and “Closed” legend at the end of a 90 degree arc c) Pointer to show the disc position (Closed-0 degree and Open-90 degree) d) Arc graduated in degrees g. Actuator shall be worm-gear type, as follows: 1) Worm gear manual operator shall comply fully with AWWA C504, latest edition. 33 12 21 - 8 AWWA Rubber-Seated Butterfly Valves Page 8 of 11 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised April 23, 2019 2) Worm gear drive sleeve and worm shaft shall be of solid, 1-piece design; bolted segments or pinned worms will not be acceptable. Drive sleeve shall include an integral spline to accept a removable bottom-entry spline bushing for valve shaft connection. 3) If required for torque purposes, spur gear reducers may be provided for increased torque outputs and to reduce handwheel diameter. Worm gear operator shall include handwheel with maximum 80 pound rim pull or a 2- inch AWWA Nut with a maximum 150 ft. lbs required input torque 4) Materials of Construction a) Housing: Ductile Iron b) Drive sleeve: Bronze c) Worm: Alloy steel with splined input drive connection d) Bearings: Heavy duty tapered roller bearings e) Finish: Thermostatically Applied Polyester Powdercoat f) Fasteners: Stainless steel 5) Manual gears shall be capable of being field retrofit with an electric motor operator in the future without major modifications. a) With spur gear removed, splined worm gear input shaft and motor adapter flange shall be easily added to accept a multi-turn “torque-only” electric valve actuator. (1) Supplier shall include the Number of Turns required to complete on Open-to-Close stroke in the Equipment Submittal. 3. Extension Stem a. Keyed solid extension stem of sufficient length to bring the operating nut up to within 1 foot of the surface of the ground, when the operating nut on the valve is 3 feet or more beneath the surface of the ground 1) Not required for City stock orders. 2) Extension stems shall not be bolted or attached to the valve-operating nut. 3) Extension stems shall be of cold rolled steel with a cross-sectional area of 1 square inch, fitting loosely enough to allow deflection. 4. 2-inch Taps a. Provide two 2-inch taps on each side of the valve, 12 inches from the valve body. 1) Taps shall be C.C. thread with flare, with insulated adaptor kit. 2) Provide copper riser between corporation stop and curb stop. 3) Install curb stop 12 inches from the vault top a) Reachable by hand from the vault lid 5. Joint components such as gaskets, glands, lubricant, bolts and nuts, shall be furnished in sufficient quantity for assembly of each joint. 2.4 SOURCE QUALITY CONTROL A. Tests and Inspections 1. Each valve shall be shop tested for leaks in the closed position with the valve horizontal. a. The upper surface of the valve disc shall be visible and covered with a pool of water at 0 psi pressure. b. Air pressure equivalent to the design rating of the valve shall be applied to the lower face of the disc for at least 5 minutes with no indication of leakage (i.e. bubbles in the water pool) during the test period. 33 12 21 - 9 AWWA Rubber-Seated Butterfly Valves Page 9 of 11 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised April 23, 2019 2. The valve body shall be hydrostatically tested at twice the rated pressure for 10 minutes with the valve in the slightly open position. a. During this test, there shall be no leakage or seeping through the valve body, weld or valve trunnions. PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. All Rubber-Seated Butterfly Valves shall be installed in accordance with the instructions of the manufacturer and as shown on the Drawings. 2. For buried applications, Rubber-Seated Butterfly Valves shall be placed in a concrete vault and installed in accordance with Section 03 30 00. All vault appurtenances shall be installed in accordance with Section 33 05 16. 3. All excavations shall be backfilled in accordance with Section 33 05 10. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Field Inspections 1. Before acceptance of the installed Rubber-Seated Butterfly Valve, the City Field Operations and/or Production Staff shall have the opportunity to operate the valve. a. The operator will be assessing the ease of access to the operating nut within the valve box and ease of operating the valve from a fully closed to fully opened position. b. If access and operation of the Rubber-Seated Butterfly Valve meet the City’s criteria, then the valve will be accepted as installed. B. Non-Conforming Work 1. If access and operation of the valve or its appurtenances does not meet the City’s criteria, the Contractor will remedy the situation until it meets the City’s criteria, at the Contractor’s expense. 33 12 21 - 10 AWWA Rubber-Seated Butterfly Valves Page 10 of 11 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised April 23, 2019 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 33 12 21 - 11 AWWA Rubber-Seated Butterfly Valves Page 11 of 11 CITY OF FORT WORTH Downtown Cast Iron Water Main Replacements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number: 105064 Revised April 23, 2019 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.1.A – Acceptable size range was modified to include butterfly vales from 36-inches to 72-inches; Blue text included for exceptions 2.2.C.3 and 4 – Added Section 33 11 05 reference and removed material specification for bolts, nuts and gaskets. Added material specification for tapped bolts. Modified Vault and Appurtenance Specifications throughout 6/24/2014 D. Townsend 1.1.A Acceptable size range was modified to include butterfly vales from 30-inches to 72-inches; Blue text included for exceptions 1.6.C.3 Added Section. Affidavit required that manufacturer owns/control foreign factory/foundry that supplies valve castings 1.9.A.1.c Added Section. Requirement that manufacturer owns/control foreign factory/foundry that supplies valve castings 1.9.A.1.d Added Section. Acceptable worm gear type actuators. 2.2.A.2. Added Clarification. Accepted product can be listed in this specification 2.3.A.2.g. 3&4. Format Change. Added Item 4 to Item 3. 2.3.AQ.2.g.3. Addition: “or 2-inch AWWA Nut with a maximum 150 ft lbs required input torque 2.3.2.g Changed Item 4.a to Item 4 2.3.A.2.C & 2.3.A.2.c.1 Modification. Manual actuator to have adjustable stops 04/23/2019 Walter Norwood 1.1.A previously referenced "…as specified herein and shown on the Drawings." and was updated to reflect "…as shown on the Standard Products List." APPENDIX A GC 4.02 SUBSURFACE AND PHYSICAL CONDITIONS PAVEMENT TEST HOLE REPORT Dallas • Ft. Worth • Houston • San Antonio Geotechnical Construction Materials Environmental TBPELS Firm No. 813 5058 Brush Creek Road Fort Worth, Texas 76119 Tel: 817.496.5600 Fax: 817.496.5608 www.alphatesting.com April 17, 2024 City of Fort Worth – Transportation & Public Works 200 Texas St. – 2nd Floor Fort Worth, Texas 76102 Attention: Mr. Zelalem Arega, Ph.D., P.E. Re: Pavement Coring CPN 105064 Pavement Cores – Off Summit Avenue Fort Worth, Texas ALPHA Report No. W240420 Attached are the results of pavement coring performed for the project referenced above. This study was authorized using Purchase Order FW020-0000011097 dated January 26, 2024 and performed in accordance with ALPHA Proposal No. 102632 dated January 25, 2024. The project consisted of coring the existing pavement at sixteen (16) locations on about 500 ft spaced intervals at selected streets. In addition, the subgrade was sampled to a depth of 8½ inches below the bottom of pavement to test for Atterberg limits and percent material passing the No. 200 sieve tests. The scope of work includes drilling and laboratory testing services only. Engineering analysis and recommendations are not included in the scope of this project. Field Exploration and Pavement Thickness ALPHA performed sixteen (16) cores to evaluate the pavement thickness. About 8½ inches of subgrade samples were obtained below the pavement depths. The subgrade was not sampled in Cores 6, 7, 9 and 15 due to hand auger equipment refusal on hard material, and in Cores 13 and 14 due to the thickness of the concrete exceeding the limit of the hand auger equipment. The location of the cores is presented on Figure 1, the Core Location Plan attached. The locations shown on the plan are approximate. Table A contains a summary of the pavement thickness. ALPHA Report No. W240420 2 TABLE A Pavement Thickness Summary Core Number Asphalt Thickness (in.) Concrete Thickness (in.) Total Thickness (in.) Concrete Compressive Strength (psi) 1 5½ N/A 5½ N/A 2 3 5¼ 8¼ 1,654 3 4¼ 6¾ 11 5,373 4 2¼ 4½ 6¾ 1,984 5 3 4¾ 7¾ 2,930 6 3 8 11 5,514 7 N/A 7½ 7½ 5,396 8 3 6 9 5,232 9 4 7½ 11½ 5,276 10 3 6 9 5,992 11 3¾ 4 7¾ N/A 12 3 5½ 8½ 6,763 13 4 6 10 N/A 14 4 6 10 N/A 15 3¾ 8¼ 12 N/A 16 7¼ N/A 7¼ N/A To aid in classifying the subgrade materials, natural moisture content tests (ASTM D 2216), Atterberg-limit tests (ASTM D 4318) and percent material passing the No. 200 sieve tests (ASTM D 1140) were performed on the subgrade samples. Individual core results are presented on the enclosed Log of Cores sheets. Twelve (12) core locations (Cores 2 through 6 and 8 through 14) consisted of concrete below the asphalt pavement. Core 7 consisted only of concrete pavement. Core 15 consisted of asphalt below the concrete pavement. The concrete samples from Cores 2 through 10, and 12 were selected to measure concrete thickness and test the cores for compressive strength. The concrete samples from Cores 11, 13, 14 and 15 were not testable for compressive strength. Specimens that did not at least meet a 1:1 length to diameter ratio had a maximum of 0.87 correction factor applied. Results of the testing are summarized as Analysis of Concrete Cores, Figure 2, in the Appendix. ALPHA Report No. W240420 3 CLOSING Engineering evaluations and recommendations are not part of the scope of this study. ALPHA appreciates the opportunity to be of service on this project. If we can be of further assistance, please contact our office. Sincerely, ALPHA TESTING, LLC GSF/KC/dt Gregory S. Fagan, P.E. Senior Geotechnical Engineer Attachments: Core Location Plan (Figure 1) Log of Cores Figure 2 – Analysis of Concrete Cores CORE LOCATION PLAN FIGURE 1 PC-16 PC-15PC-14PC-12 PC-11PC-10 PC-9PC-8PC-7 PC-6 PC-4 PC-5 PC-13 PC-1 PC-2 PC-3 N APPROXIMATE CORE LOCATION PAVEMENT CORING CPN 105064 PAVEMENT CORES - OFF SUMMIT AVENUE FORT WORTH, TEXAS ALPHA PROJECT NO. W240420 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): City Of Fort Worth- Transportatiion & Public Works City of Fort Worth Pavement Cores (CPN # 105064 2/29/2024 2/29/2024 1 W240420 Fort Worth , Tx NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 5.5" Asphalt 0.5 1.5" Base Material 0.6 Tan CLAYEY GRAVEL 0.7 TEST CORE TERMINATED AT 0.7 FT DUE TO HAND AUGER REFUSAL 1218 28 16 12 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): City Of Fort Worth- Transportatiion & Public Works City of Fort Worth Pavement Cores (CPN # 105064 2/29/2024 2/29/2024 2 W240420 Fort Worth , Tx NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 3" Asphalt 0.3 5.25" Concrete 0.7 1" Base Material 0.8 Tan SANDY CLAY with gravel 1.2 TEST CORE TERMINATED AT 1.2 FT DUE TO HAND AUGER REFUSAL 2150 31 16 15 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): City Of Fort Worth- Transportatiion & Public Works City of Fort Worth Pavement Cores (CPN # 105064 2/29/2024 2/29/2024 3 W240420 Fort Worth , Tx NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 4.25" Asphalt 0.4 6.75" Concrete 0.9 3" Base Material 1.2 Light Tan CLAYEY SAND 1.8 TEST CORE TERMINATED AT 1.8 FT 626 21 15 6 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): City Of Fort Worth- Transportatiion & Public Works City of Fort Worth Pavement Cores (CPN # 105064 2/29/2024 2/29/2024 4 W240420 Fort Worth , Tx NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 2.25" Asphalt 0.2 4.5" Concrete 0.6 Tan CLAYEY SAND with some gravel 1.1 TEST CORE TERMINATED AT 1.1 FT 2245 28 16 12 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): City Of Fort Worth- Transportatiion & Public Works City of Fort Worth Pavement Cores (CPN # 105064 2/29/2024 2/29/2024 5 W240420 Fort Worth , Tx NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 3" Asphalt 0.3 4.75" Concrete 0.6 4" Base Material 1.0 Tan CLAYEY SAND with gravel 1.7 TEST CORE TERMINATED AT 1.7 FT 1240 30 15 15 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): City Of Fort Worth- Transportatiion & Public Works City of Fort Worth Pavement Cores (CPN # 105064 2/29/2024 2/29/2024 6 W240420 Fort Worth , Tx NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 3" Asphalt 0.3 8" Concrete 0.9 9" Base Material 1.7 TEST CORE TERMINATED AT 1.7 FT Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): City Of Fort Worth- Transportatiion & Public Works City of Fort Worth Pavement Cores (CPN # 105064 2/29/2024 2/29/2024 7 W240420 Fort Worth , Tx NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 7.5" Concrete 0.6 13.5" Base Material 1.7 TEST CORE TERMINATED AT 1.7 FT 7 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): City Of Fort Worth- Transportatiion & Public Works City of Fort Worth Pavement Cores (CPN # 105064 2/29/2024 2/29/2024 8 W240420 Fort Worth , Tx NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 3" Asphalt 0.3 6" Concrete 0.8 4" Base Material 1.1 Tan CLAYEY SAND and gravel 1.6 TEST CORE TERMINATED AT 1.6 FT 1539 31 16 15 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): City Of Fort Worth- Transportatiion & Public Works City of Fort Worth Pavement Cores (CPN # 105064 2/29/2024 2/29/2024 9 W240420 Fort Worth , Tx NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 4" Asphalt 0.3 7.5" Concrete 1.0 12.5" Base Material 2.0 TEST CORE TERMINATED AT 2 FT 10 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): City Of Fort Worth- Transportatiion & Public Works City of Fort Worth Pavement Cores (CPN # 105064 2/29/2024 2/29/2024 10 W240420 Fort Worth , Tx NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 3" Asphalt 0.3 6" Concrete 0.8 6" Base Material 1.3 Tan SANDY CLAY , calcareous deposits 1.6 TEST CORE TERMINATED AT 1.6 FT 1379 40 19 21 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): City Of Fort Worth- Transportatiion & Public Works City of Fort Worth Pavement Cores (CPN # 105064 2/29/2024 2/29/2024 11 W240420 Fort Worth , Tx NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 3.75" Asphalt 0.3 4" Concrete 0.6 5.25" Base Material 1.1 Tan CLAYEY SAND 1.4 TEST CORE TERMINATED AT 1.4 FT 714 34 17 17 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): City Of Fort Worth- Transportatiion & Public Works City of Fort Worth Pavement Cores (CPN # 105064 2/29/2024 2/29/2024 12 W240420 Fort Worth , Tx NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 3" Asphalt 0.3 5.5" Concrete 0.7 Tan CLAYEY SAND and some gravel 1.4 TEST CORE TERMINATED AT 1.4 FT 2248 29 16 13 Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): City Of Fort Worth- Transportatiion & Public Works City of Fort Worth Pavement Cores (CPN # 105064 2/29/2024 2/29/2024 13 W240420 Fort Worth , Tx NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 4" Asphalt 0.3 6" Concrete 0.8 TEST CORE TERMINATED AT 0.8 FT DUE TO CORING MACHINE LIMIT Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): City Of Fort Worth- Transportatiion & Public Works City of Fort Worth Pavement Cores (CPN # 105064 2/29/2024 2/29/2024 14 W240420 Fort Worth , Tx NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 4" Asphalt 0.3 6" Concrete 0.8 TEST CORE TERMINATED AT 0.8 FT DUE TO CORING MACHINE LIMIT Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): City Of Fort Worth- Transportatiion & Public Works City of Fort Worth Pavement Cores (CPN # 105064 2/29/2024 2/29/2024 15 W240420 Fort Worth , Tx NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 8.25" Concrete 0.7 3.75" Asphalt 1.0 TEST CORE TERMINATED AT 1.0 FT DUE TO HAND AUGER REFUSAL Sheet 1 of 1 Client: Project: Start Date:End Date: Drilling Method: BORING NO.: PROJECT NO.: Location: Surface Elevation: West: North: Hammer Drop (lbs / in):Depth, feetGraphic LogMATERIAL DESCRIPTION Sample TypeRecovery %RQDTX Cone or Std.Pen. (blows/ft, in)PocketPenetrometer (tsf)Unconfined Comp.Strength (tsf)UU ShearStrength (tsf)% PassingNo. 200 SieveUnit Dry Weight(pcf)Water Content, %Liquid LimitPlastic LimitPlasticity IndexSwell, %GROUND WATER OBSERVATIONS On Rods (ft): After Drilling (ft): After Hours (ft): City Of Fort Worth- Transportatiion & Public Works City of Fort Worth Pavement Cores (CPN # 105064 2/29/2024 2/29/2024 16 W240420 Fort Worth , Tx NONE DRY 5058 Brush Creek Rd. Fort Worth,Texas 76119 Phone:817-496-5600 Fax:817-496-5608 www.alphatesting.com 5 7.25" Asphalt 0.6 Tan CLAYEY SAND and gravel 1.6 TEST CORE TERMINATED AT 1.6 FT 2441 32 17 15 Sheet 1 of 1 TESTED FOR:DATE:04/17/24 PROJECT:REPORT NO.:W240420 PURPOSE OF CORES: DEPTH CHECK / COMPRESSIVE STRENGTH / CYLINDER BREAK VERIFICATION TEST METHOD: ACI 318 (SECTION 5.6.5.4) / ASTM C-42 (COMPRESSIVE STRENGTH) / ASTM C-174 (DEPTH CHECK) CORED SAWED CAPPED LENGTH/MAXIMUM COMPRESSIVE CORE LENGTH LENGTH LENGTH DIAMETER AREA DIAMETER LOAD CORRECTION STRENGTH NO.(INCHES)(INCHES)(INCHES)(INCHES)(SQ. IN.)RATIO (LBS. FORCE)FACTOR (PSI) 1 5.50 2.80 3.20 3.70 10.76 0.86 20,450 0.87 1,654 2 7.30 4.40 4.75 3.70 10.76 1.28 61,880 0.93 5,373 3 4.10 2.50 2.90 3.70 10.76 0.78 24,530 0.87 1,984 4 4.90 2.00 2.40 3.70 10.76 0.65 36,230 0.87 2,930 5 7.50 6.30 6.60 3.70 10.76 1.78 60,350 0.98 5,514 6 7.80 2.90 3.35 3.70 10.76 0.91 66,710 0.87 5,396 7 5.90 5.30 5.70 3.70 10.76 1.54 58,430 0.96 5,232 8 6.70 5.60 6.10 3.70 10.76 1.65 58,390 0.97 5,276 9 7.60 5.00 5.45 3.70 10.76 1.47 67,370 0.96 5,992 10 5.90 2.00 2.30 3.70 10.76 0.62 83,620 0.87 6,763 CORE LOCATIONS:4,612 1 Core 2 2 Core 3 N/A 3 Core 4 4 Core 5 5 Core 6 6 Core 7 7 Core 8 8 Core 9 N/A 9 Core 10 10 Core 12 BREAK VERIFICATION REMARKS: VERIFICATION CORES FOR TEST CYLINDERS #OBTAINED FROM CONCRETE PLACED Respectfully Submitted, ON Karina Cohuo Project Manager UES / Alpha Testing, LLC Pavement Cores (CPN# 105064) Fort Worth, Texas City of Fort Worth - Transportation & Public Works AVERAGE: Our test results and reports are for the exclusive use of the Client (and their designated recipients on file in our office) and shall not be reproduced and/or distributed except with express approval of UES The use of our name and test results must receive our written approval. Test results and reports apply only to the samples tested and/or observed, and are not indicative of the qualities of apparently identical or similar specimens. COMMENTS: Core 3 had rebar, Core 7 had rebar, Core 10 had 1.65" of asphalt, and Core 12 had a 2" drill hole in the center. Specimens that did not at least meet a 1:1 ratio had a maximum of .87 correction factor applied. ANALYSIS OF CONCRETE CORES SPECIFIED STRENGTH: SPECIFIED DEPTH: (SEE ALPHA TESTING REPORT #________-____) 5058 Brush Creek Road Fort Worth, Texas 76119 Office: 817.496.5600 www.TeamUES.com TBPELS #813 / TBPG #50341 Fort Worth, Texas SUMMARY OF TEST HOLE INFORMATION AND COORDINATES Yellow Rose Mapping LLC 2011 Woodland Hills Ln. Weatherford, Texas 76087 (817) 703-6578 Project Name: Client Name: Vacuum Excavation Truck/Trailer: YR Proj. Number: City/Town: County: State: Test Hole # Utility Size, O.D. (Inches) Utility Material (Refer to Legend) Utility Type (Refer to Legend) Depth to Top of Utility (Feet) Cross Sectional View General Utility Direction Surface Type and Thickness (Inches) (Refer to Legend) ID'd By: 1:5/8"Iron Rod/Cap 2: Nail/Disk 3: 'X'in Conc. Date Test Hole Excavated Utility Observed (Yes or No) Survey Point # Northing (Y) Easting (X)Ground Elevation (Z) Top of Utility Elevation 1 108* RCP STM 8.54 C - 7 X in Conc 8/13/2024 Yes 20029 6959261.96 2324954.47 554.20 545.66 1A 36 CI W 3.34 C - 7 X in Conc 8/12/2024 Yes 20028 6959266.95 2324954.16 554.11 550.77 2 24 STL G 2.68 N/A Nail/Disk 8/12/2024 Yes 20027 6959811.40 2326202.20 613.91 611.23 3 30 RCCP W 3.24 A - 4 Nail/Disk 8/14/2024 Yes 20022 6957404.57 2325745.42 614.70 611.46 4A 48* RCP* STM UNK UNK C - 8 X in Conc 8/14/2024 No 20024 6957473.29 2326175.48 593.67 UNK City of Fort Worth; 1st attempt; Hit rock @ depth of 8.16' 4B 48* RCP* STM UNK UNK C - 8 X in Conc 8/15/2024 No 20023 6957473.23 2326171.75 593.74 UNK 4C 48* RCP* STM UNK UNK C - 8 X in Conc 8/16/2024 No 20025 6957470.82 2326175.66 593.68 UNK 6 66* UNK STM UNK UNK C - 8 X in Conc 8/16/2024 No 20006 6957450.62 2326341.90 592.06 UNK 7 84* UNK STM UNK UNK UNK C - 8 X in Conc 8/16/2024 No 20005 6957451.07 2326347.26 592.14 UNK 11 16 STL G 4.58 C - 8 X in Conc 8/13/2024 Yes 20003 6957484.52 2326449.67 592.90 588.32 12 84 RCP STM 1.12 NG Rod/Cap 8/15/2024 Yes 20001 6957783.09 2326241.04 586.48 585.36 13 16 STL G 2.06 A - 3 Nail/Disk 8/13/2024 Yes 20002 6957792.39 2326450.81 595.83 593.77 14 36 RCCP W 3.50 C - 8 Nail/Disk 8/13/2024 Yes 20026 6960073.85 2326645.18 619.81 616.31 15 12 STL G 5.24 N/A X in Conc 8/14/2024 Yes 20020 6957437.14 2326138.18 595.06 589.82 Notes: STL - Steel PVC - Polyvinyl Chloride CSC - Concrete/Steel Cylinder E - Electric T - Telephone TS - Traffic Signal A - Asphalt PE - Polyethylene DBC - Direct Buried Cable CMP - Corrugated Metal Pipe G - Gas FOC - Fiber Optic Cable FM - Force Main B - Brick AC - Transite RCP - Reinforced Concrete Pipe RCCP - Reinforced Concrete Cylinder Pipe W - Water SAN - Sanitary Sewer -C - Concrete CI - Cast Iron VC - Vitrified Clay -PL - Product Line STM - Storm Sewer -NG - Natural Ground DI - Ductile Iron FG - Fiberglass -FL - Fuel Line CTV - Cable Television - - Prepared By: Date: 8/22/2024 Checked by: Date: 8/22/2024 Sheet:1 of 1T. Habenicht C. Ewing Utility Materials Utility Types Surface Types *Per records Atmos City of Fort Worth Atmos City of Fort Worth Atmos; dug inside gas manhole City of Fort Worth City of Fort Worth; 3rd attempt; Hit rock @ depth of 4.84' City of Fort Worth; Hit flowfill @ depth of 1.70' City of Fort Worth; Hit flowfill @ depth of 1.30' City of Fort Worth; 2nd attempt; Hit rock @ depth of 4.48' Owner / Test Hole Specific Notes City of Fort Worth City of Fort Worth Atmos; dug inside gas manhole T-4 Technicians:J.F., G.A. Freese & Nichols, Inc.VT-1 FNI2401_240 Fort Worth Tarrant TX Designating Truck: D.V. Summary of Test Hole Information and Coordinates Downtown Cast Iron General Location:Various Locations, Downtown Fort Worth Field Manager: APPENDIX A GC-6.06 D MINORITY AND WOMEN OWNED BUSINESS ENTERPRISE COMPLIANCE City of Fort Worth Business Equity Division INSTRUCTIONS TO BIDDERS ABOUT THE BUSINESS EQUITY GOAL Bid number: _____________ Business Equity Goal: __________% It is the policy of the City of Fort Worth to ensure the full and equitable utilization of Business Equity Firms when appropriate, in the procurement of all goods and services. When a Business Equity Goal is established for a bid, it means that the City of Fort Worth believes that there are Business Equity Firms available that can provide goods or services requested by the bid. The Business Equity Goal for Bid number _________ is ______%. This means that the City believes that there are available Business Equity Firms that can provide goods or services required by this bid and therefore, ______% of the Bidder’s awarded amount must be spent with a Business Equity Firm. All requirements and regulations stated in the City’s current Business Equity Ordinance #25165-10-2021 apply to this bid. Definitions are at the end of this document. Because a Business Equity Goal has been established for this bid, in order for your bid to be considered, a Bidder must satisfy one (1) of the conditions below. A.Commit to Meet or Exceed the Business Equity Goal Hire Business Equity Firm(s) to provide goods or services and spend at least the goal amount with the Business Equity Firm(s). Step 1: Obtain a listing of Business Equity Firms by completing the “Request for Listing of Certified Firms Form” located at the City of Fort Worth’s Business Equity Division website. Step 2: Request bids from Business Equity Firms to provide goods or services at least 10 calendar days before bid opening. Step 3: Submit the following two (2) forms: a.Utilization Plan b.Letter(s) of Intent B.Prove a Good Faith Effort Show attempt to hire Business Equity Firms to meet or exceed the goal, but was unsuccessful. This can occur in two (2) ways: 1)Bidder proposes a smaller Goal Step 1: Obtain a listing of Business Equity Firms by completing the “Request for Listing of Certified Firms Form” located at the City of Fort Worth’s Business Equity Division website. Step 2: Request bids from Business Equity Firms to provide goods or services at least 10 calendar days before bid opening. Step 3: Submit the following three (3) forms: a.Utilization Plan b.Letter(s) of Intent c.Good Faith Effort 2)Bidder proposes a 0% Goal Step 1: Obtain a listing of Business Equity Firms by completing the “Request for Listing of Certified Firms Form” located at the City of Fort Worth’s Business Equity Division website. Step 2: Request bids from Business Equity Firms to provide goods or services at least 10 calendar days before bid opening. Step 3: If unsuccessful, submit Good Faith Effort Form. Please see Ordinance §20-370 (g) page for requirements of an acceptable Good Faith Effort. C. Prove that the Bidder Can Perform the Service and Provide all Materials on the Project as the Prime Contractor Bidder must show that the Bidder is providing all of the goods and services through their own company and that there are no goods or services provided by a third party or an affiliate. Bidder will not purchase any supplies or inventory from a third party. Step 1: Must submit Prime Contract Waiver Form D. Create a Joint Venture with a Business Equity Firm At least one or both of the firms must be a Business Equity Firm Step 1: Must submit Joint Venture Form DEADLINE TO SUBMIT REQUIRED DOCUMENTS AND FORMS Bidders must submit sealed bids to be opened at the date, time, and place stated in the solicitation for the public opening of bids. Faxed copies will not be accepted. FREQUENTLY ASKED QUESTIONS 1. If I am Business Equity Firm, can I count my performance of the bid? Answer: A Business Equity Prime Contractor can count its self-performance towards meeting the Business Equity Goal for the assigned North American Industry Classification System (NAICS) commodity codes on its Minority Business Enterprise (MBE) or Women Business Enterprise (WBE) certification. 2. What if I am a Business Equity Firm, but I am unable to self perform all work or provide all of the goods under the bid, can I count my performance under the Bid? Answer: If the Business Equity Prime cannot self-perform all of the work, it will be accountable for subcontracting with certified firms to meet the overall goal. Business Equity Firms that qualify under the “Significant Business Presence” definition may count in the Program upon approval of DVIN-BE. 3. This bid does not have a set amount that the City will purchase from the Awarded Bidder, how do I complete the form? Answers: a. For a low bid procurement, the lowest bidder shall submit a Utilization Plan no later than 2:00 PM on the third business day after bids are opened detailing all Subcontractors the Contractor intends to utilize in its performance of a Contract. Contractors that are Business Equity Firms may count their self-performed services towards meeting a Business Equity Goal. b. For a Best Value procurement, all bidders who wish to be considered for evaluation scoring shall submit a Utilization Plan by 2:00 PM on the third business day after the bids are opened detailing all Subcontractors the Contractor intends to utilize in its performance of a Contract. Contractors that are Business Equity Firms may count their self-performed services towards meeting a Business Equity Goal. c. Non-compliance. If the lowest bidder for a low bid procurement or any bidder for a Best Value procurement does not timely submit its Utilization Plan with the required documents, that bidder will be deemed Non-Responsive. For a low bid procurement, the City will notify the next lowest bidder who shall then submit a Utilization Plan with required documents no later than 2:00 PM on the third business day after the bidder receives notification. This process will be followed until a bidder submitting the required documents is selected. DEFINITIONS Business Equity Firm means an Independent Firm that is a Certified minority- and/or women-owned business enterprise (M/WBE) with a Significant Business Presence in the City's Marketplace. Business Equity Goal means a calculation prepared by the DVIN-BE that includes all the following factors: the detailed cost estimate of the work to be performed, or goods purchased; the 6-county Marketplace; the availability of Business Equity Firms and non-Business Equity Firms in the Marketplace determined on a Contract-by-Contract basis; and the subcontracting/supplier opportunities of each project. Certified means those firms identified by the North American Industry Classification System (NAICS) that have been determined to be a bona fide MBE or WBE by the North Central Texas Regional Certification Agency (NCTRCA), the Dallas/Fort Worth Minority Supplier Development Council (DFW /MSDC), Women's Business Council-SW (WBCS), Texas Department of Transportation (TxDOT) or another certifying agency that the DVIN-BE may deem appropriate and accepted by the City of Fort Worth. DVIN-BE means the City's Department of Diversity and Inclusion – Business Equity Division Good Faith Efforts means the actions undertaken by a Contractor and approved by DVIN-BE as described in the Business Equity Ordinance §20-370 (g). Joint Venture means a business entity formed by two or more independent Persons for the purpose of pursuing a common objective, such as a prime contract. The resulting business entity has additional resources and capacity, enhancing its ability to compete for larger awards. A joint venture is generally characterized by shared ownership, shared returns and risks, and shared governance. In a joint venture, the prime managing partner holds 51 % or more interest in the business. Partner(s) hold less than 51 % interest but in most cases, not less than 20%. Marketplace means the geographic area as defined by the City's most current Disparity Study (i.e., Tarrant, Dallas, Denton, Johnson, Parker and Wise counties). Responsive means that a Person is compliant with the requirements of the Business Equity Ordinance. Significant Business Presence means a Person (1) which has its principal place of business located inside the Marketplace; (2) which has its principal place of business located outside the Marketplace but has been verified to be in existence for a minimum of 24 months and from which at least 20% of the business's workforce is based in the Marketplace; or (3) which has cumulative business receipts greater than $1,000,000 for work done in the Marketplace since January 1, 2013. Utilization Plan means the list of Business Equity Firms that a Contractor commits will be utilized to meet the Business Equity Goal for a specific project, the scopes of the work and the dollar values or the percentages of the work to be performed. VIOLATIONS AND SANCTIONS 1. Failure to comply with the City’s Business Equity Ordinance will result in the bid being considered “Non-Responsive.” 2. Failure to submit the required Business Equity forms and documentation will result in the bid being considered non-responsive and a “written warning” letter that may impact the Offeror’s evaluation scoring on future City bid opportunities for up to 12 months, refer to Ordinance §20-373 on VIOLATIONS AND SANCTIONS for continued offenses or failures to comply. If you have any questions, contact Department of Diversity & Inclusion, Business Equity Division Email: DVIN_BE@fortworthtexas.gov | Phone: 817-392-2674 ATTACHMENT 1A Page 1 of 4 City of Fort Worth Business Equity Utilization Form Disadvantaged Business Enterprise Utilization Form (Applicable if Federally-Funded) PRIME/OFFEROR/OWNER COMPANY NAME: BID DATE: PROJECT NAME: PROJECT NUMBER:City’s Business Equity Goal: MBE WBE DBE HUB VOSB Section 3 Not Certified Check all applicable boxes to describe Prime/Offeror/Owner's Classification: Certifying Agency:NCTRCA D/FW MSDC TX DOT WBCS Other: Ethnicity:African American Hispanic Native American Asian Caucasian Female Definitions: Business Equity Firm: Certified MBE Minority Business Enterprise or WBE Women Business Enterprise DBE: Disadvantaged Business Enterprise HUB: Historically Under Utilized Business VOSB: Veteran Owned Small Business Section 3: Certified Housing Urban Development Vendors Gender:Male % Offeror’s Business Equity (or DBE) Commitment: ALL BUSINESS EQUITY FIRMS MUST BE CERTIFIED BEFORE CONTRACT AWARD Failure to complete this form, in its entirety, and received by the Purchasing Division no later than 2:00 p.m. on the third City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. Exception: CFA, ICA, and CDBG projects, documents will be submitted to the City Project Manager if publicly bid or to the Developer if privately bid. The undersigned Prime/Offeror agrees to enter into a formal agreement with the Business Equity firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth (Exception: Developer projects). The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications. Business Equity firms listed toward meeting the project goal must be located in the City's marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace. The marketplace is the City of Fort Worth including portions of Denton, Parker, Wise, and all of Tarrant, Dallas, and Johnson counties. Certified means those Business Equity Firms, located within the Marketplace, that have been determined to be a bona-fide minority or women business enterprise by the North Central Texas Regional Certification Agency (NCTRCA), Dallas/Fort Worth Minority Supplier Development Council (D/FW MSDC) and Women's Business Council-Southwest (WBCS). If hauling services are utilized, the Prime/Offeror will be given credit as long as the Business Equity firm listed owns and operates at least one fully licensed and operational truck to be used on the contract. The Business Equity firms may lease trucks from another Business Equity firm, including Business Equity owner-operated, and receive full Business Equity credit. The Business Equity firm may lease trucks from non-Business Equity firms, including owner-operated, but will only receive credit for the fees and commissions earned by the Business Equity as outlined in the lease agreement. Federally-funded Projects (ONLY), Counting DBE Participation: If materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the materials or supplies towards the goal. If the materials or supplies are purchased from a DBE regular dealer, count 60 percent of the cost of the materials and supplies toward the DBE goal. When materials or supplies are purchased from a DBE neither a manufacturer nor a regular dealer, count the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies or fees or transportation charges for the delivery of the materials or supplies delivered to the job site. In all cases, the Prime/Offeror is responsible to identify the amounts to be used toward the committed DBE goal. Note: For DBE Goals, 60% of the services count towards the goal. Non-Binary (Check if addressing DBE Goal)% Effective 01/01/2021 Updated 03/24/2022 ATTACHMENT 1A Page 2 of 4 Please note that only certified Business Equity firms will be counted to meet the Business Equity goal. Prime/Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Business Equity firms and non-Business Equity firms. Prime/Offerors must identify by tier level all subcontractors/suppliers. Tier: means the level of subcontracting below the Prime/Offeror i.e. a direct payment from the Prime/Offeror to a subcontractor is considered 1st tier, a payment by a subcontractor to its supplier is considered 2nd tier. Business Equity firms are to be listed before non-Business Equity firms. The Prime/Offeror is responsible to provide proof of payment of all tiered sub-contractors/suppliers identified as a Business Equity firm and counting those dollars towards meeting the contract committed goal. Certified Business Equity Prime/Offeror Contractors counting their self-performance towards meeting the contract goal, must be certified within those NAICS commodity codes with a certifying agency acceptable by the City of Fort Worth. Certified Business Equity Prime/Offeror counting self-performing services towards the goal, the service(s) to be performed should be listed first on the Utilization form. NAMES AND ADDRESSES OF CONTRACTORS/SUPPLIERS TYPE OF SERVICES/SUPPLIES PROVIDED (NAICS Required)Specify Tier Name 1st Tier Certification Agency Gender and Ethnicity: Business Name: Address: Phone: Email: Contact Person: Type of Service/Supplies: $ AMOUNT: Male Female Certified By: NCTRCA TXDOT Type of Service/Supplies: $ AMOUNT: Certified By: NCTRCA TXDOT Type of Service/Supplies: $ AMOUNT: Certified By: NCTRCA TXDOT $ AMOUNT: Certified By: NCTRCA TxDOT African American WBCS D/FW MSDC WBCS DFW MSDC Male Female Male Female WBCS DFW MSDC African American African American Business Equity Utilization Form Non-Binary Other: Hispanic Native American Asian Caucasian Business Name: Address: Phone: Email: Contact Person: Business Name: Address: Phone: Email: Contact Person: Other: Other: Asian Caucasian Hispanic Asian Caucasian Hispanic Native American Native American Non-Binary Non-Binary Effective 01/01/2021 Updated 03/24/2022 NAICS Code: NAICS Code: NAICS Code: Check this box if certified Prime Contractor services will be counting towards the Business Equity contracting goal. Please list services first below. Please list certified Business Equity firm names as listed on their certification, including DBA names. ATTACHMENT 1A Page 3 of 4 Business Equity Utilization Form Please include multiple copies of this page if needed to list all contractors and suppliers. NAMES AND ADDRESSES OF CONTRACTORS/SUPPLIERS TYPE OF SERVICES/SUPPLIES PROVIDED (NAICS Required)Specify Tier Name 1st Tier Certification Agency Gender and Ethnicity: Business Name: Address: Phone: Email: Contact Person: Type of Service/Supplies: $ AMOUNT: Male Female Certified By: Type of Service/Supplies: $ AMOUNT: Certified By: Type of Service/Supplies: $ AMOUNT: Certified By: WBCS WBCS Male Female Male Female WBCS Non-Binary D/FW MSDC NCTRCA TXDOT Other: Hispanic Native American African American Asian Caucasian Business Name: Address: Phone: Email: Contact Person: Business Name: Address: Phone: Email: Contact Person: DFW MSDC NCTRCA TXDOT Other: DFW MSDC NCTRCA TXDOT Other: African American Asian Caucasian Hispanic African American Asian Caucasian Hispanic Native American Native American Non-Binary Non-Binary Type of Service/Supplies: $ AMOUNT: Certified By: Male Female WBCS Business Name: Address: Phone: Email: Contact Person: DFW MSDC NCTRCA TXDOT Other: African American Asian Caucasian Hispanic Native American Non-Binary NAICS Code: NAICS Code: NAICS Code: NAICS Code: Effective 01/01/2021 Updated 03/24/2022 ATTACHMENT 1A Page 4 of 4 Business Equity Utilization Form ______________________________________________ Printed Signature ______________________________________________ Contact Name and Title (if different) ______________________________________________ Phone Number ______________________________________________ Email Address ______________________________________________ Date Authorized Signature ____________________________________________________ Title ____________________________________________________ Company Name ____________________________________________________ Address ____________________________________________________ City/State/Zip Code Total Dollar Amount of Certified Prime/Offeror Services towards contract goal $ Total Dollar Amount of Business Equity (or DBE if applicable) Subcontractors/Suppliers $ Total Dollar Amount of Non-Business Equity Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF CERTIFIED PRIME/ALL SUBCONTRACTORS/SUPPLIERS $ The Prime/Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Business Equity Division through the submittal of a Request for Approval of Change/Addition online. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The Prime/Offeror shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed Business Equity goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Prime/Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including non-Business Equity firms. The Prime/Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Prime/Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the Business Equity firms on this contract, by an authorized officer or employee of the City. A Prime/Offerer who intentionally and/or knowingly misrepresents material facts shall be Debarred for a period of time of not less than three (3) years. Department of Diversity and Inclusion - Business Equity Division Email: DVIN_BEOffice@fortworthtexas.gov Ph: 817-392-2674 Effective 01/01/2021 Updated 03/24/2022 ATTACHMENT 1B Page 1 of 1 Rev. 3/13/2022 City of Fort Worth Business Equity (M/WBE) Specifications Prime Contractor Waiver Form OFFEROR COMPANY NAME: Check applicable block to describe Prime M/WBE NON-MWBE PROJECT NAME: BID DATE City’s MBE Project Goal: % Offeror’s MBE Project Commitment: % PROJECT NUMBER If both answers to this form are YES, do not complete ATTACHMENT 1C (Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1C. This form is only applicable if both answers are yes. Failure to complete this form in its entirety and be received by the Purchasing Division no later than 2:00 p.m., on the second City business day after bid opening, exclusive of the bid opening date, will result in the bid being considered non-responsive to bid specifications. Will you perform this entire contract without subcontractors? If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an operational profile of your business. YES NO Will you perform this entire contract without suppliers? If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. YES NO The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including certified M/WBE(s) on this contract, the payment thereof and any proposed changes to the original M/WBE(s) arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the M/WBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract and may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. ______________________________________ ___________________________________________ Authorized Signature Printed Signature ______________________________________ ___________________________________________ Title Contact Name (if different) ______________________________________ ___________________________________________ Company Name Phone Number Fax Number ______________________________________ ___________________________________________ Address Email Address ______________________________________ ___________________________________________ City/State/Zip Date Business Equity Division Email: DVIN_BEOffice@fortworthtexas.gov Phone: (817) 392-2674 ATTACHMENT 1C Page 1 of 4 Effective 03/15/2022 City of Fort Worth Business Equity Division Good Faith Effort Form PRIME/OFFEROR COMPANY NAME: Check applicable box to describe Prime/Offeror's Certification Business Equity Firm Non-Business Equity Firm PROJECT NAME: BID DATE Business Equity Goal: % Offeror’s Business Equity Goal Commitment: % PROJECT NUMBER If the Offeror did not meet or exceed the Business Equity Goal for this project, the Prime/Offeror must complete this form. If the Prime/Offeror’s method of compliance with the Business Equity Goal is based upon demonstration of a “Good Faith Effort”, the Prime/Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 10 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts or intentional discrimination by the Prime/Offeror. Failure to complete this form, in its entirety with supporting documentation, and received by the Purchasing Division no later than 2:00 p.m. on the third City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. Exception: CFA, ICA, and CDBG projects, documents will be submitted to the City Project Manager if publicly bid or to the Developer if privately bid. 1.) Please list each and every subcontracting and/or supplier opportunity for the completion of this project, regardless of whether it is to be provided by a Business Equity firm or non-Business Equity firm. (DO NOT LIST NAMES OF FIRMS). On all projects, the Prime/Offeror must list each subcontracting and or supplier opportunity regardless of tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities ATTACHMENT 1C Page 2 of 4 Date of Listing _______________ 2.) Obtain a current (not more than two (2) months old from the bid open date) list of Business Equity subcontractors and/or suppliers from the City's Business Equity Division. Yes No 3.) Did you solicit bids from Business Equity firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? Yes 4.) Did you solicit bids from Business Equity firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by fax, exclusive of the day the bids are opened? (If yes, attach list to include name of Business Equity firm, person contacted, phone number and date and time of contact.) (If yes, attach list to include name of Business Equity firm, fax number and date and time of contact. In addition, if the fax is returned as undeliverable, then that “undeliverable confirmation” received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation and/or “undeliverable confirmation” documentation may render the GFE non-responsive.) Yes (If yes, attach email confirmation to include name of Business Equity firm, date and time. In addition, if an email is returned as undeliverable, then that “undeliverable message” receipt must be printed directly from the email system for proper documentation. Failure to submit confirmation and/or “undeliverable message” documentation may r ender the GFE non-responsive.)No NOTE: The three methods identified above are acceptable for soliciting bids, and each selected method must be applied to the applicable contract. The Prime/Offeror must document that either at least two attempts were made using two of the three methods or that at least one successful contact was made using one of the three methods in order to deemed responsive to the Good Faith Effort requirement. NOTE: The Prime/Offeror must contact the entire Business Equity list specific to each subcontracting and supplier opportunity to be in compliance with questions 3 thru 5. 6.) Did you provide plans and specifications to potential Business Equity firms? Yes Yes 7.) Did you provide the information regarding the location of plans and specifications in order to assist the Business Equity firms? No 5.) Did you solicit bids from Business Equity firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? Yes No No No Effective 03/15/2022 ATTACHMENT 1C Page 3 of 4 8.) Did you prepare a quotation for the Business Equity firms to bid on goods/services specific to their skill set? (If yes, attach all copies of quotations.) Yes (If yes, attach the information that was not valid in order for the Business Equity Division to address the corrections needed.) (Please use additional sheets, if necessary, and attach.) Company Name Telephone Contact Person Scope of Work Reason for Rejection ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain Business Equity firm participation on this project. __________________________________________________________________________________________ __________________________________________________________________________________________ __________________________________________________________________________________________ __________________________________________________________________________________________ The Prime/Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Prime/Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. A Prime/Offeror who intentionally and/or knowingly misrepresents material facts shall be Debarred for a period of time of not less than three (3) years. No Yes No 9.) Was the contact information on any of the listings not valid? 10.) Submit documentation if Business Equity firms quotes were rejected. The documentation submitted should be in the firms forms of an affidavit, include a detailed explanation of why the Business Equity firms was rejected and any supporting documentation the Prime/Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Prime/Offeror will provide for confidential in-camera access to an inspection of any relevant documentation by City personnel. Effective 03/15/2022 ATTACHMENT 1C Page 4 of 4 The undersigned certifies that the information provided and the Business Equity firms listed was/were contacted in good faith. It is understood that any Business Equity firms listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City’s Business Equity Division. _______________________________________ Authorized Signature _______________________________________ Title _______________________________________ Company Name ______________________________________ Address _______________________________________ City/State/Zip _______________________________________ Printed Signature _______________________________________ Contact Name and Title (if different) _______________________________________ Phone Number _______________________________________ Email Address _______________________________________ Date Business Equity Division Email: DVIN_BEOffice@fortworthtexas.gov Phone: (817) 392-2674 Effective 03/15/2022 Joint Venture Page 1 of 3 Rev. 2/13/19 CITY OF FORT WORTH M/WBE Joint Venture Eligibility Form All questions must be answered; use “N/A” if not applicable. . Name of City project: ___________________________________________________________________________ A joint venture form must be completed on each project RFP/Bid/Purchasing Number: ____________________________ 1. Joint venture information: Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Facsimile: E-mail address: Cellular: Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the joint venture M/WBE firm name: Non-M/WBE firm name: Business Address: Business Address: City, State, Zip: City, State, Zip: Telephone Facsimile E-mail Telephone Facsimile Cellular Cellular Certification Status: E-mail address Name of Certifying Agency: 2. Scope of work performed by the Joint Venture: Describe the scope of work of the M/WBE: Describe the scope of work of the non-M/WBE: Joint Venture Page 2 of 3 Rev. 2/13/19 3.What is the percentage of M/WBE participation on this joint venture that you wish to be counted toward meeting the project goal? _____________________ 4.Attach a copy of the joint venture agreement. 5.List components of ownership of joint venture: (Do not complete if this information is described in joint venture agreement) Profit and loss sharing: Capital contributions, including equipment: Other applicable ownership interests: 6. Identify by name, race, sex and firm those individuals (with titles) who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a.Estimating b.Marketing and Sales c.Hiring and Firing of management personnel d.Purchasing of major equipment and/or supplies Supervision of field operations The City’s Business Equity Division will review your joint venture submission and will have final approval of the M/WBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City’s Business Equity Division immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City’s Business Equity Ordinance 25165-10-2021 . Joint Venture Page 3 of 3 Rev. 2/13/19 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture’s eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts. Name of MBE firm Name of non-MBE firm Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date Date Notarization State of _________________________________________ County of _________________________________ On this _____________________________ day of _________________, 20 ____, before me appeared ___________________________________________ and ___________________________________________ to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public ______________________________________________________ Print Name Notary Public ______________________________________________________ Signature Commission Expires _________________________________________________ (seal) Office of Business Diversity Email: mwbeoffice@fortworthtexas.gov Phone: (817) 392-2674 Effective 01/01/2021 Business Equity Division LETTER OF INTENT In the amount of $ (Owner/ Authorized Agent) Type or Print Name (Name of Certified Business Equtiy Firm) (Signature of Owner /Authorized Agent of Certified Business Equity Firm) (Date) (Phone Number) am the duly authorized representative of (Owner/Authorized Agent) and that I have personally reviewed the material and facts (Name of Offeror/Prime) set forth in this Letter of Intent. To the best of my knowledge, information and belief, the facts in this form are true, and no material facts have been omitted. Pursuant to the City of Fort Worth's Business Equity Ordinance, any person/entity that makes a false or fraudulent statement in connection with participation of a certified firm in any City of Fort Worth contract may be referred for debarment procedures under the City of Fort Worth's Business Equity Ordinance. I do solemnly swear or affirm that the signatures contained herein and the information provided by the Offeror/Prime are true and correct, and that I am authorized on behalf of the Offeror/Prime to make the affidavit. (Owner/ Authorized Agent) Type or Print Name (Name of Offeror/Prime) (Signature of Owner/Authorized Agent) (Date) (Phone Number) PROJECT # ____________ BID # _____________ (If Applicable Please Check One) Amendment Change Order A. Business Equity Sub-Contractor/Consultant Information: A certified Business Equity firm is owned by a Minority or Woman Business Enterprise (M/WBE) [Pursuant to the City of Fort Worth's Business Equity Ordinance, certified Business Equity firms participating under the Ordinance must be certified prior to recommendation of award in order to be counted towards the Business Equity contract goal. Certifying agencies acceptable by the City: North Central Texas Regional Certification Agency (NCTRCA), Dallas/Fort Worth Minority Supplier Development Council, Inc. (DFW MSDC), Women's Business Council - Southwest (WBCS), or the Texas Department of Transportation (TXDOT). Note: For Federally-Funded projects the firm must be certified as a Disadvantaged Business Enterprise (DBE) by the NCTRCA and/or TXDOT only.] All Fields are Required - Do not leave blank. B. Affidavit of Offeror/Prime I HEREBY DECLARE AND AFFIRM that 1.Name of Project: 2.Name of Offeror/Prime Contractor: 3.Name of Business Equity Firm: 4.The undersigned is prepared to perform the following described work and/or supply the material listed in connection with the above project (where applicable specify “supply” or “install” or both): Firm Contact Name/Phone: (Email Address) Department of Diversity and Inclusion Business Equity Division Email: DVIN_BEOffice@fortworthtexas.gov Ph:817-392-2674 Revised. 6-8-21 (Email Address) NAICS Code: Address: Business Equity Firms are certified Minority/Women Business Enterprise (M/WBE) Disadvantage Business Enterprise (DBE) Request for Listing of Certified Firms PLEASE ANSWER ALL QUESTIONS ON THIS FORM TO ENSURE FASTER PROCESSING COMPANY NAME: DEVELOPER GENERAL CONTRACTOR CONSULTANT PROJECT NAME: ________________________ SECTION 3 CONSTRUCTION PROFESSIONAL(RFP/RFQ) GOODS/ SERVICES All requests will be processed within 2 City business Days (Exception: Large requests may take 3 days) *Estimated Project Start Date is applicable to Tax Incentives, 380's, tif and Federally-funded projects Please include the 6-digit NAICS Code and description of the product/service. A link to the NAICS Code Search is provided for your convenience. Attach a separate form if more space is needed. CONTRUCTION & PROFESSIONAL SERVICES NAICS Codes Search (Required) SUPPLIER OF GOODS & SERVICES NAICS Codes Search (Required) NAICS CODE Description NAICS CODE Description EMAIL THE COMPLETED FORM TO: DVIN_BEOffice@fortworthtexas.gov . Listings reports can be utilized for six (6) months from the date of the report. If additional commodities are needed within this period, submit a new request for listings to the email address above. If you need additional assistance, please call (817) 392-2674. City of Fort Worth | Business Equity Division |818 Missouri Ave, Suite 230 |Fort Worth, TX 76104 _______________________________ ADDRESS:______________________________________ CITY/STATE/ZIP:_________________________________ REQUESTER'S NAME:_____________________________ PROJECT TYPE: CITY-FUNDED TAX INCENTIVE 380 AGREEMENT TIF FEDERALLY-FUNDED PROJECT/BID#_______________ BID OPENING DATE: _________ PROJ. START DATE*________ GOAL TYPE: M/WBE MBE WBE DBE PROFESSIONAL SERVICES OTHER Please specify other Goal Type (s): _____________________________________________________________ APPENDIX A GC-6.07 WAGE RATES CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator 15.32$              Asphalt Paving Machine Operator 13.99$              Asphalt Raker 12.69$              Broom or Sweeper Operator 11.74$              Concrete Finisher, Paving and Structures 14.12$              Concrete Pavement Finishing Machine Operator 16.05$              Concrete Saw Operator 14.48$              Crane Operator, Hydraulic 80 tons or less 18.12$              Crane Operator, Lattice Boom 80 Tons or Less 17.27$              Crane Operator, Lattice Boom Over 80 Tons 20.52$              Crawler Tractor Operator 14.07$              Electrician 19.80$              Excavator Operator, 50,000 pounds or less 17.19$              Excavator Operator, Over 50,000 pounds 16.99$              Flagger 10.06$              Form Builder/Setter, Structures 13.84$              Form Setter, Paving & Curb 13.16$              Foundation Drill Operator, Crawler Mounted 17.99$              Foundation Drill Operator, Truck Mounted 21.07$              Front End Loader Operator, 3 CY or Less 13.69$              Front End Loader Operator, Over 3 CY 14.72$              Laborer, Common 10.72$              Laborer, Utility 12.32$              Loader/Backhoe Operator 15.18$              Mechanic 17.68$              Milling Machine Operator 14.32$              Motor Grader Operator, Fine Grade 17.19$              Motor Grader Operator, Rough 16.02$              Off Road Hauler 12.25$              Pavement Marking Machine Operator 13.63$              Pipelayer 13.24$              Reclaimer/Pulverizer Operator 11.01$              Reinforcing Steel Worker 16.18$              Roller Operator, Asphalt 13.08$              Roller Operator, Other 11.51$              Scraper Operator 12.96$              Servicer 14.58$              Small Slipform Machine Operator 15.96$              Spreader Box Operator 14.73$              Truck Driver Lowboy‐Float 16.24$              Truck Driver Transit‐Mix 14.14$              Truck Driver, Single Axle 12.31$              Truck Driver, Single or Tandem Axle Dump Truck 12.62$              Truck Driver, Tandem Axle Tractor with Semi Trailer 12.86$              Welder 14.84$              Work Zone Barricade Servicer 11.68$              2013  PREVAILING WAGE RATES The Davis‐Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by  the United States Department of Labor and current as of September 2013.  The titles and descriptions for the  classifications listed are detailed in the AGC of Texas’ Standard Job Classifications and Descriptions for Highway,  Heavy, Utilities, and Industrial Construction in Texas.   (Heavy and Highway Construction Projects) Page 1 of 1 APPENDIX A GR-01 60 00 PRODUCT REQUIREMENTS Approval Spec No. Classsification Manufacturer Model No. National Spec Size 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/D792 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. MH. Press-Seal Gasket Corp. 250-4G Gasket ASTM C-443/C-361 SS MH 1/26/99 33 05 13 HDPE 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 Water & Sewer - Manholes & Bases/Fiberglass 33-39-13 (1/8/13) 1/26/99 33 39 13 Fiberglass Manhole Fluid Containment, Inc. Flowtite ASTM 3753 Non-traffic area 08/30/06 33 39 13 Fiberglass Manhole L.F. Manufacturing Non-traffic area Water & Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16) * 33 05 13 Manhole Frames and Covers Western Iron Works, Bass & Hays Foundry 1001 24"x40" WD Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16) * 33 05 13 Manhole Frames and Covers Western Iron Works, Bass & Hays Foundry 30024 24" Dia. * 33 05 13 Manhole Frames and Covers McKinley Iron Works Inc. A 24 AM 24" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R-1272 ASTM A48 & AASHTO M306 24" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry NF 1274 ASTM A48 & AASHTO M306 30" Dia. 33 05 13 Manhole Frames and Covers Sigma Corporation MH-144N 33 05 13 Manhole Frames and Covers Sigma Corporation MH-143N 33 05 13 Manhole Frames and Covers Pont-A-Mousson GTS-STD 24" dia. 33 05 13 Manhole Frames and Covers Neenah Casting 24" dia. 10/31/06 33 05 13 Manhole Frames and Covers (Hinged) Powerseal Hinged Ductile Iron Manhole ASTM A536 24" Dia. 7/25/03 33 05 13 Manhole Frames and Covers Saint-Gobain Pipelines (Pamrex/rexus) RE32-R8FS 30" Dia. 01/31/06 33 05 13 30" Dia. MH Ring and Cover East Jordan Iron Works V1432-2 and V1483 Designs AASHTO M306-04 30" Dia. 11/02/10 33 05 13 30" Dia. MH Ring and Cover Sigma Corporation MH1651FWN & MH16502 30" Dia 07/19/11 33 05 13 30" Dia. MH Ring and Cover Star Pipe Products MH32FTWSS-DC 30" Dia 08/10/11 33 05 13 30" Dia. MH Ring and Cover Accucast 220700 Heavy Duty with Gasket Ring 30" Dia 10/14/13 33 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable) East Jordan Iron Works 30" ERGO XL Assembly with Cam Lock/MPIC/T-Gasket ASSHTO M105 & ASTM A536 30" Dia 06/01/17 34 05 13 30" Dia. MH Ring and Cover (Lockable) CI SIP Industries 2280 (32") ASTM A 48 30" Dia. 12/05/23 34 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable) CI SIP Industries 4267WT - Hinged (32") ASTM A 48 30" Dia. 09/16/19 33 05 13 30" Dia. MH Ring and Cover Composite Access Products, L.P. CAP-ONE-30-FTW, Composite, w/ Lock w/o Hing 30" Dia. 10/07/21 34 05 13 30" Dia. MH Ring and Cover Trumbull Manufacturing 32"(30") Frame and Cover 30" Dia. Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/16) * 33 05 13 Manhole Frames and Covers Pont-A-Mousson Pamtight 24" Dia. * 33 05 13 Manhole Frames and Covers Neenah Casting 24" Dia. * 33 05 13 Manhole Frames and Covers Western Iron Works,Bass & Hays Foundry 300-24P 24" Dia. * 33 05 13 Manhole Frames and Covers McKinley Iron Works Inc. WPA24AM 24" Dia. 03/08/00 33 05 13 Manhole Frames and Covers Accucast RC-2100 ASTM A 48 24" Dia. 04/20/01 33 05 13 Manhole Frames and Covers (SIP)Serampore Industries Private Ltd. 300-24-23.75 Ring and Cover ASTM A 48 24" Dia. Water & Sewer - Manholes & Bases/Precast Concrete (Rev 1/8/13) * 33 39 10 Manhole, Precast Concrete Hydro Conduit Corp SPL Item #49 ASTM C 478 48" * 33 39 10 Manhole, Precast Concrete Wall Concrete Pipe Co. Inc. 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 12/05/23 33 39 10 Manhole, Precast Concrete The Turner Company 72" I.D. Manhole w/ 32" Cone ASTM C 478 72" 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 Oldcastle Precast Inc. 48" I.D. Manhole w/ 24" Cone ASTM C 478 48" Diam w 24" Ring 06/09/10 33 39 10 Manhole, Precast (Reinforced Polymer)Concrete US Composite Pipe Reinforced Polymer Concrete ASTM C-76 48" to 72" 09/06/19 33 39 20 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 39 20 Manhole, Precast (Reinforced Polymer) Concrete Armorock 48" & 60" I.D. Manhole w/32" Cone 48" & 60" 10/07/21 33 39 20 Manhole, Precast (Hybrid) Polymer & PVC Predl Systems 48" & 60" I.D. Manhole w/32" Cone 48" & 60" Non Traffic Areas 03/07/23 33 39 20 Manhole, Precast Concrete AmeriTex Pipe and Products, LLC 48" & 60" I.D. Manhole w/32" Cone ASTM C-478; ASTM C-923; ASTM C-443 03/07/23 33 39 20 Manhole, Precast (Reinforced Polymer) Concrete P3 Polymers, RockHardscp 48" & 60" I.D. Manhole w/32" Cone 04/28/07 Manhole, Precast (Reinforced Polymer) Concrete Amitech USA Meyer Polycrete Pipe Sewer -(WAC) Wastewater Access Chamber 33 39 40 12/29/23 33 39 20 Wastewater Access Chamber Quickstream Solutions, Inc. Type 8 Maintenace Shaft (Poopit) For use when Std. MH cannot be installed due to depth Water & Sewer - Manholes & Bases/Rehab Systems/Cementitious * E1-14 Manhole Rehab Systems Quadex 04/23/01 E1-14 Manhole Rehab Systems Standard Cement Materials, Inc. Reliner MSP E1-14 Manhole Rehab Systems AP/M Permaform 4/20/01 E1-14 Manhole Rehab System Strong Company Strong Seal MS2A Rehab System 5/12/03 E1-14 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 Misc. Use CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 12/29/2023 * From Original Standard Products List 1 Approval Spec No. Classsification Manufacturer Model No. National Spec Size CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 12/29/2023 Water & Sewer - Manholes & Bases/Rehab Systems/NonCementitious 05/20/96 E1-14 Manhole Rehab Systems Sprayroq, Spray Wall Polyurethane Coating ASTM D639/D790 12/14/01 Coating for Corrosion protection(Exterior) ERTECH Series 20230 and 2100 (Asphatic Emulsion) For Exterior Coating of Concrete Structures Only 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1HB, S1, S2 Acid Resistance Test Sewer Applications 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications 03/19/18 33 05 16, 33 39 10, 33 39 20 Coating for Corrosion protection(Exterior) Sherwin Williams RR&C Dampproofing Non-Fibered Spray Grade (Asphatic Emulsion) For Exterior Coating of Concrete Structures Only Water & Sewer - Manhole Inserts - Field Operations Use Only (Rev 2/3/16) * 33 05 13 Manhole Insert Knutson Enterprises Made to Order - Plastic ASTM D 1248 For 24" dia. * 33 05 13 Manhole Insert South Western Packaging Made to Order - Plastic ASTM D 1248 For 24" dia. * 33 05 13 Manhole Insert Noflow-Inflow Made to Order - Plastic ASTM D 1248 For 24" dia. 09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc. LifeSaver - Stainless Steel For 24" dia. 09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc. TetherLok - Stainless Steel For 24" dia Water & Sewer - Pipe Casing Spacers 33-05-24 (07/01/13) 11/04/02 Steel Band Casing Spacers Advanced Products and Systems, Inc. Carbon Steel Spacers, Model SI 02/02/93 Stainless Steel Casing Spacer Advanced Products and Systems, Inc. Stainless Steel Spacer, Model SSI 04/22/87 Casing Spacers Cascade Waterworks Manufacturing Casing Spacers 09/14/10 Stainless Steel Casing Spacer Pipeline Seal and Insulator Stainless Steel Casing Spacer Up to 48" 09/14/10 Coated Steel Casin Spacers Pipeline Seal and Insulator Coated Steel Casin Spacers Up to 48" 05/10/11 Stainless Steel Casing Spacer Powerseal 4810 Powerchock Up to 48" 03/19/18 Casing Spacers BWM SS-12 Casing Spacer(Stainless 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 Water & Sewer - Pipes/Ductile Iron 33-11-10(1/8/13) * 33 11 10 Ductile Iron Pipe Griffin Pipe Products, Co. Super Bell-Tite Ductile Iron Pressure Pipe, AWWA C150, C151 3" thru 24" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Fastite Pipe (Bell Spigot) AWWA C150, C151 4" thru 30" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Flex Ring (Restrained Joint) AWWA C150, C151 4" thru 30" * 33 11 10 Ductile Iron Pipe U.S. Pipe and Foundry Co. AWWA C150, C151 * 33 11 10 Ductile Iron Pipe McWane Cast Iron Pipe Co. AWWA C150, C151 Water & Sewer - Utility Line Marker (08/24/2018) Sewer - Coatings/Epoxy 33-39-60 (01/08/13) 02/25/02 Epoxy Lining System Sauereisen, Inc SewerGard 210RS LA County #210-1.33 12/14/01 Epoxy Lining System Ertech Technical Coatings Ertech 2030 and 2100 Series 04/14/05 Interior Ductile Iron Pipe Coating Induron Protecto 401 ASTM B-117 Ductile Iron Pipe Only 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1HB, S1, S2 Acid Resistance Test Sewer Applications 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications Sewer - Coatings/Polyurethane Sewer - Combination Air Valves 05/25/18 33-31-70 Air Release Valve A.R.I. USA, Inc. D025LTP02(Composite Body) 2" Sewer - Pipes/Concrete * E1-04 Conc. Pipe, Reinforced Wall Concrete Pipe Co. Inc. ASTM C 76 * E1-04 Conc. Pipe, Reinforced Hydro Conduit Corporation Class III T&G, SPL Item #77 ASTM C 76 * E1-04 Conc. Pipe, Reinforced Hanson Concrete Products SPL Item #95-Manhole, #98- Pipe ASTM C 76 * E1-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. Inc. ASTM C 76 Sewer - Pipe Enlargment System (Method)33-31-23 (01/18/13) PIM System PIM Corporation Polyethylene PIM Corp., Piscata Way, N.J. Approved Previously McConnell Systems McLat Construction Polyethylene Houston, Texas Approved Previously TRS Systems Trenchless Replacement System Polyethylene Calgary, Canada Approved Previously * From Original Standard Products List 2 Approval Spec No. Classsification Manufacturer Model No. National Spec Size CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 12/29/2023 Sewer - Pipe/Fiberglass Reinforced/ 33-31-13(1/8/13) 7/21/97 33 31 13 Cent. Cast Fiberglass (FRP) Hobas Pipe USA, Inc. Hobas Pipe (Non-Pressure) ASTM D3262/D3754 03/22/10 33 31 13 Fiberglass Pipe (FRP) Ameron Bondstrand RPMP Pipe ASTM D3262/D3754 04/09/21 33 31 13 Glass-Fiber Reinforced Polymer Pipe (FRP) Thompson Pipe Group Thompson Pipe (Flowtite) ASTM D3262/D3754 03/07/23 33 31 13 Fiberglass Pipe (FRP) Future Pipe Industries Fiberstrong FRP Sewer - Pipe/Polymer Pipe 4/14/05 Polymer Modified Concrete Pipe Amitech USA Meyer Polycrete Pipe ASTM C33, A276, F477 8" to 102", Class V 06/09/10 E1-9 Reinforced Polymer Concrete Pipe US Composite Pipe Reinforced Polymer Concrete Pipe ASTM C-76 Sewer - Pipes/HDPE 33-31-23(1/8/13) * High-density polyethylene pipe Phillips Driscopipe, Inc. Opticore Ductile Polyethylene Pipe ASTM D 1248 8" * High-density polyethylene pipe Plexco Inc. ASTM D 1248 8" * High-density polyethylene pipe Polly Pipe, Inc. ASTM D 1248 8" High-density polyethylene pipe CSR Hydro Conduit/Pipeline Systems McConnell Pipe Enlargement ASTM D 1248 Sewer - Pipes/PVC (Pressure Sewer) 33-11-12 (4/1/13) 12/02/11 33-11-12 DR-14 PVC Pressure Pipe Pipelife Jetstream PVC Pressure Pipe AWWA C900 4" thru 12" 10/22/14 33-11-12 DR-14 PVC Pressure Pipe Royal Building Products Royal Seal PVC Pressure Pipe AWWA C900 4" thru 12" Sewer - Pipes/PVC* 33-31-20 (7/1/13) * 33-31-20 PVC Sewer Pipe J-M Manufacturing Co., Inc. (JM Eagle) SDR-26 (PS115) ASTM D 3034 4" - 15" 12/23/97* 33-31-20 PVC Sewer Pipe Diamond Plastics Corporation SDR-26 (PS115) ASTM D 3034 4" thru 15" * 33-31-20 PVC Sewer Pipe Lamson Vylon Pipe SDR-26 (PS115) ASTM D 3034 4" thru 15" 12/05/23 33-31-20 PVC Sewer Pipe Vinyltech PVC Pipe SDR-26 (PS115) ASTM D3034 4" thru 15" 12/05/23 33-31-20 PVC Sewer Pipe Vinyltech PVC Pipe Gravity Sewer PS 115 ASTM F 679 18" * 33-31-20 PVC Sewer Pipe J-M Manufacturing Co, Inc. (JM Eagle) PS 115 ASTM F 679 18" - 28" 05/06/05 33-31-20 PVC Solid Wall Pipe Diamond Plastics Corporation PS 115 ASTM F-679 18" to 48" 04/27/06 33-31-20 PVC Sewer Fittings Harco SDR-26 (PS 115) Gasket Fittings ASTM D-3034, D-1784, etc 4" - 15" *33-31-20 PVC Sewer Fittings Plastic Trends, Inc.(Westlake)Gasketed PVC Sewer Main Fittings ASTM D 3034 3/19/2018 33 31 20 PVC Sewer Pipe Pipelife Jet Stream SDR 26 (PS 115) ASTM F679 18"- 24" 3/19/2018 33 31 20 PVC Sewer Pipe Pipelife Jet Stream SDR 26 ASTM D3034 4"- 15" 3/29/2019 33 31 20 Gasketed Fittings (PVC)GPK Products, Inc. SDR 26 ASTM D3034 4"- 15" 10/21/2020 33 31 20 PVC Sewer Pipe NAPCO(Westlake) SDR 26 ASTM D3034 4" - 15" 10/22/2020 33 31 20 PVC Sewer Pipe Sanderson Pipe Corp. SDR 26 ASTM D3034 4"- 15" 10/21/2020 33 31 20 PVC Sewer Pipe NAPCO(Westlake) SDR 26 PS 115 ASTM F-679 18"- 36" Sewer - Pipes/Rehab/CIPP 33-31-12 (01/18/13) * Cured in Place Pipe Insituform Texark, Inc ASTM F 1216 05/03/99 Cured in Place Pipe National Envirotech Group National Liner, (SPL) Item #27 ASTM F-1216/D-5813 05/29/96 Cured in Place Pipe Reynolds Inc/Inliner Technolgy (Inliner USA) Inliner Technology ASTM F 1216 Sewer - Pipes/Rehab/Fold & Form * Fold and Form Pipe Cullum Pipe Systems, Inc. 11/03/98 Fold and Form Pipe Insituform Technologies, Inc. Insituform "NuPIpe" ASTM F-1504 Fold and Form Pipe American Pipe & Plastics, Inc.Demo. Purpose Only 12/04/00 Fold and Form Pipe Ultraliner Ultraliner PVC Alloy Pipeliner ASTM F-1504, 1871, 1867 06/09/03 Fold and Form Pipe Miller Pipeline Corp. EX Method ASTM F-1504, F-1947 Up to 18" diameter Sewer - Pipes/Open Profile Large Diameter 09/26/91 E100-2 PVC Sewer Pipe, Ribbed Lamson Vylon Pipe Carlon Vylon H.C. Closed Profile Pipe, ASTM F 679 18" to 48" 09/26/91 E100-2 PVC Sewer Pipe, Ribbed Extrusion Technologies, Inc. Ultra-Rib Open Profile Sewer Pipe ASTM F 679 18" to 48" E100-2 PVC Sewer Pipe, Ribbed Uponor ETI Company 11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Double Wall Advanced Drainage Systems (ADS) SaniTite HP Double Wall (Corrugated) ASTM F 2736 24"-30" 11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Triple Wall Advanced Drainage Systems (ADS) SaniTite HP Triple Wall Pipe ASTM F 2764 30" to 60" ASTM D3262, ASTM D3681, ASTM D4161, AWWA M45 * From Original Standard Products List 3 Approval Spec No. Classsification Manufacturer Model No. National Spec Size CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 12/29/2023 Water - Appurtenances 33-12-10 (07/01/13) 01/18/18 33-12-10 Double Strap Saddle Romac 202NS Nylon Coated AWWA C800 1"-2" SVC, up to 24" Pipe 08/28/02 Double Strap Saddle Smith Blair #317 Nylon Coated Double Strap Saddle 07/23/12 33-12-10 Double Strap Service Saddle Mueller Company DR2S Double (SS) Strap DI Saddle AWWA C800 1"-2" SVC, up to 24" Pipe 03/07/23 33-12-10 Double Strap Service Saddle Powerseal 3450AS, Incl. Corp. Stop, Dbl Strap, Stainless NSF ANSI 372 1"-2" SVC, up to 24" Pipe 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, 6100M, 6100TM and 6101M 1½" and 2" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co., Inc. FB600-7NL, FB1600-7-NL, FV23-777-W-NL, L22-77NL AWWA C800 2" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co., Inc. FB600-6-NL, FB1600-6-NL, FV23-666-W- NL, L22-66NL AWWA C800 1-1/2" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co., Inc. FB600-4-NL, FB1600-4-NL, B11-444-WR- NL, B22444-WR-NL, L28-44NL AWWA C800 1" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co., Ltd. B-25000N, B-24277N-3, B-20200N-3, H- 15000N, , H-1552N, H142276N AWWA C800, ANSF 61, ANSI/NSF 372 2" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co., Ltd. B-25000N, B-20200N-3, B-24277N-3,H- 15000N, H-14276N, H-15525N AWWA C800, ANSF 61, ANSI/NSF 372 1-1/2" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co., Ltd. B-25000N, B-20200N-3,H-15000N, H- 15530N AWWA C800, ANSF 61, ANSI/NSF 372 1" 01/26/00 Coated Tapping Saddle with Double SS Straps JCM 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) JCM 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) JCM Industries, Inc. 415 Tapping Sleeve AWWA C-223 Concrete Pipe Only 05/10/11 Tapping Sleeve (Stainless Steel) Powerseal 3490AS (Flange) & 3490MJ 4"-8" 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 Inc. DFW37C-12-1EPAF FTW Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW39C-12-1EPAF FTW 08/30/06 Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW65C-14-1EPAF 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 Water - Bolts, Nuts, and Gaskets 33-11-05 (01/08/13) Water - Combination Air Release 33-31-70 (01/08/13) * E1-11 Combination Air Release Valve GA Industries, Inc. Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A 1" & 2" * E1-11 Combination Air Release Valve Multiplex Manufacturing Co. Crispin Air and Vacuum Valves, Model No. 1/2", 1" & 2" * E1-11 Combination Air Release Valve Valve and Primer Corp. APCO #143C, #145C and #147C 1", 2" & 3" Water - Dry Barrel Fire Hydrants 33-12-40 (01/15/14) 10/01/87 E-1-12 Dry Barrel Fire Hydrant American-Darling 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 09/24/87 E-1-12 Dry Barrel Fire Hydrant M&H Valve Company Shop Drawing No. 13476 AWWA C-502 10/14/87 E-1-12 Dry Barrel Fire Hydrant Mueller Company Shop Drawings No. 6461 A-423 Centurion AWWA C-502 01/15/88 E1-12 Dry Barrel Fire Hydrant Mueller Company Shop Drawing FH-12 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 EJ (East Jordan Iron Works) WaterMaster 5CD250 Water - Meters 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 4 Approval Spec No. Classsification Manufacturer Model No. National Spec Size CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 12/29/2023 Water - Pipes/PVC (Pressure Water) 33-31-70 (01/08/13) 12/05/23 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR14 AWWA C900, AWWA C605, ASTM D1784 4"-16" 12/05/23 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR18 AWWA C900, AWWA C605, ASTM D1784 16"-18" 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR14 AWWA C900 4"-12" 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR18 AWWA C900 16"-24" 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 14 AWWA C900 4"-12" 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 18 AWWA C900 16"-24" 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 14 AWWA C900-16 UL 1285 ANSI/NSF 61 FM 1612 4"-28" 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 18 AWWA C900-16 UL 1285 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" Water - Pipes/Valves & Fittings/Ductile Iron Fittings 33-11-11 (01/08/13) 07/23/92 E1-07 Ductile Iron Fittings Star Pipe Products, Inc. Mechanical Joint Fittings AWWA C153 & C110 * E1-07 Ductile Iron Fittings Griffin Pipe Products, Co. Mechanical Joint Fittings AWWA C 110 * E1-07 Ductile Iron Fittings McWane/Tyler Pipe/ Union Utilities Division Mechanical Joint Fittings, SSB Class 350 AWWA C 153, C 110, C 111 08/11/98 E1-07 Ductile Iron Fittings Sigma, Co. Mechanical Joint Fittings, SSB Class 351 AWWA C 153, C 110, C 112 02/26/14 E1-07 MJ Fittings Accucast Class 350 C-153 MJ Fittings AWWA C153 4"-12" 05/14/98 E1-07 Ductile Iron Joint Restraints Ford Meter Box Co./Uni-Flange Uni-Flange Series 1400 AWWA C111/C153 4" to 36" 05/14/98 E1-24 PVC Joint Restraints Ford Meter Box Co./Uni-Flange Uni-Flange Series 1500 Circle-Lock AWWA C111/C153 4" to 24" 11/09/04 E1-07 Ductile Iron Joint Restraints One Bolt, Inc. One Bolt Restrained Joint Fitting AWWA C111/C116/C153 4" to 12" 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" 02/29/12 33-11-11 PVC Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 2000 (for PVC Pipe)AWWA C111/C116/C153 4" to 24" 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLC4 - SLC10 AWWA C111/C153 4" to 10" 03/06/19 33-11-11 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCS4 - SLCS12 AWWA C111/C153 4" to 12" 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCE AWWA C111/C153 12" to 24" 08/10/98 E1-07 MJ Fittings(DIP) Sigma, Co. Sigma One-Lok SLDE AWWA C153 4" - 24" 10/12/10 E1-24 Interior Restrained Joint System S & B Techncial Products Bulldog System ( Diamond Lok 21 & JM ASTM F-1624 4" to 12" 08/16/06 E1-07 Mechanical Joint Fittings SIP Industries(Serampore) Mechanical Joint Fittings AWWA C153 4" to 24" 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. PVC Stargrip Series 4000 ASTM A536 AWWA C111 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. DIP Stargrip Series 3000 ASTM A536 AWWA C111 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) EZ Grip Joint Restraint (EZD) Black For DIP ASTM A536 AWWA C111 3"-48" 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) EZ Grip Joint Restraint (EZD) Red for C900 DR14 PVC Pipe ASTM A536 AWWA C111 4"-12" 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) EZ Grip Joint Restraint (EZD) Red for C900 DR18 PVC Pipe ASTM A536 AWWA C111 16"-24" Water - Pipes/Valves & Fittings/Resilient Seated Gate Valve* 33-12-20 (05/13/15) Resilient Wedged Gate Valve w/no Gears American Flow Control Series 2500 Drawing # 94-20247 16" 12/13/02 Resilient Wedge Gate Valve American Flow Control Series 2530 and Series 2536 AWWA C515 30" and 36" 08/31/99 Resilient Wedge Gate Valve American Flow Control Series 2520 & 2524 (SD 94-20255) AWWA C515 20" and 24" 05/18/99 Resilient Wedge Gate Valve American Flow Control Series 2516 (SD 94-20247) AWWA C515 16" 10/24/00 E1-26 Resilient Wedge Gate Valve American Flow Control Series 2500 (Ductile Iron) AWWA C515 4" to 12" 08/05/04 Resilient Wedge Gate Valve American Flow Control 42" and 48" AFC 2500 AWWA C515 42" and 48" 05/23/91 E1-26 Resilient Wedge Gate Valve American AVK Company American AVK Resilient Seaded GV AWWA C509 4" to 12" 01/24/02 E1-26 Resilient Wedge Gate Valve American AVK Company 20" and smaller * E1-26 Resilient Seated Gate Valve Kennedy 4" - 12" * E1-26 Resilient Seated Gate Valve M&H 4" - 12" * E1-26 Resilient Seated Gate Valve Mueller Co.4" - 12" 11/08/99 Resilient Wedge Gate Valve Mueller Co. Series A2361 (SD 6647) AWWA C515 16" 01/23/03 Resilient Wedge Gate Valve Mueller Co. Series A2360 for 18"-24" (SD 6709) AWWA C515 24" and smaller 05/13/05 Resilient Wedge Gate Valve Mueller Co. Mueller 30" & 36", C-515 AWWA C515 30" and 36" 01/31/06 Resilient Wedge Gate Valve Mueller Co. Mueller 42" & 48", C-515 AWWA C515 42" and 48" 01/28/88 E1-26 Resilient Wedge Gate Valve Clow Valve Co. AWWA C509 4" - 12" 10/04/94 Resilient Wedge Gate Valve Clow Valve Co. 16" RS GV (SD D-20995) AWWA C515 16" 11/08/99 E1-26 Resilient Wedge Gate Valve Clow Valve Co. Clow RW Valve (SD D-21652) AWWA C515 24" and smaller 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 Wedge Gate Valve Clow Valve Co. Clow Valve Model 2638 AWWA C515 24" to 48" (Note 3) 05/08/91 E1-26 Resilient Seated Gate Valve Stockham Valves & Fittings AWWA C 509, ANSI 420 - stem, 4" - 12" * E1-26 Resilient Seated Gate Valve U.S. Pipe and Foundry Co.Metroseal 250, requirements SPL #74 3" to 16" 10/26/16 33-12-20 Resilient Seated Gate Valve EJ (East Jordan Iron Works)EJ FlowMaster Gate Valve & Boxes 08/24/18 Matco Gate Valve Matco-Norca 225 MR AWWA/ANSI C115/An21.15 4" to 16" * From Original Standard Products List 5 Approval Spec No. Classsification Manufacturer Model No. National Spec Size CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 12/29/2023 Water - Pipes/Valves & Fittings/Rubber Seated Butterfly Valve 33-12-21 (07/10/14) * E1-30 Rubber Seated Butterfly Valve Henry Pratt Co. AWWA C-504 24" * E1-30 Rubber Seated Butterfly Valve Mueller Co. AWWA C-504 24"and smaller 1/11/99 E1-30 Rubber Seated Butterfly Valve Dezurik Valves Co. AWWA C-504 24" and larger 06/12/03 E1-30 Valmatic American Butterfly Valve Valmatic Valve and Manufacturing Corp. Valmatic American Butterfly Valve. AWWA C-504 Up to 84" diameter 04/06/07 E1-30 Rubber Seated Butterfly Valve M&H Valve M&H Style 4500 & 1450 AWWA C-504 24" to 48" 03/19/18 33 12 21 Rubber Seated Butterfly Valve G. A. Industries (Golden Anderson) AWWA C504 Butterfly Valve AWWA C-504 30"-54" Water - Polyethylene Encasement 33-11-10 (01/08/13) 05/12/05 E1-13 Polyethylene Encasment Flexsol Packaging Fulton Enterprises AWWA C105 8 mil LLD 05/12/05 E1-13 Polyethylene Encasment Mountain States Plastics (MSP) and AEP Ind. Standard Hardware AWWA C105 8 mil LLD 05/12/05 E1-13 Polyethylene Encasment AEP Industries Bullstrong by Cowtown Bolt & Gasket AWWA C105 8 mil LLD 09/06/19 33-11-11 Polyethylene Encasment Northtown Products Inc. PE Encasement for DIP AWWA C105 8 mil LLD Water - Sampling Station 03/07/23 33 12 50 Water Sampling Station Eclipse Number 88 , 12-inch Depth of Bury As shown in spec. 33 12 50 Water - Automatic Flusher 10/21/20 Automated Flushing System Mueller Hydroguard HG6-A-IN-2-BRN-LPRR(Portable) HG2-A-IN--2-PVC-018-LPLG(Permanent) 04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9800wc 04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9700 (Portable) Yellow Highlight indicates recent changes The Fort Worth Water Department’s Standard Products List has been developed to minimize the submittal review of products which meet the Fort Worth Water Department’s Standard Specifications during utility construction projects. When Technical Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department’s Standard Specifications and the Fort Worth Water Department’s Standard Products List and approval of the specific products will be based on the requirements of the Technical Specification whether or not the specific product meets the Fort Worth Water Department’s Standard Specifications or is on the Fort Worth Water * From Original Standard Products List 6 APPENDIX B PAVEMENT MARKING DETAILS Solid Edge Line or Lane Line , . Double Solid Lines � 10' Black Contrast 20' 20' 20' 10' 10' 10' 10' 10' 10' 10' White Skip With 10' Black Contrast and 20' Gaps 10' 30' �� 30' �� I 10' I I 10' I 10'-30' Skip Line 30' 10' 10' 6" 10' 3, 9' 3' 9' 3' 9' 3' 9' 3' 9' 3' 9' 31 9' 3, 9' 3 9' 3' 9' 3' 12" 3'-9' Dotted Lane Drop Line �4' �4' �4' �4' �4' �4' �4'�4' �4' �4' �4' �4' �4'�4' �4'�4'�4'�6" 2' 2' 2' 2' 2' 2' 2' 2' 2' 2' 2' 2' 2' 2' 2' 2' 2' 2' 2'-4' Dotted Guide Line Taper = 150' � � / o � �o � o fl o 0 9 0 0 �i o 15' � -� � -� � Double Left Tum Bay Markings Taper = 100' � � o � ao � —_ -� 20' 20' 20' - 0 9 0 0 1? o fi' o �J � o �d 15' � —� � —� � Through Lane Becomes Exdusive Left Tum oa o o ao � o� o o�o �. 15' � —� 20� � -� Thro�.g�� I ane f3ecornes Opl ona e(t Turn 20' I 20' D`rec{`on o{ .�rave\ � 18" Solid Yellow 6" Yellow Edge Line 6" Double Yellow — � 20� � � 6" Double � � � O Yellow Dlr�ctlOn �f TrO�el Pavement Markings For Traffic Separation ■ Median or Island 6" White Edge Line of 1rO�e\ � 1� �1re�tlon � � 20� � �" li Whit � 6" Yellow Ed e 6" Yellow Edge Line � A� 0 6 So d e 9 D�re�t.on o f rroVe/ /1 � Pavement Markings For Traffic Flowing In The Same Direction 1 6" Double Yellow Typical Intersection � �oo' min. 2 Thru Lanes � Plus Left Turn I f Lane, With Crosswalk I Ib 6" Double Yellow � I � I I I I I I� 8" Solid � — — — � — — — — — White � I � I I I I I I Median Extension CONTRAST CROSSWA�K NOTES: 1. CROSSWALKS AND STOP BARS SHALL BE WHITE. 2. PREFORMED THERMOPLASTIC SHALL BE USED FOR ALL CROSSWALK PAVEMENT MARKINGS. 3. PREFORMED THERMOPLASTIC MATERIAL SHALL BE SUPPLIED BY A MANUFACTURER LISTED ON TxDOT'S MATERIAL PRODUCER LIST (MPL). 10' min. 5' 24" Solid White Preformed Thermoplastic Pavement Marking 6" Solid Black Preformed Thermoplastic IPavement Marking 6" White 2'-4' DOT � 6" -- � Solid White O� 24" Contrast 8" Crosswalk � Solid White Dash White oN�v Solid � White ONLY 12" White� 3'-9' DOT 150' Right Tum �ane Drop And Island Left Turn �ane Drop Is A Mirror Image � Two Way Left Turn �ane olid ellow 6" Dash Yellow 30' � Type I I - CR 4" rpm's 6" Dash— White 10' � y2���— �2��� TYPeII- CR 4" rpm's o � o o $�� Solid o ^ O� White .t � � TYPe �6,. II-A-A Double 4„ Yellow rpm's 6 TYPe Dash II-A-A Yellow q�� rpm's � � � �6�� Solid Yellow 30' � Reflector Placement LONGITUDINAL CROSSWALK LINES SHALL NOT BE PLACED IN WHEEL PATHS. REVISED: 07-26-2021CITY OF FORT WORTH, TEXAS CROSSWALKS, STOP BARS AND YIELD LINES 32 17 23-D643 CITY OF FORT WORTH, TEXAS PAVEMENT MARKINGS - ARROWS 32 17 23-D645 REVISED: 08-31-2012 DN:CK:DW:CK:FILE: COUNTY SECT DIST REVISIONS TxDOT TxDOT TxDOT TxDOT HIGHWAY SHEET NO. C TxDOT of this standard to other formats or for incorrect results or damages resulting from its use.kind is made by TxDOT for any purpose whatsoever. TxDOT assumes no responsibility for the conversion The use of this standard is governed by the "Texas Engineering Practice Act". No warranty of anyDISCLAIMER:CONT FILE: Standard Division Operations Traffic DATE: GENERAL NOTES T U Concrete grade crossing pavement Pavement 6" Panel Field 6" 7" Tie 8" Ballast Base Insert Rubber Panel Gauge 1'-2"White 4" Broken LEGEND Sign (optional) OM-2 Traffic Flow Object Marker White 4" Broken gutter Curb and 90° pavement Edge of Yellow 4" Broken RCD(1)-16 65 475 70 550 75 650 36"DIA. W10-1 36"DIA. W10-1 CROSSING SURFACE CROSS SECTION NOTES B A2 E D MFGFFFHJ KLONPQR S E 24" White 8" White 8" White 4" White 24" White A1 I 10'60' 30' Double Yellow 4" Solid 10' 20 100 25 100 30 100 35 100 40 125 45 175 50 250 55 325 60 400 Approach Desirable (feet) Placement Speed(mph) 2 LANES, 2-WAY 1-WAY STREET WITH CURB TABLE 1 2-WAY, MULTIPLE LANES EACH DIRECTION (x2) 24" White S 60' 36"DIA. W10-1 36"DIA. W10-1 S (x2) Detectable warning 90° DEVICE PLACEMENT SIGNING, STRIPING, AND DETAILS RAILROAD CROSSING for sign and pavement marking details. 6. See the Standard Highway Sign Design for Texas (SHSD) manual 5. See SMD standard sheets for sign mounting details. visibility. as needed. Illumination may also be considered for nighttime 4. Longitudinal edge striping may be continued thru crossing from driving around gates. 3. Medians preferred whenever possible to prevent vehicles See PM(2) and PM(3) standard sheets. 2. Raised pavement markers may be used to supplement striping. and used on roadways where speed does not exceed 40 mph. Non-traversable curbs in Quiet Zones are 6" tall minimum as a Quiet Zone Supplementary Safety Measure (SSM). 1. Medians and curbs must be non-traversable to qualify Base Material locations. 10' min for all other for a Quiet Zone SSM, length from gate: 100' min. U: Non-traversable curb locations by gates for all other 90% of traveled way covered 1' max for Quiet Zone SSM, T: Tip of gate to edge of curb: 4" Yellow for pedestrian facilities See latest PED standard sheets Sidewalk or shared use pathway. C B Cantilever Pair Mast Flasher See RCD(2) if >25' with ballast (as needed) 6" Perforated drain pipe railroad company) Varies (check with 20'16'24' 6'1.6' Gate Assembly SEE DETAIL A 6.6'16"NOTES RR Crossing pavement markings. See Table 1. See RCD(2) for other signs. S: Stop line to GRADE CROSSING ADVANCE WARNING (W10-1) sign and adjacent R: Stop line to first RR Crossing transverse line (bike lane): 50' typical. up to 32'under special circumstances. Q: Gate length: 28' or less typical, but railroad company may allow NOTE: BNSF prefers 5'-3", 7', and 9'-3" minimums, respectively. Center of RR mast to edge of pavement (no shoulder): 8'-3" minimum Center of RR mast to edge of pavement (with shoulder): 6' minimum P: Center of RR mast to face of curb: 4'-3" minimum. NOTE: Center of gate mast minimum 4'-3" from face of curb. O: Width of median: 8'-6" minimum, 10' typical when using median gates. all street intersections within 60' are closed. suffice if there is a street intersection within the 100' and 100' minimum to qualify as a Quiet Zone SSM. NOTE: 60'will N: Center of gate mast to leading edge of non-traversable median: M: Center of RR mast to edge of sidewalk: 6' minimum. L: Nearest edge of RR cabin from nearest rail: 25' typical. NOTE: Cabinet not required to be parallel to edge of pavement. K: Nearest edge of RR cabin from edge of pavement: 30' typical. of traveled way covered by gates for all other locations. J: Tip of gate to tip of gate: 2' maximum for Quiet Zone SSM or 90% I: Distance between rails: 4'-8.5". H: Width of field panel: 2' typical (check with railroad company). G: Length of panels along rail: 8' typical. NOTE: Field panels need not be in line with gauge panels. F: Edge of planking panel from edge of pavement or sidewalk: 3' minimum. NOTE: Design median edge to be parallel with rail. E: Edge of median or curb to nearest rail: 10' typical. NOTE: Cantilever may be located in front or behind gates. D: Center of gate mast to center of cantilever mast: 6' typical. C: Center of detectable warning device to nearest rail: 6' minimum as needed, but should be at least 8' back from gates, if present). traffic control device to stop line: 8' (NOTE: Stop line may be moved B: Center of mast (cantilever, gate, or mast flasher) of nearest active A2: Tip of gate to center of rail: 12' minimum, 15' typical. A1: Center of RR mast to center of rail: 12' minimum, 15' typical. DETAIL A3.3'FEBRUARY 2016 14 rcd1-16.dgn JOB DN:CK:DW:CK:FILE: JOB COUNTY SECT DIST REVISIONS TxDOT TxDOT TxDOT HIGHWAY SHEET NO. of this standard to other formats or for incorrect results or damages resulting from its use.kind is made by TxDOT for any purpose whatsoever. TxDOT assumes no responsibility for the conversion The use of this standard is governed by the "Texas Engineering Practice Act". No warranty of anyDISCLAIMER:CONT FILE: Standard Division Operations Traffic DATE: RCD(2)-16 ** TxDOT 2 ADJACENT CROSSINGS OR PATHWAY CROSSING GRADE CROSSING NEAR A PARALLEL STREET **** ** SIGNS ** GENERAL NOTES NOTES OR PASSIVE CROSSING OR NOTES 36"DIA. W10-1 36"X36" W10-2L 36"X36" W10-2R 36"X36" W10-5 30"x24" W10-5P 24"X30" R8-8 30"X30" W3-1 36"X36" R1-1 48"X9" R15-1 27"X18" R15-2P 18"X6" R1-3P 48"X9" R15-1 27"X18" R15-2P 48"X9" R15-1 27"X18" R15-2P 15"X9" I-13 36"DIA. W10-1 30"X24" W10-13P 36"X36" R1-1 30"X30" W3-2 30"X24" W10-9P 30"X24" W10-5P 432 NOTE NOTE "A" "B" "B" "C""C""A" <100'"A" >100' T-INTERSECTION 5 9 13 1 4 1 4 1 4 1 4 1 1 4 1 4 1 8 9 10 50'50'12' 3 1 45 7 71 4 7 7 2 6 6 6 6 1 11 4 8 9 106 12 13 7 7 7 1 4 1 4 6 5 >100' Approach Desirable Placement (feet) 6 7 10 11 12 8 Side lights (if "A" <100') 2-WAY 2-WAY WITH MEDIAN TABLE 1 See Table 1. rail in this case. signs installed on roadway parallel with AND INTERSECTION ADVANCE WARNING (W10-3) rail is less than 100'. GRADE CROSSING between near edge of intersection and near adjacent signs not included when distance Railroad crossing pavement markings and 1-WAY See Table 1100' min 5 5 5 5 5 Speed (mph) 20 100 25 100 30 100 35 100 40 125 45 175 50 250 55 325 60 400 65 475 70 550 75 650 C TxDOT IF NEEDED See Table 1 IF NEEDEDmin100'48"X48"X48" R1-2 5 5 IF NEEDED IF NEEDED 5 See Table 1 See Table 1 See Table 1 See Table 1 See Table 1 lanes. to travel perpend. be placed Sign may SIGNING & STRIPING DETAILS RAILROAD CROSSING 6(if no or sign used)13 min 15' of crossbuck sign post. shall be installed on front and back 2. A 2" white retroreflective strip crossbuck sign, rather than below it. installed to the left of the 1. Stop or yield sign may also be Table 1 would put markings within intersection. between rail and intersection if spacing from See Table 1. Place pavement markings and signs within intersection. from Table 1 would put markings intersection from rail if spacing and signs on opposite side of See Table 1. Place pavement markings NOTE * * space exists. Use Table 1 if sufficient to support sign Min 7' median width to support sign Min 6' median width T-Intersection design below. scenarios. This note also applies to traffic signal or other traffic control only. Other signs may be substituted for This design shows a 4-way stop scenario on this sheet. 3. Smaller sign sizes preferred than shown to the right 2. Detectable warning used at stop bar. adjacent roadway. crossing when more than 25' from traveled way of 1. A shared use pathway is considered a separate pathway mounted below W10-2/W10-3/W10-4 signs. CLEARANCE Plaque (W10-5P) if needed is if crossing is in a Quiet Zone. LOW GROUND Includes a NO TRAIN HORN Plaque (W10-9P) sign and pavement marking details. 7. See the Standard Highway Sign Design for Texas (SHSD) manual for sealing engineer. Install so sign does not block view of RR mast. vehicles stopping on tracks is significant as determined by 6. DO NOT STOP ON TRACKS (R8-8) signs installed when potential for YIELD AHEAD (W3-2) signs unless shown otherwise. 5. See Table 1 to determine placement of STOP AHEAD (W3-1) and 4. Table 1 placement distances may vary per Sect. 2C.05 of the TMUTCD. be modified as needed to fit roadway geometry. 3. GRADE CROSSING AND INTERSECTION ADVANCE WARNING (W10-2) signs may upstream of crossing to provide advance warning of alternate route. 2. LOW GROUND CLEARANCE (W10-5) signs may be relocated further 1 track), and EMERGENCY NOTIFICATION (I-13) signs. CROSSBUCK (R15-1), NUMBER OF TRACKS Plaque (R15-2P) (if more than 1. Railroad company to provide active traffic control devices, 100' apart. when tracks are more than and adjacent signs required crossing pavement markings, control devices, railroad Separate active traffic see Table 1. intersection and railroad crossing. If needed, installed if W10-1 sign is not between (W10-2, W10-3, W10-4) signs should only be GRADE CROSSING AND INTERSECTION ADVANCE WARNING rcd2-16.dgn FEBRUARY 2016 15 WRONG WAY WRONG WAY CITY OF FORT WORTH, TEXAS BIKE LANE PAVEMENT MARKINGS - UNSIGNALIZED INTERSECTIONS 32 17 23-D647 REVISED: 03-08-2022 WRONG WAY WRONG WAY CITY OF FORT WORTH, TEXAS BIKE LANE PAVEMENT MARKINGS - RIGHT-TURN ONLY LANES 32 17 23-D650 REVISED: 03-08-2022 WRONG WAY WRONG WAY CITY OF FORT WORTH, TEXAS BIKE LANE PAVEMENT MARKINGS - RIGHT-TURN ONLY LANES 32 17 23-D650 REVISED: 03-08-2022 WRONG WAY WRONG WAY BUSCITY OF FORT WORTH, TEXAS BIKE LANE PAVEMENT MARKINGS - BUS STOP 32 17 23-D651 REVISED: 03-08-2022 WRONG WAY WRONG WAY CITY OF FORT WORTH, TEXAS BIKE LANE PAVEMENT MARKINGS - BIKE LANE TO SHARROW TRANSITION 32 17 23-D652 REVISED: 03-08-2022 WRONG WAY WRONG WAY CITY OF FORT WORTH, TEXAS BIKE LANE PAVEMENT MARKINGS - BUFFER-BIKE LANE 32 17 23-D653 REVISED: 03-08-2022 WRONG WAY WRONG WAY CITY OF FORT WORTH, TEXAS BIKE LANE PAVEMENT MARKINGS - BUFFER-BIKE LANE (CHEVRON)32 17 23-D654 REVISED: 03-08-2022 CITY OF FORT WORTH, TEXAS SHARED PAVEMENT MARKINGS TRAVEL LANE > 14'32 17 23-D655 REVISED: 08-31-2012 CITY OF FORT WORTH, TEXAS SHARED PAVEMENT MARKINGS TRAVEL LANE ” 14'32 17 23-D656 REVISED: 08-31-2012 CITY OF FORT WORTH, TEXAS SHARED PAVEMENT MARKINGS ONE-WAY STREET 32 17 23-D657 REVISED: 08-31-2012 APPENDIX C TRAFFIC CONTROL PLAN 120'120' 120' 120' 120'120'120'120'DETOURAHEADROADWORKAHEAD ENDROAD WORK ROADWORKAHEADENDROAD WORK ROADWORKAHEAD ENDROAD WORK ROADWORKAHEADDETOURAHEAD 120'ENDROAD WORK ROADWORKAHEADENDROAD WORK 120' ENDROAD WORKROADWORKAHEAD ROADWORKAHEAD ENDROAD WORK DETOURDETOUR DETOURDETOUR ROADCLOSED DETOURROAD CLOSEDTOTHRU TRAFFIC COLLIER STNORTHBOUND HALF-ROAD CLOSURENORTHBOUND LANE CLOSED - 15'SOUTHBOUND LANE OPEN - 15'ROAD WIDTH - 30'SIDEWALKCLOSED SIDEWALK CLOSEDUSE OTHER SIDE SIDEWALKCLOSED SIDEWALK CLOSEDUSE OTHER SIDE LEGENDWORK AREATYPE IIITYPE II "SIDEWALK CLOSED"TYPE II "SIDEWALK CLOSED USE OTHER SIDE"NORTHBOUND DETOUR ROUTELOW PROFILE CONCRETE BARRIER W/ END TERMINALS SPEED TAPER BUFFER SIGNSPACING DEVICESPACING3035404550 180245320540600 240 400 5045320195155 240 403516012090 120 30 Date:8/27/2024 Project:COLLIER ST (TEXAS ST - SOUTH TO PARKING LOT ENTRANCE)Contractor:FREESE & NICHOLSCity:FORT WORTHComments: DEVICES SPACED ON 30 FT CENTERSPHASE 1 OF 2-CONTRACTOR TO INSTALL ALL TRAFFIC CONTROL DEVICES IN COMPLIANCE WITH THE TMUTCD-CONTRACTOR TO MAINTAIN DRIVEWAY ACCESS AND ADA ACCESS ROUTES THROUGH WORK ZONEAND TO PRIVATE PROPERTY AT ALL TIMES-IF NECESSARY, CONTRACTOR TO INSTALL TEMPORARY MAILBOXES IN FRONT OF EACH PROPERTY (NO SEPARATE PAY)-CONTRACTOR TO REMOVE (OR COVER) ALL EXISTING SIGNAGE AND PAVEMENT MARKINGS IN CONFLICTWITH TEMPORARY TRAFFIC CONTROL PLAN-CONTRACTOR TO MAINTAIN ALL TEMPORARY SIGNAGE A MINIMUM 7' ABOVE ADJACENT TRAVEL LANE-CONTRACTOR TO COORDINATE WITH CITY REGARDING EMERGENCY AND TRASH SERVICES DURING CONSTRUCTION This plan is for illustrativepurposes only and is notintended to relieve thecontractor from therequirements of thecontract documents ortheir responsibility to traffic 09-06-2024 120' 120' DETOURAHEAD 120' 120'120' 120' ENDROAD WORK COLLIER STSOUTHBOUND HALF-ROAD CLOSURESOUTHBOUND LANE CLOSED - 15'NORTHBOUND LANE OPEN - 15'ROAD WIDTH - 30' 120'ROADWORKAHEAD DETOURAHEAD 120' 120' ENDROAD WORKROADWORKAHEAD ROADCLOSEDAHEAD 120' ENDROAD WORK ROADWORKAHEAD 120'ROADWORKAHEADENDROAD WORK ROADWORKAHEADENDROAD WORK ROADWORKAHEAD ENDROAD WORK ROADCLOSEDDETOURSIDEWALK CLOSEDUSE OTHER SIDE SIDEWALKCLOSED SIDEWALK CLOSEDUSE OTHER SIDE DETOURDETOURLEGENDWORK AREATYPE IIITYPE II "SIDEWALK CLOSED"TYPE II "SIDEWALK CLOSED USE OTHER SIDE"SOUTHBOUND DETOUR ROUTELOW PROFILE CONCRETE BARRIER W/ END TERMINALS SPEED TAPER BUFFER SIGNSPACING DEVICESPACING3035404550 180245320540600 240 400 5045320195155 240 403516012090 120 30 Date:8/27/2024 Project:COLLIER ST (TEXAS ST - SOUTH TO PARKING LOT ENTRANCE)Contractor:FREESE & NICHOLSCity:FORT WORTHComments: DEVICES SPACED ON 30 FT CENTERSPHASE 2 OF 2-CONTRACTOR TO INSTALL ALL TRAFFIC CONTROL DEVICES IN COMPLIANCE WITH THE TMUTCD-CONTRACTOR TO MAINTAIN DRIVEWAY ACCESS AND ADA ACCESS ROUTES THROUGH WORK ZONEAND TO PRIVATE PROPERTY AT ALL TIMES-IF NECESSARY, CONTRACTOR TO INSTALL TEMPORARY MAILBOXES IN FRONT OF EACH PROPERTY (NO SEPARATE PAY)-CONTRACTOR TO REMOVE (OR COVER) ALL EXISTING SIGNAGE AND PAVEMENT MARKINGS IN CONFLICTWITH TEMPORARY TRAFFIC CONTROL PLAN-CONTRACTOR TO MAINTAIN ALL TEMPORARY SIGNAGE A MINIMUM 7' ABOVE ADJACENT TRAVEL LANE-CONTRACTOR TO COORDINATE WITH CITY REGARDING EMERGENCY AND TRASH SERVICES DURING CONSTRUCTION This plan is for illustrativepurposes only and is notintended to relieve thecontractor from therequirements of thecontract documents ortheir responsibility to traffic 09-06-2024 120' 120' 120' ROADCLOSEDAHEAD DETOURAHEAD 120'120' 120' ROADWORKAHEAD DETOURAHEAD ROADWORKAHEAD ENDROAD WORK 120'ENDROAD WORK 120' ROADWORKAHEADENDROAD WORK120'ROADWORKAHEAD ENDROAD WORK ROADWORKAHEAD DETOURAHEAD ROADWORKAHEAD 120' DETOURAHEAD 120' DETOURAHEAD 240'240' ENDROAD WORK ROADWORKAHEADDETOURAHEAD 240' ENDROAD WORK ROADWORKAHEAD 240' 120'ENDROAD WORK ENDROAD WORK ROADWORKAHEAD ROADWORKAHEAD 120' DETOURAHEAD ROADWORKAHEAD ENDROAD WORK 120' 120' ROADWORKAHEAD 120' ENDROAD WORK DETOURAHEAD ROAD CLOSEDTOTHRU TRAFFICROADCLOSEDROAD CLOSEDTOTHRU TRAFFICDETOURROADCLOSEDROADCLOSEDSIDEWALKCLOSED SIDEWALKCLOSED SIDEWALKCLOSEDSIDEWALKCLOSED SIDEWALK CLOSEDUSE OTHER SIDE SIDEWALK CLOSEDUSE OTHER SIDE SIDEWALK CLOSEDUSE OTHER SIDE DETOUR DETOURDETOURROAD CLOSEDTOTHRU TRAFFICDETOURDETOURSIDEWALK CLOSEDUSE OTHER SIDE FLORENCE STNORTHBOUND & SOUTHBOUND LANE CLOSURENORTHBOUND LANE CLOSED - 18'SOUTHBOUND LANE OPEN - 18'ROADCLOSED SPEED TAPER BUFFER SIGNSPACING DEVICESPACING3035404550 180245320540600 240 400 5045320195155 240 40351601209012030 SITEBARRICADES.COM817 -885-7483SITEBARRICADESRENTAL SITEBARRICADES.COM817-885-7483SITEBARRICADESRENTALSITEBARRICADES.COM817-885-7483SITEBARRICADESRENTALSITEBARRICADES.COM817-885-7483SITEBARRICADESRENTAL SITEBARRICADES.COM817-885-7483SITEBARRICADESRENTALSITEBARRICADES.COM817-885-7483SITEBARRICADESRENTALSITEBARRICADES.COM817-885-7483SITEBARRICADESRENTALLEGENDWORK AREATYPE II "SIDEWALK CLOSED"TYPE IIITYPE II "SIDEWALK CLOSED USE OTHER SIDE" Date:8/23/2024 Project:FLORENCE ST (W 13TH ST - W LANCASTER AVE)Contractor:FREESE & NICHOLSCity:FORT WORTHComments: SHEET 1 OF 2-CONTRACTOR TO INSTALL ALL TRAFFIC CONTROL DEVICES IN COMPLIANCE WITH THE TMUTCD-CONTRACTOR TO MAINTAIN DRIVEWAY ACCESS AND ADA ACCESS ROUTES THROUGH WORK ZONEAND TO PRIVATE PROPERTY AT ALL TIMES-IF NECESSARY, CONTRACTOR TO INSTALL TEMPORARY MAILBOXES IN FRONT OF EACH PROPERTY (NO SEPARATE PAY)-CONTRACTOR TO REMOVE (OR COVER) ALL EXISTING SIGNAGE AND PAVEMENT MARKINGS IN CONFLICTWITH TEMPORARY TRAFFIC CONTROL PLAN-CONTRACTOR TO MAINTAIN ALL TEMPORARY SIGNAGE A MINIMUM 7' ABOVE ADJACENT TRAVEL LANE-CONTRACTOR TO COORDINATE WITH CITY REGARDING EMERGENCY AND TRASH SERVICES DURING CONSTRUCTION This plan is for illustrativepurposes only and is notintended to relieve thecontractor from therequirements of thecontract documents ortheir responsibility to traffic 09-05-2024 DETOURDETOUR DETOURDETOURDETOURDETOURDETOURDETOURDETOUR DETOURDETOUR DETOURROAD CLOSEDTOTHRU TRAFFICDETOURROADCLOSEDROAD CLOSEDTOTHRU TRAFFICROADCLOSEDDETOURROAD CLOSEDTOTHRU TRAFFICROADCLOSEDWEST FWY FRONTAGE RD TO I-30 FOREST PARK BLVD W 10TH ST FOURNIER ST W 7TH ST LAMAR ST TEXAS ST DETOURW 10TH STMACON ST FLORENCE ST HENDERSON ST (199) LAMAR ST W LANCASTER AVE ROADCLOSEDDETOURDETOURDETOURDETOUR SPEED TAPER BUFFER SIGNSPACING DEVICESPACING3035404550 180245320540600 240 400 5045320195155 240 40351601209012030 Date:8/23/2024 Project:FLORENCE ST (W 13TH ST - W LANCASTER AVE)Contractor:FREESE & NICHOLSCity:FORT WORTHComments: SHEET 2 OF 2-CONTRACTOR TO INSTALL ALL TRAFFIC CONTROL DEVICES IN COMPLIANCE WITH THE TMUTCD-CONTRACTOR TO MAINTAIN DRIVEWAY ACCESS AND ADA ACCESS ROUTES THROUGH WORK ZONEAND TO PRIVATE PROPERTY AT ALL TIMES-IF NECESSARY, CONTRACTOR TO INSTALL TEMPORARY MAILBOXES IN FRONT OF EACH PROPERTY (NO SEPARATE PAY)-CONTRACTOR TO REMOVE (OR COVER) ALL EXISTING SIGNAGE AND PAVEMENT MARKINGS IN CONFLICTWITH TEMPORARY TRAFFIC CONTROL PLAN-CONTRACTOR TO MAINTAIN ALL TEMPORARY SIGNAGE A MINIMUM 7' ABOVE ADJACENT TRAVEL LANE-CONTRACTOR TO COORDINATE WITH CITY REGARDING EMERGENCY AND TRASH SERVICES DURING CONSTRUCTION This plan is for illustrativepurposes only and is notintended to relieve thecontractor from therequirements of thecontract documents ortheir responsibility to trafficDETOUR LEGENDSHEET 1 TYPE IIINORTHBOUND DETOUR ROUTESOUTHBOUND DETOUR ROUTEEASTBOUND DETOUR ROUTEWESTBOUND DETOUR ROUTE 09-05-2024 120'120' 180'TAPER 180'TAPER 180'TAPER LEFTLANECLOSED ROADWORKAHEAD 120'120'120'ROADWORKAHEAD 2RIGHT LANESCLOSED 2RIGHT LANESCLOSED 120'120'120'120' 120'120'120'120' 120'120'120'120'LEFTLANECLOSED337'EXTENDEDBUFFER ROADWORKAHEAD ROADWORKAHEADROADWORKAHEAD ROADWORKAHEADROADWORKAHEAD ROADWORKAHEAD ROADWORKAHEADROADWORKAHEADROADWORKAHEAD ROADWORKAHEAD ROADWORKAHEAD ENDROAD WORK ENDROAD WORK ENDROAD WORK ENDROAD WORK ENDROAD WORK ENDROAD WORKENDROAD WORKENDROAD WORK ENDROAD WORKENDROAD WORK ENDROAD WORK ENDROAD WORK SIDEWALKCLOSED SIDEWALK CLOSEDUSE OTHER SIDE SIDEWALK CLOSEDUSE OTHER SIDE HENDERSON ST 2 NORTHBOUND RIGHT LANES CLOSED - 22' CENTER TURN LANE CLOSED - 11' 1 NORTHBOUND LEFT LANE OPEN - 11'1 SOUTHBOUND LEFT LANE CLOSED - 11'1 SOUTHBOUND RIGHT LANE OPEN - 11'ROAD WIDTH - 55' 90'BUFFER LegendWORK AREA42" NAVIGATORS2WAY VPTYPE IIITYPE II "SIDEWALK CLOSED"TYPE II "SIDEWALK CLOSED USE OTHER SIDE"LOW PROFILE CONCRETE BARRIER W/ END TERMINALS SPEED TAPER BUFFER SIGNSPACING DEVICESPACING3035404550 180245320540600 240 400 5045320195155 240 403516012090 120 30 Date:8/26/2024 Project:HENDERSON ST @ W 13TH ST Contractor:FREESE & NICHOLSCity:FORT WORTHComments: DEVICES SPACED ON 30 FT CENTERSPHASE 1 OF 2-CONTRACTOR TO INSTALL ALL TRAFFIC CONTROL DEVICES IN COMPLIANCE WITH THE TMUTCD-CONTRACTOR TO MAINTAIN DRIVEWAY ACCESS AND ADA ACCESS ROUTES THROUGH WORK ZONEAND TO PRIVATE PROPERTY AT ALL TIMES-IF NECESSARY, CONTRACTOR TO INSTALL TEMPORARY MAILBOXES IN FRONT OF EACH PROPERTY (NO SEPARATE PAY)-CONTRACTOR TO REMOVE (OR COVER) ALL EXISTING SIGNAGE AND PAVEMENT MARKINGS IN CONFLICTWITH TEMPORARY TRAFFIC CONTROL PLAN-CONTRACTOR TO MAINTAIN ALL TEMPORARY SIGNAGE A MINIMUM 7' ABOVE ADJACENT TRAVEL LANE-CONTRACTOR TO COORDINATE WITH CITY REGARDING EMERGENCY AND TRASH SERVICES DURING CONSTRUCTION This plan is for illustrativepurposes only and is notintended to relieve thecontractor from therequirements of thecontract documents ortheir responsibility to trafficDEVICESDEVICES 09-06-2024 180'TAPER90'SHIFTINGTAPER 120'120'120'120' 120'120'120'120'187'EXTENDEDBUFFER ROADWORKAHEAD ROADWORKAHEADROADWORKAHEAD ROADWORKAHEADROADWORKAHEAD ROADWORKAHEAD ROADWORKAHEAD ROADWORKAHEAD ENDROAD WORK ENDROAD WORK ENDROAD WORK ENDROAD WORK ENDROAD WORK ENDROAD WORKENDROAD WORKENDROAD WORKENDROAD WORK ROADWORKAHEAD 120'120'120' ROADWORKAHEAD 2RIGHT LANESCLOSED2RIGHT LANESCLOSED SIDEWALK CLOSEDUSE OTHER SIDE SIDEWALKCLOSED SIDEWALK C L O S E DUSE OTHER SIDE120'120'120' ENDROAD WORK HENDERSON ST 2 SOUTHBOUND RIGHT LANES CLOSED - 22' 1 SOUTHBOUND LEFT LANE OPEN - 22' 1 NORTHBOUND LEFT LANE CLOSED - 11' 1 NORTHBOUND RIGHT LANE OPEN - 11'ROAD WIDTH - 55' CENTERTURN LANECLOSEDCENTERTURN LANECLOSED LegendWORK AREA42" NAVIGATORS2WAY VPTYPE IIITYPE II "SIDEWALK CLOSED"TYPE II "SIDEWALK CLOSED USE OTHER SIDE"LOW PROFILE CONCRETE BARRIER W/ END TERMINALS SPEED TAPER BUFFER SIGNSPACING DEVICESPACING3035404550 180245320540600 240 400 5045320195155 240 403516012090 120 30 Date:8/26/2024 Project:HENDERSON ST @ W 13TH ST Contractor:FREESE & NICHOLSCity:FORT WORTHComments: DEVICES SPACED ON 30 FT CENTERSPHASE 2 OF 2-CONTRACTOR TO INSTALL ALL TRAFFIC CONTROL DEVICES IN COMPLIANCE WITH THE TMUTCD-CONTRACTOR TO MAINTAIN DRIVEWAY ACCESS AND ADA ACCESS ROUTES THROUGH WORK ZONEAND TO PRIVATE PROPERTY AT ALL TIMES-IF NECESSARY, CONTRACTOR TO INSTALL TEMPORARY MAILBOXES IN FRONT OF EACH PROPERTY (NO SEPARATE PAY)-CONTRACTOR TO REMOVE (OR COVER) ALL EXISTING SIGNAGE AND PAVEMENT MARKINGS IN CONFLICTWITH TEMPORARY TRAFFIC CONTROL PLAN-CONTRACTOR TO MAINTAIN ALL TEMPORARY SIGNAGE A MINIMUM 7' ABOVE ADJACENT TRAVEL LANE-CONTRACTOR TO COORDINATE WITH CITY REGARDING EMERGENCY AND TRASH SERVICES DURING CONSTRUCTION DEVICES This plan is for illustrativepurposes only and is notintended to relieve thecontractor from therequirements of thecontract documents ortheir responsibility to traffic DEVICES 09-06-2024 300'EXTBUFFER 120' 120' 180'TAPER120'ROADWORKAHEAD 2RIGHT LANESCLOSED 2RIGHT LANESCLOSED 90'BUFFER 180'TAPER 120' 120' ROADWORKAHEAD ENDROAD WORK 120'ROADWORKAHEADENDROAD WORK 120' ROADWORKAHEAD ENDROAD WORK 120' 120'ROADWORKAHEAD ENDROAD WORK 120' ROADWORKAHEAD ENDROAD WORK 120'ROADWORKAHEADENDROAD WORK 120'ENDROAD WORK 120'ROADWORKAHEAD 120'ROADWORKAHEAD 120' 120' ROADWORKAHEAD LEFTLANECLOSED LEFTLANECLOSED ENDROAD WORK SIDEWALK CLOSEDUSE OTHER SIDE SITEBARRICADES.COM817 -885-7483 SITEB ARRICADESRENTAL SIDEWALKCLOSED SITEBARRICADES.COM817 -885-7483 SITEBARRICADESRENTAL SIDEWALK CLOSEDUSE OTHER SIDE SITEBARRICADES.COM817 -885-7483 SITEB ARRICADESRENTAL ROADWORKAHEAD ENDROAD WORK SIDEWALK CLOSEDUSE OTHER SIDE SIDEWALK CLOSEDUSE OTHER SIDE SIDEWALKCLOSED SIDEWALKCLOSED ENDROAD WORK 180'TAPER 225'EXTBUFFER120'120' ENDROAD WORK 120' ROADWORKAHEAD 120' ENDROAD WORK 195'EXTBUFFER SIDEWALK CLOSEDUSE OTHER SIDE SIDEWALK CLOSEDUSE OTHER SIDESIDEWALKCLOSED 120' 120'ROADWORKAHEAD ENDROAD WORK ENDROAD WORK LEGENDWORK AREA42" NAVIGATORS2WAY VPTYPE IIITYPE II "SIDEWALK CLOSED"TYPE II "SIDEWALK CLOSED USE OTHER SIDE"LOW PROFILE CONCRETE BARRIER W/ END TERMINALS SPEED TAPER BUFFER SIGNSPACING DEVICESPACING3035404550 180245320540600 240 400 5045320195155 240 40351601209012030 DEVICES Date:8/26/2024 Project:N HENDERSON ST (W 2ND ST - W 5TH ST)Contractor:FREESE & NICHOLSCity:FORT WORTHComments: DEVICES SPACED ON 30 FT CENTERSPHASE 1 OF 2-CONTRACTOR TO INSTALL ALL TRAFFIC CONTROL DEVICES IN COMPLIANCE WITH THE TMUTCD-CONTRACTOR TO MAINTAIN DRIVEWAY ACCESS AND ADA ACCESS ROUTES THROUGH WORK ZONEAND TO PRIVATE PROPERTY AT ALL TIMES -IF NECESSARY, CONTRACTOR TO INSTALL TEMPORARY MAILBOXES IN FRONT OF EACH PROPERTY (NO SEPARATE PAY)-CONTRACTOR TO REMOVE (OR COVER) ALL EXISTING SIGNAGE AND PAVEMENT MARKINGS IN CONFLICTWITH TEMPORARY TRAFFIC CONTROL PLAN-CONTRACTOR TO MAINTAIN ALL TEMPORARY SIGNAGE A MINIMUM 7' ABOVE ADJACENT TRAVEL LANE-CONTRACTOR TO COORDINATE WITH CITY REGARDING EMERGENCY AND TRASH SERVICES DURING CONSTRUCTION This plan is for illustrativepurposes only and is notintended to relieve thecontractor from therequirements of thecontract documents ortheir responsibility to traffic HENDERSON ST2 NORTHBOUND & TURN LANE CLOSURE1 TURN LANE CLOSED - 11'2 NORTHBOUND LANES CLOSED - 22'1 NORTHBOUND LANE OPEN - 11'1 SOUTHBOUND LANE OPEN - 11'ROAD WIDTH - 55' DEVICES 09-07-2024 120' 120' 180'TAPER 300'EXTBUFFER120'120'120'ROADWORKAHEAD 180'TAPER 120'ROADWORKAHEADENDROAD WORK 120' ROADWORKAHEAD ENDROAD WORK 120' 120'ROADWORKAHEAD ENDROAD WORK ENDROAD WORK 120' ROADWORKAHEAD ENDROAD WORK 120'ROADWORKAHEADENDROAD WORK 120'ENDROAD WORK 120'ROADWORKAHEAD 120'ROADWORKAHEAD 120' 120' ROADWORKAHEAD ENDROAD WORK ROADWORKAHEAD ENDROAD WORK 90'BUFFER 120'ROADWORKAHEAD ENDROAD WORK SIDEWALKCLOSED LEFTLANECLOSED LEFTLANECLOSED 120' 2RIGHT LANESCLOSED 235'EXTBUFFER 180'TAPER SIDEWALK CLOSEDUSE OTHER SIDE 120' 2RIGHT LANESCLOSED 120' ROADWORKAHEAD ENDROAD WORK 90'SHIFTINGTAPER SIDEWALKCLOSED ENDROAD WORKSIDEWALK CLOSEDUSE OTHER SIDE LEGENDWORK AREA42" NAVIGATORS2WAY VPTYPE IIITYPE II "SIDEWALK CLOSED"TYPE II "SIDEWALK CLOSED USE OTHER SIDE"LOW PROFILE CONCRETE BARRIER W/ END TERMINALS SPEED TAPER BUFFER SIGNSPACING DEVICESPACING3035404550 180245320540600 240 400 5045320195155 240 40351601209012030 DEVICES Date:8/26/2024 Project:N HENDERSON ST (W 2ND ST - W 5TH ST)Contractor:FREESE & NICHOLSCity:FORT WORTHComments: DEVICES SPACED ON 30 FT CENTERSPHASE 2 OF 2-CONTRACTOR TO INSTALL ALL TRAFFIC CONTROL DEVICES IN COMPLIANCE WITH THE TMUTCD-CONTRACTOR TO MAINTAIN DRIVEWAY ACCESS AND ADA ACCESS ROUTES THROUGH WORK ZONEAND TO PRIVATE PROPERTY AT ALL TIMES-IF NECESSARY, CONTRACTOR TO INSTALL TEMPORARY MAILBOXES IN FRONT OF EACH PROPERTY (NO SEPARATE PAY)-CONTRACTOR TO REMOVE (OR COVER) ALL EXISTING SIGNAGE AND PAVEMENT MARKINGS IN CONFLICTWITH TEMPORARY TRAFFIC CONTROL PLAN-CONTRACTOR TO MAINTAIN ALL TEMPORARY SIGNAGE A MINIMUM 7' ABOVE ADJACENT TRAVEL LANE-CONTRACTOR TO COORDINATE WITH CITY REGARDING EMERGENCY AND TRASH SERVICES DURING CONSTRUCTION HENDERSON ST2 SOUTHBOUND & TURN LANE CLOSURE1 TURN LANE CLOSED - 11'2 SOUTHBOUND LANES CLOSED - 22'1 SOUTHBOUND LANE OPEN - 11'1 NORTHBOUND LANE OPEN - 11'ROAD WIDTH - 55' DEVICES This plan is for illustrativepurposes only and is notintended to relieve thecontractor from therequirements of thecontract documents ortheir responsibility to traffic 09-07-2024 180'TAPER 120'120'120' ENDROAD WORK 120' 120'120'120' 120'120' 120' ROADWORKAHEAD ROADWORKAHEAD ROADWORKAHEAD ROADWORKAHEADROADWORKAHEAD ROADWORKAHEAD ENDROAD WORK ENDROAD WORK ENDROAD WORK ENDROAD WORKENDROAD WORK LEFTLANECLOSED LEFTLANECLOSED 120'120'120'ROADWORKAHEAD ENDROAD WORK ROADCLOSEDAHEAD DETOURAHEAD 120' 120'ENDROAD WORK ROADWORKAHEAD DETOURAHEAD 120' DETOURAHEAD 120' ENDROAD WORK ROADWORKAHEAD 120'ENDROAD WORK ROADCLOSEDAHEAD DETOURAHEAD 120' ENDROAD WORK DETOURDETOUR ROAD CLOSEDTOTHRU TRAFFICDETOURDETOUR PENN STSOUTHBOUND LANE CLOSURENORTHBOUND LANE OPEN - 16'SOUTHBOUND LANE CLOSED - 16'ROAD WIDTH - 38' W 10TH STWESTBOUND LEFT LANE CLOSUREEASTBOUND LANE CLOSED - 17'WESTBOUND LANE CLOSED - 17'ROAD WIDTH - 34' LEGENDWORK AREA42" NAVIGATORSTYPE IIITYPE II "SIDEWALK CLOSED"TYPE II "SIDEWALK CLOSED USE OTHER SIDE"SOUTHBOUND DETOUR ROUTEEASTBOUND DETOUR ROUTEWESTBOUND DETOUR ROUTELOW PROFILE CONCRETE BARRIER W/ END TERMINALS SPEED TAPER BUFFER SIGNSPACING DEVICESPACING3035404550 180245320540600 240 400 5045320195155 240 40351601209012030 Date:8/27/2024 Project:INTERSECTION OF PENN ST & W 10TH ST Contractor:FREESE & NICHOLSCity:FORT WORTHComments: DEVICES SPACED ON 30 FT CENTERSPHASE 1 OF 2-CONTRACTOR TO INSTALL ALL TRAFFIC CONTROL DEVICES IN COMPLIANCE WITH THE TMUTCD-CONTRACTOR TO MAINTAIN DRIVEWAY ACCESS AND ADA ACCESS ROUTES THROUGH WORK ZONEAND TO PRIVATE PROPERTY AT ALL TIMES-IF NECESSARY, CONTRACTOR TO INSTALL TEMPORARY MAILBOXES IN FRONT OF EACH PROPERTY (NO SEPARATE PAY)-CONTRACTOR TO REMOVE (OR COVER) ALL EXISTING SIGNAGE AND PAVEMENT MARKINGS IN CONFLICTWITH TEMPORARY TRAFFIC CONTROL PLAN-CONTRACTOR TO MAINTAIN ALL TEMPORARY SIGNAGE A MINIMUM 7' ABOVE ADJACENT TRAVEL LANE-CONTRACTOR TO COORDINATE WITH CITY REGARDING EMERGENCY AND TRASH SERVICES DURING CONSTRUCTION DEVICES DETOURDETOUR274'EXTENDEDBUFFERDETOURAHEAD 120'ROADWORKAHEADENDROAD WORK This plan is for illustrativepurposes only and is notintended to relieve thecontractor from therequirements of thecontract documents ortheir responsibility to trafficDETOUR120' ROADWORKAHEAD 120'ROADWORKAHEAD ENDROAD WORK ENDROAD WORK SIDEWALKCLOSED SIDEWALKCLOSED 120'DETOURAHEAD 120' ROADWORKAHEADDETOURAHEAD DETOURSIDEWALK CLOSEDUSE OTHER SIDE ROAD CLOSEDTOTHRU TRAFFICROADCLOSEDSIDEWALK CLOSEDUSE OTHER SIDE ROADCLOSEDSIDEWALK CLOSEDUSE OTHER SIDE 09-05-2024 180'TAPER 120'120'120' 120' 120'120' 120'120' ROADWORKAHEAD ROADWORKAHEAD ROADWORKAHEAD ROADWORKAHEAD ROADWORKAHEADROADWORKAHEADENDROAD WORK ENDROAD WORK ENDROAD WORKENDROAD WORK ENDROAD WORK 120' 120' RIGHTLANECLOSEDBIKE LANECLOSED120' 120'ROADWORKAHEAD ENDROAD WORK ROADCLOSEDAHEAD DETOUR MAY USEFULL LANE 120' DETOURAHEAD 120'ROADWORKAHEAD ROADCLOSEDAHEAD ROADWORKAHEAD ENDROAD WORK 120' DETOURAHEAD 120'120'120' ENDROAD WORK ROADWORKAHEAD DETOURAHEAD SIDEWALK CLOSEDUSE OTHER SIDE W 10TH STWESTBOUND LEFT LANE CLOSURENORTHBOUND LANE CLOSED - 17'SOUTHBOUND LANE CLOSED - 17'ROAD WIDTH - 34' SIDEWALK CLOSEDUSE OTHER SIDE DETOURLEGEND42" NAVIGATORSWORK AREATYPE IIITYPE II "SIDEWALK CLOSED"TYPE II "SIDEWALK CLOSED USE OTHER SIDE"WESTBOUND DETOUR ROUTENORTHBOUND DETOUR ROUTELOW PROFILE CONCRETE BARRIER W/ END TERMINALS SPEED TAPER BUFFER SIGNSPACING DEVICESPACING3035404550 180245320540600 240 400 5045320195155 240 40351601209012030 DEVICES Date:8/27/2024 Project:INTERSECTION OF PENN ST & W 10TH ST Contractor:FREESE & NICHOLSCity:FORT WORTHComments: DEVICES SPACED ON 30 FT CENTERSPHASE 2 OF 2-CONTRACTOR TO INSTALL ALL TRAFFIC CONTROL DEVICES IN COMPLIANCE WITH THE TMUTCD-CONTRACTOR TO MAINTAIN DRIVEWAY ACCESS AND ADA ACCESS ROUTES THROUGH WORK ZONEAND TO PRIVATE PROPERTY AT ALL TIMES-IF NECESSARY, CONTRACTOR TO INSTALL TEMPORARY MAILBOXES IN FRONT OF EACH PROPERTY (NO SEPARATE PAY)-CONTRACTOR TO REMOVE (OR COVER) ALL EXISTING SIGNAGE AND PAVEMENT MARKINGS IN CONFLICTWITH TEMPORARY TRAFFIC CONTROL PLAN-CONTRACTOR TO MAINTAIN ALL TEMPORARY SIGNAGE A MINIMUM 7' ABOVE ADJACENT TRAVEL LANE-CONTRACTOR TO COORDINATE WITH CITY REGARDING EMERGENCY AND TRASH SERVICES DURING CONSTRUCTION This plan is for illustrativepurposes only and is notintended to relieve thecontractor from therequirements of thecontract documents ortheir responsibility to traffic 60'SHIFTINGTAPER ROAD CLOSEDTOTHRU TRAFFIC SIDEWALKCLOSED DETOUR ROADCLOSEDROADCLOSED SIDEWALKCLOSEDSIDEWALK CLOSEDUSE OTHER SIDE PENN STNORTHBOUND & SOUTHBOUND LANE CLOSURENORTHBOUND LANE CLOSED - 16'SOUTHBOUND LANE CLOSED - 16'ROAD WIDTH - 38' 120' DETOURAHEAD 120'DETOURAHEAD ROAD CLOSEDTOTHRU TRAFFICDETOUR120'ROADWORKAHEAD ENDROAD WORK SIDEWALK CLOSEDUSE OTHER SIDE 279'EXTENDEDBUFFERDETOURAHEAD ENDROAD WORK ENDROAD WORK 120'ROADWORKAHEADENDROAD WORK 09-05-2024 90'SHIFTINGTAPER180'TAPER90'BUFFER 120'ENDROAD WORK ROADWORKAHEAD ROADWORKAHEAD ENDROAD WORK 90'BUFFER 120'120'120'ROADWORKAHEAD 2RIGHT LANESCLOSED120' 2RIGHT LANESCLOSED ENDROAD WORK ROADWORKAHEAD 120'ENDROAD WORK ROADWORKAHEAD ENDROAD WORK 120'180'TAPER ROADWORKAHEADENDROAD WORK SUMMIT AVENORTHBOUND ROAD CLOSURE3 NORTHBOUND LANES CLOSED - 33'NORTHBOUND LANE OPEN - 11'SOUTHBOUND LANE OPEN - 11'ROAD WIDTH - 55' 90'BUFFER 180'TAPER 90'BUFFER 180'TAPER 120' 120' 120'ROADWORKAHEAD2RIGHT LANESCLOSED2RIGHT LANESCLOSED ENDROAD WORK 90'BUFFER180'TAPER120' 120' 120' 120'120' ROADWORKAHEAD LEFTLANECLOSEDLEFTLANECLOSED ROADWORKAHEAD ENDROAD WORKENDROAD WORK 180'TAPER 120'120'120' LEFTLANECLOSEDLEFTLANECLOSED ROADWORKAHEAD ENDROAD WORK 120'ENDROAD WORK ROADWORKAHEAD 90'BUFFER SIDEWALK CLOSEDUSE OTHER SIDE SIDEWALK CLOSEDUSE OTHER SIDE SIDEWALK CLOSEDUSE OTHER SIDE SIDEWALKCLOSED SPEED TAPER BUFFER SIGNSPACING DEVICESPACING3035404550 180245320540600 240 400 5045320195155 240 403516012090 120 30 DEVICES LEGENDWORK AREA42" NAVIGATORSLOW PROFILE CONCRETE BARRIER W/ END TERMINALS2WAY VPTYPE IIITYPE II "SIDEWALK CLOSED"TYPE II "SIDEWALK CLOSED USE OTHER SIDE" Date:8/27/2024 Project:SUMMIT AVE (W 5TH ST - W LANCASTER AVE)Contractor:FREESE & NICHOLSCity:FORT WORTHComments: DEVICES SPACED ON 30 FT CENTERSPHASE 1 OF 9-CONTRACTOR TO INSTALL ALL TRAFFIC CONTROL DEVICES IN COMPLIANCE WITH THE TMUTCD-CONTRACTOR TO MAINTAIN DRIVEWAY ACCESS AND ADA ACCESS ROUTES THROUGH WORK ZONEAND TO PRIVATE PROPERTY AT ALL TIMES-IF NECESSARY, CONTRACTOR TO INSTALL TEMPORARY MAILBOXES IN FRONT OF EACH PROPERTY (NO SEPARATE PAY)-CONTRACTOR TO REMOVE (OR COVER) ALL EXISTING SIGNAGE AND PAVEMENT MARKINGS IN CONFLICTWITH TEMPORARY TRAFFIC CONTROL PLAN-CONTRACTOR TO MAINTAIN ALL TEMPORARY SIGNAGE A MINIMUM 7' ABOVE ADJACENT TRAVEL LANE-CONTRACTOR TO COORDINATE WITH CITY REGARDING EMERGENCY AND TRASH SERVICES DURING CONSTRUCTION DEVICES This plan is for illustrativepurposes only and is notintended to relieve thecontractor from therequirements of thecontract documents ortheir responsibility to traffic 09-06-2024 ONLYONLYONLYONLYONLYONLYONLYONLYONLY ONLY ONLYONLYW 7TH STEASTBOUND RIGHT LANE CLOSURE2 LANES CLOSED - 24'1 LANE OPEN- 12'ROAD WIDTH - 60' W 7TH STWESTBOUND LEFT LANE CLOSURE2 LANES CLOSED - 24'1 LANE OPEN- 12'ROAD WIDTH - 60' 180'TAPER 302.1 ft 90.0 ft 180.0 ft 122'SHIFTINGTAPER 129'EXTBUFFER 245'TAPER 120'BUFFER 245'TAPER 90'BUFFER ROADWORKAHEAD 180'TAPER 90'BUFFER 180'TAPER 90'BUFFER90'SHIFTINGTAPER ROADWORKAHEAD 120' 1065'EXT SIGNSPACING 120' 120' 120' 12.0 ft 12.0 ft 10.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 10.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 10.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 10.0 ft 12.0 ft 12.0 ft 90'BUFFER180'TAPER90'BUFFER180'TAPER 302'EXT BUFFER 180'TAPER90'SHIFTINGTAPER 120'120'120' 120'120'2RIGHT LANESCLOSED 2RIGHT LANESCLOSED ROADWORKAHEAD 120'ROADWORKAHEAD ENDROAD WORK ROADWORKAHEAD ENDROAD WORK 120'ROADWORKAHEAD ROADWORKAHEAD ROADWORKAHEADLEFTLANECLOSEDLEFTLANECLOSED ENDROAD WORK 90'BUFFER PRIVATE ROAD 120'ENDROAD WORK ENDROAD WORK 120' 120' 120'ROADWORKAHEAD LEFTLANECLOSED LEFTLANECLOSED ENDROAD WORKROADWORKAHEAD ENDROAD WORK 120' ROADWORKAHEAD 120' ENDROAD WORK SPEED LIMITCHANGE:35 MPHSPEED LIMITCHANGE:30 MPH 245'TAPER 120'BUFFER 245'TAPER 129'EXTBUFFER122'SHIFTINGTAPER ROADWORKAHEAD120' ROADWORKAHEAD 120' ENDROAD WORK 120'ENDROAD WORK ENDROAD WORK 120'ROADWORKAHEADENDROAD WORK 120' ENDROAD WORK ENDROAD WORK ROADWORKAHEAD 120' ENDROAD WORK ROADWORKAHEAD ENDROAD WORK ROADWORKAHEAD 120' ENDROAD WORK 120' ENDROAD WORK120' ENDROAD WORK 120' ROADWORKAHEAD ENDROAD WORK 120' ROADWORKAHEAD ENDROAD WORK120'ROADWORKAHEAD ENDROAD WORK 120' 120' 120'ROADWORKAHEADENDROAD WORK 2RIGHT LANESCLOSED 2RIGHT LANESCLOSED 120' 120' 120' 180'TAPER ROADWORKAHEAD ENDROAD WORK LEFTLANECLOSED LEFTLANECLOSED SIDEWALKCLOSED SIDEWALK CLOSEDUSE OTHER SIDE SIDEWALKCLOSED SIDEWALKCLOSED SIDEWALK CLOSEDUSE OTHER SIDE SIDEWALK CLOSEDUSE OTHER SIDE SIDEWALKCLOSED SIDEWALK CLOSEDUSE OTHER SIDE SIDEWALK CLOSEDUSE OTHER SIDE ROADWORKAHEAD SIDEWALK CLOSEDUSE OTHER SIDE SIDEWALK CLOSEDUSE OTHER SIDESIDEWALK CLOSEDUSE OTHER SIDE W LANCASTER AVE2 WESTBOUND RIGHT LANES CLOSED - 24'1 WESTBOUND RIGHT LANE OPEN - 10' 1 EASTBOUND LANE CLOSED - 101 EASTBOUND LANE OPEN- 10'ROAD WIDTH - 54' W LANCASTER AVEEASTBOUND LEFT LANE CLOSURE 1 LANE CLOSED - 11'1 LANE OPEN- 11'ROAD WIDTH - 44'SUMMIT AVE 2 NORTHBOUND LANES CLOSED - 22'1 NORTH/SOUTH BOUND LANE CLOSED - 12'1 NORTHBOUND LANE OPEN - 10'1 SOUTHBOUND LANE OPEN - 10'ROAD WIDTH - 54'120' 120' 1065' EXT SIGNSPACING 2RIGHT LANESCLOSED 160' ENDROAD WORKROADWORKAHEAD ROADWORKAHEAD 160' ENDROAD WORK2RIGHT LANESCLOSED SPEED TAPER BUFFER SIGNSPACING DEVICESPACING3035404550 180245320540600 240 400 5045320195155 240 403516012090 120 30 DEVICES LEGENDWORK AREA42" NAVIGATORSLOW PROFILE CONCRETE BARRIER W/ END TERMINALSTYPE IIITYPE II "SIDEWALK CLOSED"TYPE II "SIDEWALK CLOSED USE OTHER SIDE"TWO WAY VERTICAL PANEL Date:8/27/2024 Project:SUMMIT AVE (W 5TH ST - W LANCASTER AVE)Contractor:FREESE & NICHOLSCity:FORT WORTHComments: DEVICES SPACED ON 30 FT CENTERSPHASE 2 OF 9-CONTRACTOR TO INSTALL ALL TRAFFIC CONTROL DEVICES IN COMPLIANCE WITH THE TMUTCD-CONTRACTOR TO MAINTAIN DRIVEWAY ACCESS AND ADA ACCESS ROUTES THROUGH WORK ZONE AND TO PRIVATE PROPERTY AT ALL TIMES -IF NECESSARY, CONTRACTOR TO INSTALL TEMPORARY MAILBOXES IN FRONT OF EACH PROPERTY (NO SEPARATE PAY) -CONTRACTOR TO REMOVE (OR COVER) ALL EXISTING SIGNAGE AND PAVEMENT MARKINGS IN CONFLICTWITH TEMPORARY TRAFFIC CONTROL PLAN-CONTRACTOR TO MAINTAIN ALL TEMPORARY SIGNAGE A MINIMUM 7' ABOVE ADJACENT TRAVEL LANE-CONTRACTOR TO COORDINATE WITH CITY REGARDING EMERGENCY AND TRASH SERVICES DURING CONSTRUCTION DEVICES This plan is for illustrativepurposes only and is notintended to relieve thecontractor from therequirements of thecontract documents ortheir responsibility to traffic 90'SHIFTINGTAPER 161'EXTBUFFER 180'TAPER 90'BUFFER 180'TAPER TANGENT30 MPHSUMMIT AVE NORTHBOUND - 1607' WORK ZONE 12.0 ft 12.0 ft 10.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 10.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 09-06-2024 90'BUFFER180'TAPER120'120'120' ENDROAD WORK ROADWORKAHEAD LEFTLANECLOSED120' LEFTLANECLOSED ENDROAD WORK ROADWORKAHEAD 120' ENDROAD WORK ROADWORKAHEADENDROAD WORK 120'ROADWORKAHEAD 90'BUFFER 120' 120'ENDROAD WORK ROADWORKAHEAD LEFTLANECLOSED 120'180'TAPER ROADWORKAHEAD ENDROAD WORK 120'120' ROADWORKAHEAD ENDROAD WORK SIDEWALK CLOSEDUSE OTHER SIDE LEFTLANECLOSED 90'BUFFER 180'TAPERSIDEWALK CLOSEDUSE OTHER SIDE 90'BUFFER 180'TAPER 120' 120' 120' ROADWORKAHEAD ENDROAD WORK 2RIGHT LANESCLOSED 2RIGHT LANESCLOSED 90'BUFFER 180'TAPER 120'120'120'ROADWORKAHEADLEFTLANECLOSEDLEFTLANECLOSED ENDROAD WORK SPEED TAPER BUFFER SIGNSPACING DEVICESPACING3035404550 180245320540600 240 400 5045320195155 240 403516012090 120 30 DEVICES LEGEND42" NAVIGATORSLOW PROFILE CONCRETE BARRIER W/ END TERMINALSWORK AREATYPE IIITYPE II "SIDEWALK CLOSED USE OTHER SIDE" Date:8/27/2024 Project:SUMMIT AVE (W 5TH ST - W LANCASTER AVE)Contractor:FREESE & NICHOLSCity:FORT WORTHComments: DEVICES SPACED ON 30 FT CENTERSPHASE 3 OF 9-CONTRACTOR TO INSTALL ALL TRAFFIC CONTROL DEVICES IN COMPLIANCE WITH THE TMUTCD-CONTRACTOR TO MAINTAIN DRIVEWAY ACCESS AND ADA ACCESS ROUTES THROUGH WORK ZONEAND TO PRIVATE PROPERTY AT ALL TIMES-IF NECESSARY, CONTRACTOR TO INSTALL TEMPORARY MAILBOXES IN FRONT OF EACH PROPERTY (NO SEPARATE PAY)-CONTRACTOR TO REMOVE (OR COVER) ALL EXISTING SIGNAGE AND PAVEMENT MARKINGS IN CONFLICTWITH TEMPORARY TRAFFIC CONTROL PLAN-CONTRACTOR TO MAINTAIN ALL TEMPORARY SIGNAGE A MINIMUM 7' ABOVE ADJACENT TRAVEL LANE-CONTRACTOR TO COORDINATE WITH CITY REGARDING EMERGENCY AND TRASH SERVICES DURING CONSTRUCTION DEVICES This plan is for illustrativepurposes only and is notintended to relieve thecontractor from therequirements of thecontract documents ortheir responsibility to traffic SUMMIT AVENORTHBOUND LEFT LANE & TURN LANE CLOSURE1 NORTHBOUND TURN LANE CLOSED - 11'1 NORTHBOUND LANE CLOSED - 11'1 NORTHBOUND LANE OPEN - 11'ROAD WIDTH - 33' W LANCASTER AVE2 EASTBOUND RIGHT LANES CLOSED2 EASTBOUND LANES CLOSED - 22'1 EASTBOUND LANE OPEN - 11'1 WESTBOUND LANE OPEN - 11'ROAD WIDTH - 44' SUMMIT AVESOUTH LEFT LANE & TURN LANE CLOSURE1 SOUTHBOUND TURN LANE CLOSED - 11'1 SOUTHBOUND LANE CLOSED - 11'1 SOUTHBOUND LANE OPEN - 11'ROAD WIDTH - 33' 09-06-2024 ONLYONLYONLYONLYONLYONLYONLYONLYONLY ONLY ONLYONLYW 7TH STEASTBOUND RIGHT LANE CLOSURE2 LANES CLOSED - 24'1 LANE OPEN- 12'ROAD WIDTH - 60' W 7TH STWESTBOUND LEFT LANE CLOSURE2 LANES CLOSED - 24'1 LANE OPEN- 12'ROAD WIDTH - 60' 180'TAPER 302.1 ft 90.0 ft 180.0 ft 122'SHIFTINGTAPER 129'EXTBUFFER 245'TAPER 120'BUFFER 245'TAPER 90'BUFFER ROADWORKAHEAD 180'TAPER 90'BUFFER 180'TAPER 90'BUFFER90'SHIFTINGTAPER ROADWORKAHEAD 120' 1065'EXT SIGNSPACING 120' 120' 120' 12.0 ft 12.0 ft 10.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 10.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 10.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 10.0 ft 12.0 ft 12.0 ft 180'TAPER90'BUFFER180'TAPER 302'EXT BUFFER 180'TAPER 120'120'120' ROADWORKAHEADENDROAD WORK ROADWORKAHEAD ENDROAD WORK 120'ROADWORKAHEAD ROADWORKAHEAD ROADWORKAHEADLEFTLANECLOSEDLEFTLANECLOSED ENDROAD WORK 90'BUFFER PRIVATE ROAD 120'ENDROAD WORK ENDROAD WORK 120' 120' 120'ROADWORKAHEAD LEFTLANECLOSED LEFTLANECLOSED ENDROAD WORKROADWORKAHEAD ENDROAD WORK 120' ROADWORKAHEAD 120' ENDROAD WORK SPEED LIMITCHANGE:35 MPHSPEED LIMITCHANGE:30 MPH 245'TAPER 120'BUFFER 245'TAPER 129'EXTBUFFER122'SHIFTINGTAPER ROADWORKAHEAD120' ROADWORKAHEAD 120' ENDROAD WORK 120'ENDROAD WORK ENDROAD WORK 120'ROADWORKAHEADENDROAD WORK 120' ENDROAD WORK ENDROAD WORK ROADWORKAHEAD 120' ENDROAD WORK ROADWORKAHEAD ENDROAD WORK ROADWORKAHEAD 120' ENDROAD WORK 120' ENDROAD WORK120' ENDROAD WORK 120' ROADWORKAHEAD ENDROAD WORK 120' ROADWORKAHEAD ENDROAD WORK120'ROADWORKAHEAD ENDROAD WORK 120' 120' 120'ROADWORKAHEADENDROAD WORK 2RIGHT LANESCLOSED 2RIGHT LANESCLOSED 120' 120' 120' 180'TAPER ROADWORKAHEAD ENDROAD WORK LEFTLANECLOSED LEFTLANECLOSED SIDEWALKCLOSED SIDEWALK CLOSEDUSE OTHER SIDE SIDEWALKCLOSED SIDEWALKCLOSED SIDEWALK CLOSEDUSE OTHER SIDE SIDEWALK CLOSEDUSE OTHER SIDE SIDEWALKCLOSED SIDEWALK CLOSEDUSE OTHER SIDE SIDEWALK CLOSEDUSE OTHER SIDE ROADWORKAHEAD SIDEWALK CLOSEDUSE OTHER SIDE SIDEWALK CLOSEDUSE OTHER SIDESIDEWALK CLOSEDUSE OTHER SIDE W LANCASTER AVE2 WESTBOUND RIGHT LANES CLOSED - 24'1 WESTBOUND RIGHT LANE OPEN - 10' 1 EASTBOUND LANE CLOSED - 101 EASTBOUND LANE OPEN- 10'ROAD WIDTH - 54' W LANCASTER AVEEASTBOUND LEFT LANE CLOSURE 1 LANE CLOSED - 11'1 LANE OPEN- 11'ROAD WIDTH - 44'SUMMIT AVE 2 NORTHBOUND LANES CLOSED - 22'1 NORTH/SOUTH BOUND LANE CLOSED - 12'1 NORTHBOUND LANE OPEN - 10'1 SOUTHBOUND LANE OPEN - 10'ROAD WIDTH - 54'120' 120' 1065' EXT SIGNSPACING 2RIGHT LANESCLOSED 160' ENDROAD WORKROADWORKAHEAD ROADWORKAHEAD 160' ENDROAD WORK2RIGHT LANESCLOSED SPEED TAPER BUFFER SIGNSPACING DEVICESPACING3035404550 180245320540600 240 400 5045320195155 240 403516012090 120 30 DEVICES LEGENDWORK AREALOW PROFILE CONCRETE BARRIER42" NAVIGATORSTYPE IIITYPE II "SIDEWALK CLOSED"TYPE II "SIDEWALK CLOSED USE OTHER SIDE"TWO WAY VERTICAL PANEL Date:8/27/2024 Project:SUMMIT AVE (W 5TH ST - W LANCASTER AVE)Contractor:FREESE & NICHOLSCity:FORT WORTHComments: DEVICES SPACED ON 30 FT CENTERSPHASE 3 OF 9-CONTRACTOR TO INSTALL ALL TRAFFIC CONTROL DEVICES IN COMPLIANCE WITH THE TMUTCD-CONTRACTOR TO MAINTAIN DRIVEWAY ACCESS AND ADA ACCESS ROUTES THROUGH WORK ZONE AND TO PRIVATE PROPERTY AT ALL TIMES -IF NECESSARY, CONTRACTOR TO INSTALL TEMPORARY MAILBOXES IN FRONT OF EACH PROPERTY (NO SEPARATE PAY) -CONTRACTOR TO REMOVE (OR COVER) ALL EXISTING SIGNAGE AND PAVEMENT MARKINGS IN CONFLICTWITH TEMPORARY TRAFFIC CONTROL PLAN-CONTRACTOR TO MAINTAIN ALL TEMPORARY SIGNAGE A MINIMUM 7' ABOVE ADJACENT TRAVEL LANE-CONTRACTOR TO COORDINATE WITH CITY REGARDING EMERGENCY AND TRASH SERVICES DURING CONSTRUCTION DEVICES This plan is for illustrativepurposes only and is notintended to relieve thecontractor from therequirements of thecontract documents ortheir responsibility to traffic 90'SHIFTINGTAPER 161'EXTBUFFER 180'TAPER 90'BUFFER 180'TAPER TANGENT30 MPHSUMMIT AVE NORTHBOUND - 1607' WORK ZONE 12.0 ft 12.0 ft 10.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 10.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 09-06-2024 ONLYONLYONLYONLYONLYONLYONLYONLYONLY ONLY ONLYONLYW 7TH STEASTBOUND RIGHT LANE CLOSURE2 LANES CLOSED - 24'1 LANE OPEN- 12'ROAD WIDTH - 60' W 7TH STWESTBOUND LEFT LANE CLOSURE2 LANES CLOSED - 24'1 LANE OPEN- 12'ROAD WIDTH - 60' 180'TAPER 302.1 ft 90.0 ft 180.0 ft 122'SHIFTINGTAPER 129'EXTBUFFER 245'TAPER 120'BUFFER 245'TAPER 90'BUFFER ROADWORKAHEAD 180'TAPER 90'BUFFER 180'TAPER 90'BUFFER90'SHIFTINGTAPER ROADWORKAHEAD 120' 1065'EXT SIGNSPACING 120'12.0 ft 12.0 ft 10.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 10.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 10.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 10.0 ft 12.0 ft 12.0 ft 302'EXT BUFFER 180'TAPER 120'120'120' 120' ROADWORKAHEAD ROADWORKAHEAD ROADWORKAHEADLEFTLANECLOSEDLEFTLANECLOSED ENDROAD WORK 90'BUFFER PRIVATE ROAD 120' ENDROAD WORK 120' 120' 120'ROADWORKAHEAD LEFTLANECLOSED LEFTLANECLOSED ENDROAD WORKROADWORKAHEAD ENDROAD WORK 120' ROADWORKAHEAD 120' ENDROAD WORK SPEED LIMITCHANGE:35 MPHSPEED LIMITCHANGE:30 MPH 245'TAPER 120'BUFFER 245'TAPER 129'EXTBUFFER122'SHIFTINGTAPER ROADWORKAHEAD120' ROADWORKAHEAD 120' ENDROAD WORK 120'ENDROAD WORK ENDROAD WORK 120'ROADWORKAHEADENDROAD WORK 120' ENDROAD WORK ENDROAD WORK ROADWORKAHEAD 120' ENDROAD WORK ROADWORKAHEAD ENDROAD WORK ROADWORKAHEAD 120' ENDROAD WORK 120' ENDROAD WORK120' ENDROAD WORK 120' ROADWORKAHEAD ENDROAD WORK 120' ROADWORKAHEAD ENDROAD WORK120'ROADWORKAHEAD ENDROAD WORK 120' 120' 120'ROADWORKAHEADENDROAD WORK 2RIGHT LANESCLOSED 2RIGHT LANESCLOSED 120' 120' 120' 180'TAPER ROADWORKAHEAD ENDROAD WORK LEFTLANECLOSED LEFTLANECLOSED SIDEWALK CLOSEDUSE OTHER SIDE SIDEWALKCLOSED ROADWORKAHEAD SIDEWALK CLOSEDUSE OTHER SIDE W LANCASTER AVE2 WESTBOUND RIGHT LANES CLOSED - 24'1 WESTBOUND RIGHT LANE OPEN - 10' 1 EASTBOUND LANE CLOSED - 101 EASTBOUND LANE OPEN- 10'ROAD WIDTH - 54' W LANCASTER AVEEASTBOUND LEFT LANE CLOSURE 1 LANE CLOSED - 11'1 LANE OPEN- 11'ROAD WIDTH - 44'120' 90'BUFFER180'TAPER120'120'120' ENDROAD WORK ROADWORKAHEAD LEFTLANECLOSED LEFTLANECLOSEDENDROAD WORK SIDEWALKCLOSED SIDEWALK CLOSEDUSE OTHER SIDE SIDEWALKCLOSED SIDEWALK CLOSEDUSE OTHER SIDE SIDEWALKCLOSED SIDEWALK CLOSEDUSE OTHER SIDE SIDEWALK CLOSEDUSE OTHER SIDE SUMMIT AVENORTHBOUND LEFT LANE & TURN LANE CLOSURE1 NORTHBOUND TURN LANE CLOSED - 11'1 NORTHBOUND LANE CLOSED - 11'1 NORTHBOUND LANE OPEN - 11'ROAD WIDTH - 33' SUMMIT AVESOUTH LEFT LANE & TURN LANE CLOSURE1 SOUTHBOUND TURN LANE CLOSED - 11'1 SOUTHBOUND LANE CLOSED - 11'1 SOUTHBOUND LANE OPEN - 11'ROAD WIDTH - 33'120' 1065' EXT SIGNSPACING 2RIGHT LANESCLOSED 160' ENDROAD WORKROADWORKAHEAD ROADWORKAHEAD 160' ENDROAD WORK2RIGHT LANESCLOSED SPEED TAPER BUFFER SIGNSPACING DEVICESPACING3035404550 180245320540600 240 400 5045320195155 240 403516012090 120 30 DEVICES LEGENDWORK AREA42" NAVIGATORSLOW PROFILE CONCRETE BARRIER W/ END TERMINALSTYPE IIITYPE II "SIDEWALK CLOSED"TYPE II "SIDEWALK CLOSED USE OTHER SIDE"TWO WAY VERTICAL PANEL Date:8/27/2024 Project:SUMMIT AVE (W 5TH ST - W LANCASTER AVE)Contractor:FREESE & NICHOLSCity:FORT WORTHComments: DEVICES SPACED ON 30 FT CENTERSPHASE 4 OF 9-CONTRACTOR TO INSTALL ALL TRAFFIC CONTROL DEVICES IN COMPLIANCE WITH THE TMUTCD-CONTRACTOR TO MAINTAIN DRIVEWAY ACCESS AND ADA ACCESS ROUTES THROUGH WORK ZONE AND TO PRIVATE PROPERTY AT ALL TIMES -IF NECESSARY, CONTRACTOR TO INSTALL TEMPORARY MAILBOXES IN FRONT OF EACH PROPERTY (NO SEPARATE PAY) -CONTRACTOR TO REMOVE (OR COVER) ALL EXISTING SIGNAGE AND PAVEMENT MARKINGS IN CONFLICTWITH TEMPORARY TRAFFIC CONTROL PLAN-CONTRACTOR TO MAINTAIN ALL TEMPORARY SIGNAGE A MINIMUM 7' ABOVE ADJACENT TRAVEL LANE-CONTRACTOR TO COORDINATE WITH CITY REGARDING EMERGENCY AND TRASH SERVICES DURING CONSTRUCTION DEVICES This plan is for illustrativepurposes only and is notintended to relieve thecontractor from therequirements of thecontract documents ortheir responsibility to traffic 90'SHIFTINGTAPER 161'EXTBUFFER 180'TAPER 90'BUFFER 180'TAPER 12.0 ft 12.0 ft 10.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 10.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft TANGENT30 MPHSUMMIT AVE NORTHBOUND & SOUTHBOUND- 1607' WORK ZONE 09-06-2024 90'BUFFER180'TAPER120'120'120' ENDROAD WORK ROADWORKAHEAD LEFTLANECLOSED120' LEFTLANECLOSED ENDROAD WORK ROADWORKAHEAD 120' ENDROAD WORK ROADWORKAHEADENDROAD WORK 120'ROADWORKAHEAD 90'BUFFER 120' 120'ENDROAD WORK ROADWORKAHEAD LEFTLANECLOSED 120'180'TAPER ROADWORKAHEAD ENDROAD WORK 120'120' ROADWORKAHEAD ENDROAD WORK SIDEWALK CLOSEDUSE OTHER SIDE LEFTLANECLOSED 90'BUFFER 180'TAPERSIDEWALK CLOSEDUSE OTHER SIDE 90'BUFFER 180'TAPER 120' 120' 120' ROADWORKAHEAD ENDROAD WORK 2RIGHT LANESCLOSED 2RIGHT LANESCLOSED 90'SHIFTINGTAPER 90'BUFFER 180'TAPER 90'BUFFER 108'TAPER 120'120'120' ROADWORKAHEAD2RIGHT LANESCLOSED ENDROAD WORK120'ENDROAD WORK 120'2RIGHT LANESCLOSED ENDROAD WORKROADWORKAHEAD SIDEWALK CLOSEDUSE OTHER SIDE SIDEWALKCLOSED SIDEWALK CLOSEDUSE OTHER SIDE SPEED TAPER BUFFER SIGNSPACING DEVICESPACING3035404550 180245320540600 240 400 5045320195155 240 403516012090 120 30 DEVICES LEGEND42" NAVIGATORSLOW PROFILE CONCRETE BARRIER W/ END TERMINALSWORK AREA2WAY VPTYPE IIITYPE II "SIDEWALK CLOSED"TYPE II "SIDEWALK CLOSED USE OTHER SIDE" Date:8/27/2024 Project:SUMMIT AVE (W 5TH ST - W LANCASTER AVE)Contractor:FREESE & NICHOLSCity:FORT WORTHComments: DEVICES SPACED ON 30 FT CENTERSPHASE 5 OF 9-CONTRACTOR TO INSTALL ALL TRAFFIC CONTROL DEVICES IN COMPLIANCE WITH THE TMUTCD-CONTRACTOR TO MAINTAIN DRIVEWAY ACCESS AND ADA ACCESS ROUTES THROUGH WORK ZONEAND TO PRIVATE PROPERTY AT ALL TIMES-IF NECESSARY, CONTRACTOR TO INSTALL TEMPORARY MAILBOXES IN FRONT OF EACH PROPERTY (NO SEPARATE PAY)-CONTRACTOR TO REMOVE (OR COVER) ALL EXISTING SIGNAGE AND PAVEMENT MARKINGS IN CONFLICTWITH TEMPORARY TRAFFIC CONTROL PLAN-CONTRACTOR TO MAINTAIN ALL TEMPORARY SIGNAGE A MINIMUM 7' ABOVE ADJACENT TRAVEL LANE-CONTRACTOR TO COORDINATE WITH CITY REGARDING EMERGENCY AND TRASH SERVICES DURING CONSTRUCTION DEVICES This plan is for illustrativepurposes only and is notintended to relieve thecontractor from therequirements of thecontract documents ortheir responsibility to traffic W LANCASTER AVE2 EASTBOUND RIGHT LANES CLOSED2 EASTBOUND LANES CLOSED - 22'1 EASTBOUND LANE OPEN - 11'1 WESTBOUND LANE OPEN - 11'ROAD WIDTH - 44' SUMMIT AVE 2 SOUTHBOUND LANES CLOSED - 22'1 NORTH/SOUTH BOUND LANE CLOSED - 12'1 NORTHBOUND LANE OPEN - 10'1 SOUTHBOUND LANE OPEN - 10'ROAD WIDTH - 54' 09-06-2024 ONLYONLYONLYONLYONLYONLYONLYONLYONLY ONLY ONLYONLYW 7TH STEASTBOUND RIGHT LANE CLOSURE2 LANES CLOSED - 24'1 LANE OPEN- 12'ROAD WIDTH - 60' W 7TH STWESTBOUND LEFT LANE CLOSURE2 LANES CLOSED - 24'1 LANE OPEN- 12'ROAD WIDTH - 60' 180'TAPER 90'BUFFER ROADWORKAHEAD 180'TAPER 90'BUFFER 180'TAPER 90'BUFFER90'SHIFTINGTAPER ROADWORKAHEAD 120' 1065'EXT SIGNSPACING 120'12.0 ft 12.0 ft 10.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 10.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 10.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 10.0 ft 12.0 ft 12.0 ft 90'BUFFER120'ROADWORKAHEAD ROADWORKAHEAD ENDROAD WORK 90'BUFFER PRIVATE ROAD 120' ENDROAD WORK ENDROAD WORK 120' 120' 120'ROADWORKAHEAD LEFTLANECLOSED LEFTLANECLOSED ENDROAD WORKROADWORKAHEAD ENDROAD WORK 120' ROADWORKAHEAD 120' ENDROAD WORK SPEED LIMITCHANGE:35 MPHSPEED LIMITCHANGE:30 MPH 245'TAPER 120'BUFFER 245'TAPER 129'EXTBUFFER122'SHIFTINGTAPER ROADWORKAHEAD120' ROADWORKAHEAD 120' ENDROAD WORK 120'ENDROAD WORK ENDROAD WORK 120'ROADWORKAHEADENDROAD WORK ENDROAD WORK ENDROAD WORK ROADWORKAHEAD 120' ENDROAD WORK ROADWORKAHEAD ENDROAD WORK ROADWORKAHEAD 120' ENDROAD WORK 120' ENDROAD WORK120' ENDROAD WORK 120' ROADWORKAHEAD ENDROAD WORK 120' ROADWORKAHEAD ENDROAD WORK120'ROADWORKAHEAD ENDROAD WORK 120' 120' 120'ROADWORKAHEADENDROAD WORK 2RIGHT LANESCLOSED 2RIGHT LANESCLOSED 120' 120' 120' 180'TAPER ROADWORKAHEAD ENDROAD WORK LEFTLANECLOSED LEFTLANECLOSED SIDEWALK CLOSEDUSE OTHER SIDE SIDEWALKCLOSED SIDEWALKCLOSED SIDEWALK CLOSEDUSE OTHER SIDE SIDEWALK CLOSEDUSE OTHER SIDEROADWORKAHEAD W LANCASTER AVE2 WESTBOUND RIGHT LANES CLOSED - 24'1 WESTBOUND RIGHT LANE OPEN - 10' 1 EASTBOUND LANE CLOSED - 101 EASTBOUND LANE OPEN- 10'ROAD WIDTH - 54' W LANCASTER AVEEASTBOUND LEFT LANE CLOSURE 1 LANE CLOSED - 11'1 LANE OPEN- 11'ROAD WIDTH - 44'SUMMIT AVE 2 NORTHBOUND LANES CLOSED - 22'1 NORTH/SOUTH BOUND LANE CLOSED - 12'1 NORTHBOUND LANE OPEN - 10'1 SOUTHBOUND LANE OPEN - 10'ROAD WIDTH - 54'120' 90'BUFFER 90'SHIFTINGTAPER 120'245'EXTBUFFER 180'TAPER 120'120'120'120'ROADWORKAHEAD LEFTLANECLOSEDLEFTLANECLOSED FOREST PARK BLVD ROADWORKAHEAD 180'TAPER120'120'120'ROADWORKAHEAD LEFTLANECLOSED LEFTLANECLOSED ENDROAD WORK ONLYSIDEWALK CLOSEDUSE OTHER SIDE SIDEWALKCLOSED SIDEWALK CLOSEDUSE OTHER SIDE SIDEWALKCLOSED SIDEWALKCLOSED 120' 1065' EXT SIGNSPACING 2RIGHT LANESCLOSED 160' ENDROAD WORKROADWORKAHEAD ROADWORKAHEAD 160' ENDROAD WORK2RIGHT LANESCLOSED SPEED TAPER BUFFER SIGNSPACING DEVICESPACING3035404550 180245320540600 240 400 5045320195155 240 403516012090 120 30 DEVICES LEGENDWORK AREA42" NAVIGATORSLOW PROFILE CONCRETE BARRIER W/ END TERMINALSTYPE IIITYPE II "SIDEWALK CLOSED"TYPE II "SIDEWALK CLOSED USE OTHER SIDE"TWO WAY VERTICAL PANEL Date:8/27/2024 Project:SUMMIT AVE (W 5TH ST - W LANCASTER AVE)Contractor:FREESE & NICHOLSCity:FORT WORTHComments: DEVICES SPACED ON 30 FT CENTERSPHASE 6 OF 9-CONTRACTOR TO INSTALL ALL TRAFFIC CONTROL DEVICES IN COMPLIANCE WITH THE TMUTCD-CONTRACTOR TO MAINTAIN DRIVEWAY ACCESS AND ADA ACCESS ROUTES THROUGH WORK ZONE AND TO PRIVATE PROPERTY AT ALL TIMES -IF NECESSARY, CONTRACTOR TO INSTALL TEMPORARY MAILBOXES IN FRONT OF EACH PROPERTY (NO SEPARATE PAY) -CONTRACTOR TO REMOVE (OR COVER) ALL EXISTING SIGNAGE AND PAVEMENT MARKINGS IN CONFLICTWITH TEMPORARY TRAFFIC CONTROL PLAN-CONTRACTOR TO MAINTAIN ALL TEMPORARY SIGNAGE A MINIMUM 7' ABOVE ADJACENT TRAVEL LANE-CONTRACTOR TO COORDINATE WITH CITY REGARDING EMERGENCY AND TRASH SERVICES DURING CONSTRUCTION DEVICES This plan is for illustrativepurposes only and is notintended to relieve thecontractor from therequirements of thecontract documents ortheir responsibility to traffic 90'SHIFTINGTAPER 161'EXTBUFFER 180'TAPER 90'BUFFER 180'TAPER TANGENT30 MPHSUMMIT AVE SOUTHBOUND - 1607' WORK ZONE 12.0 ft 12.0 ft 10.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 10.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 09-06-2024 120' 120' 390.0 ft120' 120' 390'EXT BUFFER 120'120'120'120' ROADWORKAHEADENDROAD WORK ROADWORKAHEAD 120' 120' ENDROAD WORK 120' ROADWORKAHEAD ROADWORKAHEADROADWORKAHEADROADWORKAHEAD ENDROAD WORKENDROAD WORKENDROAD WORKTEXAS STEASTBOUND RIGHT LANE CLOSURE 1 LANE CLOSED - 24'1 LANE OPEN - 12'ROAD WIDTH - 36' COLLIER STFULL-ROAD CLOSURE NORTHBOUND LANE CLOSED - 15'SOUTHBOUND LANE CLOSED - 15'ROAD WIDTH - 30' RIGHTLANECLOSED RIGHTLANECLOSED MAY USEFULL LANE 120'120'120' 120' 120' 120' 120'120'120' ENDROAD WORK ROADWORKAHEADROADWORKAHEAD DETOURDETOUR DETOURDETOURDETOURDETOUR ENDROAD WORK ENDROAD WORK ROADWORKAHEAD ENDROAD WORKROADWORKAHEAD ENDROAD WORK ROADWORKAHEADENDROAD WORK DETOURAHEAD 120'ROADWORKAHEAD ENDROAD WORK DETOURAHEAD ROADWORKAHEADENDROAD WORK DETOURROAD CLOSEDTOTHRU TRAFFIC ROADCLOSED ROADCLOSEDAHEAD DETOURAHEAD 120'DETOURAHEAD ROADCLOSEDDETOURENDROAD WORK SIDEWALKCLOSED SIDEWALK CLOSEDUSE OTHER SIDESIDEWALK CLOSEDUSE OTHER SIDE SIDEWALKCLOSEDSIDEWALK CLOSEDUSE OTHER SIDE SIDEWALK CLOSEDUSE OTHER SIDE SIDEWALK CLOSEDUSE OTHER SIDE LEGENDWORK AREA42" NAVIGATORSTYPE IIITYPE II "SIDEWALK CLOSED"TYPE II "SIDEWALK CLOSED USE OTHER SIDE"NORTHBOUND DETOUR ROUTESOUTHBOUND DETOUR ROUTELOW PROFILE CONCRETE BARRIER W/ END TERMINALS SPEED TAPER BUFFER SIGNSPACING DEVICESPACING3035404550 180245320540600 240 400 5045320195155 240 403516012090 120 30 Date:8/26/2024 Project:TEXAS ST @ COLLIER ST Contractor:FREESE & NICHOLSCity:FORT WORTHComments: DEVICES SPACED ON 30 FT CENTERSPHASE 1 OF 2-CONTRACTOR TO INSTALL ALL TRAFFIC CONTROL DEVICES IN COMPLIANCE WITH THE TMUTCD-CONTRACTOR TO MAINTAIN DRIVEWAY ACCESS AND ADA ACCESS ROUTES THROUGH WORK ZONEAND TO PRIVATE PROPERTY AT ALL TIMES-IF NECESSARY, CONTRACTOR TO INSTALL TEMPORARY MAILBOXES IN FRONT OF EACH PROPERTY (NO SEPARATE PAY)-CONTRACTOR TO REMOVE (OR COVER) ALL EXISTING SIGNAGE AND PAVEMENT MARKINGS IN CONFLICTWITH TEMPORARY TRAFFIC CONTROL PLAN-CONTRACTOR TO MAINTAIN ALL TEMPORARY SIGNAGE A MINIMUM 7' ABOVE ADJACENT TRAVEL LANE-CONTRACTOR TO COORDINATE WITH CITY REGARDING EMERGENCY AND TRASH SERVICES DURING CONSTRUCTION DEVICES This plan is for illustrativepurposes only and is notintended to relieve thecontractor from therequirements of thecontract documents ortheir responsibility to traffic 09-07-2024 120' 120' DETOURAHEAD 120' 120'120' 120' ENDROAD WORK COLLIER STSOUTHBOUND HALF-ROAD CLOSURESOUTHBOUND LANE CLOSED - 15'NORTHBOUND LANE OPEN - 15'ROAD WIDTH - 30' 120'ROADWORKAHEAD DETOURAHEAD 120' 120' ENDROAD WORKROADWORKAHEAD ROADCLOSEDAHEAD 120' ENDROAD WORK ROADWORKAHEAD 120'ROADWORKAHEADENDROAD WORK ROADWORKAHEADENDROAD WORK ROADWORKAHEAD ENDROAD WORK ROADCLOSEDDETOURSIDEWALK CLOSEDUSE OTHER SIDE SIDEWALKCLOSED SIDEWALK CLOSEDUSE OTHER SIDE DETOURDETOURLEGENDWORK AREATYPE IIITYPE II "SIDEWALK CLOSED"TYPE II "SIDEWALK CLOSED USE OTHER SIDE"SOUTHBOUND DETOUR ROUTELOW PROFILE CONCRETE BARRIER W/ END TERMINALS SPEED TAPER BUFFER SIGNSPACING DEVICESPACING3035404550 180245320540600 240 400 5045320195155 240 403516012090 120 30 Date:8/27/2024 Project:COLLIER ST (TEXAS ST - SOUTH TO PARKING LOT ENTRANCE)Contractor:FREESE & NICHOLSCity:FORT WORTHComments: DEVICES SPACED ON 30 FT CENTERSPHASE 2 OF 2-CONTRACTOR TO INSTALL ALL TRAFFIC CONTROL DEVICES IN COMPLIANCE WITH THE TMUTCD-CONTRACTOR TO MAINTAIN DRIVEWAY ACCESS AND ADA ACCESS ROUTES THROUGH WORK ZONEAND TO PRIVATE PROPERTY AT ALL TIMES-IF NECESSARY, CONTRACTOR TO INSTALL TEMPORARY MAILBOXES IN FRONT OF EACH PROPERTY (NO SEPARATE PAY)-CONTRACTOR TO REMOVE (OR COVER) ALL EXISTING SIGNAGE AND PAVEMENT MARKINGS IN CONFLICTWITH TEMPORARY TRAFFIC CONTROL PLAN-CONTRACTOR TO MAINTAIN ALL TEMPORARY SIGNAGE A MINIMUM 7' ABOVE ADJACENT TRAVEL LANE-CONTRACTOR TO COORDINATE WITH CITY REGARDING EMERGENCY AND TRASH SERVICES DURING CONSTRUCTION This plan is for illustrativepurposes only and is notintended to relieve thecontractor from therequirements of thecontract documents ortheir responsibility to traffic 09-07-2024 90'BUFFER 180'TAPER 120'120' ENDROAD WORK ROADWORKAHEAD 120' ROADWORKAHEAD RIGHTLANECLOSED ENDROAD WORK 120'ROADWORKAHEADENDROAD WORK 120'DETOURAHEAD 120' ROADWORKAHEAD ENDROAD WORK 120' ROADWORKAHEAD ENDROAD WORK 120' 120' 120'ROADCLOSEDAHEAD DETOURAHEAD 120' DETOURAHEAD120' ROADWORKAHEAD 120'ENDROAD WORK ENDROAD WORK ROADWORKAHEADROADWORKAHEADROADWORKAHEAD ROADWORKAHEAD 120'120'120'DETOURAHEAD ROADWORKAHEAD ROADCLOSEDDETOUR120'ROADWORKAHEADENDROAD WORK 120' W 2ND ST ROADCLOSED DETOURDETOUR DETOURDETOURDETOURDETOUR SIDEWALKCLOSED SIDEWALK CLOSEDUSE OTHER SIDE SIDEWALKCLOSED SIDEWALK CLOSEDUSE OTHER SIDE SIDEWALK CLOSEDUSE OTHER SIDE ENDROAD WORK ROADCLOSED120' 120' 120' 120'ROADWORKAHEAD ENDROAD WORK 120'ENDROAD WORK DETOURAHEAD 120'ROADCLOSEDAHEAD ROADWORKAHEAD ENDROAD WORK ROADCLOSEDDETOURDETO U R ROAD CLOSEDTOTHRU TRAFFICROADWORKAHEADROADWORKAHEADROADWORKAHEAD SIDEWALKCLOSED SIDEWALK CLOSEDUSE OTHER SIDE W 2ND STWESTBOUND RIGHT LANE CLOSURE1 WESTBOUND LANE CLOSED - 18'1 WESTBOUND LANE OPEN - 18'ROAD WIDTH - 36' BURNETT STSOUTHBOUND LANE CLOSURESOUTHBOUND LANE CLOSED - 16'NORTHBOUND LANE OPEN - 16'ROAD WIDTH - 38' FLORENCE STNORTHBOUND & SOUTHBOUND LANES CLOSEDNORTHBOUND LANE CLOSED - 18'SOUTHBOUND LANE CLOSED - 18'ROAD WIDTH - 36' RIGHTLANECLOSED DETOUR DETO U R SPEED TAPER BUFFER SIGNSPACING DEVICESPACING3035404550 180245320540600 240 400 5045320195155 240 403516012090 120 30 LEGENDWORK AREA42" NAVIGATORSTYPE IIITYPE II "SIDEWALK CLOSED"TYPE II "SIDEWALK CLOSED USE OTHER SIDE"NORTHBOUND DETOUR ROUTESOUTHBOUND DETOUR ROUTELOW PROFILE CONCRETE BARRIER W/ END TERMINALS This plan is for illustrativepurposes only and is notintended to relieve thecontractor from therequirements of thecontract documents ortheir responsibility to trafficDEVICESDate:8/27/2024 Project:W 2ND ST (N HENDERSON ST – BURNETT ST)Contractor:FREESE & NICHOLSCity:FORT WORTHComments: DEVICES SPACED ON 30 FT CENTERSPHASE 1 OF 2-CONTRACTOR TO INSTALL ALL TRAFFIC CONTROL DEVICES IN COMPLIANCE WITH THE TMUTCD-CONTRACTOR TO MAINTAIN DRIVEWAY ACCESS AND ADA ACCESS ROUTES THROUGH WORK ZONEAND TO PRIVATE PROPERTY AT ALL TIMES-IF NECESSARY, CONTRACTOR TO INSTALL TEMPORARY MAILBOXES IN FRONT OF EACH PROPERTY (NO SEPARATE PAY)-CONTRACTOR TO REMOVE (OR COVER) ALL EXISTING SIGNAGE AND PAVEMENT MARKINGS IN CONFLICTWITH TEMPORARY TRAFFIC CONTROL PLAN-CONTRACTOR TO MAINTAIN ALL TEMPORARY SIGNAGE A MINIMUM 7' ABOVE ADJACENT TRAVEL LANE-CONTRACTOR TO COORDINATE WITH CITY REGARDING EMERGENCY AND TRASH SERVICES DURING CONSTRUCTION 09-07-2024 120'120'120' ENDROAD WORK ROADWORKAHEAD 120' ROADWORKAHEAD ENDROAD WORK 120' 120' 120'ENDROAD WORK 120' 120'ROADCLOSEDAHEAD DETOURAHEAD 120' 120' ROADWORKAHEAD 120'ENDROAD WORK ROADWORKAHEAD ROADWORKAHEAD 120'ROADWORKAHEAD ENDROAD WORK ENDROAD WORK 120'ROADWORKAHEAD ENDROAD WORK 120'W 2ND STDETOUR DETOURAHEAD120' ROADWORKAHEADENDROAD WORKDETOURSIDEWALKCLOSED ENDROAD WORK ENDROAD WORK 180'TAPER DETOURAHEAD LEFTLANECLOSED SIDEWALK CLOSEDUSE OTHER SIDE 120' ROADWORKAHEADDETOURAHEAD SIDEWALKCLOSED ROADCLOSED DETOUR ROADCLOSED ROAD CLOSEDTOTHRU TRAFFIC 90'BUFFER 120'ENDROAD WORK ROADWORKAHEADROADCLOSEDDETOUR120' 120'ROADWORKAHEAD ENDROAD WORK ROADCLOSEDAHEAD DETOURAHEAD DETOUR DETOURFLORENCE STNORTHBOUND & SOUTHBOUND LANES CLOSEDNORTHBOUND LANE CLOSED - 18'SOUTHBOUND LANE CLOSED - 18'ROAD WIDTH - 36' W 2ND STWESTBOUND LEFT LANE CLOSURE1 WESTBOUND LANE CLOSED - 18'1 WESTBOUND LANE OPEN - 18'ROAD WIDTH - 36' LEFTLANECLOSED SPEED TAPER BUFFER SIGNSPACING DEVICESPACING3035404550 180245320540600 240 400 5045320195155 240 403516012090 120 30 LEGENDWORK AREA42" NAVIGATORSTYPE IIITYPE II "SIDEWALK CLOSED"TYPE II "SIDEWALK CLOSED USE OTHER SIDE"NORTHBOUND DETOUR ROUTESOUTHBOUND DETOUR ROUTELOW PROFILE CONCRETE BARRIER W/ END TERMINALS Date:8/27/2024 Project:W 2ND ST (N HENDERSON ST – BURNETT ST)Contractor:FREESE & NICHOLSCity:FORT WORTHComments: DEVICES SPACED ON 30 FT CENTERSPHASE 2 OF 2-CONTRACTOR TO INSTALL ALL TRAFFIC CONTROL DEVICES IN COMPLIANCE WITH THE TMUTCD-CONTRACTOR TO MAINTAIN DRIVEWAY ACCESS AND ADA ACCESS ROUTES THROUGH WORK ZONEAND TO PRIVATE PROPERTY AT ALL TIMES-IF NECESSARY, CONTRACTOR TO INSTALL TEMPORARY MAILBOXES IN FRONT OF EACH PROPERTY (NO SEPARATE PAY)-CONTRACTOR TO REMOVE (OR COVER) ALL EXISTING SIGNAGE AND PAVEMENT MARKINGS IN CONFLICTWITH TEMPORARY TRAFFIC CONTROL PLAN-CONTRACTOR TO MAINTAIN ALL TEMPORARY SIGNAGE A MINIMUM 7' ABOVE ADJACENT TRAVEL LANE-CONTRACTOR TO COORDINATE WITH CITY REGARDING EMERGENCY AND TRASH SERVICES DURING CONSTRUCTION DEVICES This plan is for illustrativepurposes only and is notintended to relieve thecontractor from therequirements of thecontract documents ortheir responsibility to traffic BURNETT STSOUTHBOUND LANE CLOSURESOUTHBOUND LANE CLOSED - 16'NORTHBOUND LANE OPEN - 16'ROAD WIDTH - 38' 09-07-2024 120'120'120' ROADWORKAHEADROADCLOSEDAHEADDETOURAHEAD ENDROAD WORK 120' 120'ROADWORKAHEAD DETOURAHEAD 120' 120'ROADWORKAHEAD DETOURAHEAD ENDROAD WORK ENDROAD WORK 120'ROADWORKAHEADENDROAD WORK ROAD CLOSEDTOTHRU TRAFFIC120'ENDROAD WORK ROADCLOSEDSIDEWALK CLOSEDUSE OTHER SIDE 120' ENDROAD WORK ROADWORKAHEAD DETOUR120'ROADWORKAHEAD ENDROAD WORK SIDEWALKCLOSED SIDEWALKCLOSED 120'ROADWORKAHEADENDROAD WORK DETOUR W 5TH STWESTBOUND LANE CLOSUREWESTBOUND LANE CLOSED - 19'EASTBOUND LANE OPEN - 19'ROAD WIDTH - 38' 120' ENDROAD WORKROADWORKAHEAD DETOURSIDEWALK CLOSEDUSE OTHER SIDE SPEED TAPER BUFFER SIGNSPACING DEVICESPACING3035404550 180245320540600 240 400 5045320195155 240 403516012090 120 30 LEGENDWORK AREATYPE IIITYPE II "SIDEWALK CLOSED"TYPE II "SIDEWALK CLOSED USE OTHER SIDE"WESTBOUND DETOUR ROUTELOW PROFILE CONCRETE BARRIER W/ END TERMINALS Date:8/26/2024 Project:W 5TH ST @ ENERGY WAY Contractor:FREESE & NICHOLSCity:FORT WORTHComments: DEVICES SPACED ON 30 FT CENTERSPHASE 1 OF 3-CONTRACTOR TO INSTALL ALL TRAFFIC CONTROL DEVICES IN COMPLIANCE WITH THE TMUTCD-CONTRACTOR TO MAINTAIN DRIVEWAY ACCESS AND ADA ACCESS ROUTES THROUGH WORK ZONEAND TO PRIVATE PROPERTY AT ALL TIMES-IF NECESSARY, CONTRACTOR TO INSTALL TEMPORARY MAILBOXES IN FRONT OF EACH PROPERTY (NO SEPARATE PAY)-CONTRACTOR TO REMOVE (OR COVER) ALL EXISTING SIGNAGE AND PAVEMENT MARKINGS IN CONFLICTWITH TEMPORARY TRAFFIC CONTROL PLAN-CONTRACTOR TO MAINTAIN ALL TEMPORARY SIGNAGE A MINIMUM 7' ABOVE ADJACENT TRAVEL LANE-CONTRACTOR TO COORDINATE WITH CITY REGARDING EMERGENCY AND TRASH SERVICES DURING CONSTRUCTION This plan is for illustrativepurposes only and is notintended to relieve thecontractor from therequirements of thecontract documents ortheir responsibility to traffic 09-06-2024 ENDROAD WORK 120'DETOURAHEAD 120' ROADWORKAHEAD ENDROAD WORK ENDROAD WORK ENDROAD WORK ENDROAD WORK 120'ROADWORKAHEAD 120' 120'ROADWORKAHEAD ENDROAD WORK W 5TH STEASTBOUND LANE CLOSUREEASTBOUND LANE CLOSED - 19'WESTBOUND LANE OPEN - 19'ROAD WIDTH - 38' ROADWORKAHEAD 120'120'ROADWORKAHEAD ROADCLOSEDAHEAD ENDROAD WORK SIDEWALK CLOSEDUSE OTHER SIDE120' ROADWORKAHEAD ENDROAD WORK 120'DETOURAHEAD 120'ROADWORKAHEAD DETOURROADCLOSEDROADWORKAHEAD 120'DETOURDETOURDETOU R PENN ST DETOURAHEAD 120'SIDEWALK CLOSEDUSE OTHER SIDE SIDEWALKCLOSED SPEED TAPER BUFFER SIGNSPACING DEVICESPACING3035404550 180245320540600 240 400 5045320195155 240 403516012090 120 30 Date:8/23/2024 Project:W 5TH ST @ ENERGY WAY Contractor:FREESE & NICHOLSCity:FORT WORTHComments: DEVICES SPACED ON 30 FT CENTERSPHASE 2 OF 3-CONTRACTOR TO INSTALL ALL TRAFFIC CONTROL DEVICES IN COMPLIANCE WITH THE TMUTCD-CONTRACTOR TO MAINTAIN DRIVEWAY ACCESS AND ADA ACCESS ROUTES THROUGH WORK ZONEAND TO PRIVATE PROPERTY AT ALL TIMES-IF NECESSARY, CONTRACTOR TO INSTALL TEMPORARY MAILBOXES IN FRONT OF EACH PROPERTY (NO SEPARATE PAY)-CONTRACTOR TO REMOVE (OR COVER) ALL EXISTING SIGNAGE AND PAVEMENT MARKINGS IN CONFLICTWITH TEMPORARY TRAFFIC CONTROL PLAN-CONTRACTOR TO MAINTAIN ALL TEMPORARY SIGNAGE A MINIMUM 7' ABOVE ADJACENT TRAVEL LANE-CONTRACTOR TO COORDINATE WITH CITY REGARDING EMERGENCY AND TRASH SERVICES DURING CONSTRUCTION This plan is for illustrativepurposes only and is notintended to relieve thecontractor from therequirements of thecontract documents ortheir responsibility to traffic LEGENDWORK AREALOW PROFILE CONCRETE BARRIERTYPE IIITYPE II "SIDEWALK CLOSED"TYPE II "SIDEWALK CLOSED USE OTHER SIDE"EASTBOUND DETOUR ROUTE 09-06-2024 120' 120'ROADWORKAHEADENDROAD WORK TURNLANECLOSED 120'TURNLANECLOSED 120'DETOURAHEAD 120' ROADWORKAHEAD ENDROAD WORK 120' 120' 120' ENDROAD WORKDETOURAHEAD SIDEWALK CLOSEDUSE OTHER SIDE 120'ROADWORKAHEAD ENDROAD WORK ROADWORKAHEAD 120'ROADWORKAHEAD 120' ENDROAD WORK ROADWORKAHEAD 120'TURNLANECLOSEDROADWORKAHEAD ENDROAD WORK DETOUR DETOURDETOURDETOURW 5TH STWESTBOUND & EASTBOUND LANE CLOSUREWESTBOUND LANE CLOSED - 19'EASTBOUND LANE CLOSED - 19'ROAD WIDTH - 38' SIDEWALKCLOSEDROADCLOSED DETOURROAD CLOSEDTOTHRU TRAFFICDETOU R 120'120'120'120'DETOURAHEAD ROADWORKAHEAD ENDROAD WORK SIDEWALKCLOSED ENDROAD WORK ROADWORKAHEADROADCLOSEDAHEAD DETOURROADCLOSED120'120' ENDROAD WORK ROADCLOSEDAHEAD DETOURAHEAD DETOURDETOURSPEED TAPER BUFFER SIGNSPACING DEVICESPACING3035404550 180245320540600 240 400 5045320195155 240 403516012090 120 30 PENN ST DEVICES LEGENDWORK AREA42" NAVIGATORSTYPE IIITYPE II "SIDEWALK CLOSED"TYPE II "SIDEWALK CLOSED USE OTHER SIDE"EASTBOUND DETOUR ROUTEWESTBOUND DETOUR ROUTE Date:8/26/2024 Project:W 5TH ST @ ENERGY WAY Contractor:FREESE & NICHOLSCity:FORT WORTHComments: DEVICES SPACED ON 30 FT CENTERSPHASE 3 OF 3-CONTRACTOR TO INSTALL ALL TRAFFIC CONTROL DEVICES IN COMPLIANCE WITH THE TMUTCD-CONTRACTOR TO MAINTAIN DRIVEWAY ACCESS AND ADA ACCESS ROUTES THROUGH WORK ZONEAND TO PRIVATE PROPERTY AT ALL TIMES-IF NECESSARY, CONTRACTOR TO INSTALL TEMPORARY MAILBOXES IN FRONT OF EACH PROPERTY (NO SEPARATE PAY)-CONTRACTOR TO REMOVE (OR COVER) ALL EXISTING SIGNAGE AND PAVEMENT MARKINGS IN CONFLICTWITH TEMPORARY TRAFFIC CONTROL PLAN-CONTRACTOR TO MAINTAIN ALL TEMPORARY SIGNAGE A MINIMUM 7' ABOVE ADJACENT TRAVEL LANE-CONTRACTOR TO COORDINATE WITH CITY REGARDING EMERGENCY AND TRASH SERVICES DURING CONSTRUCTION This plan is for illustrativepurposes only and is notintended to relieve thecontractor from therequirements of thecontract documents ortheir responsibility to traffic 09-06-2024 120'120' 120'120'120'120' 120' 120' 120' ROADWORKAHEAD ROADCLOSEDAHEAD DETOURAHEAD ROADWORKAHEAD DETOURAHEAD ROADWORKAHEADDETOURAHEAD ENDROAD WORK ENDROAD WORK ENDROAD WORK 120'120'120'120' 120' 120' 120' DETOURAHEAD ROADWORKAHEAD ROADWORKAHEAD DETOURAHEAD ROADWORKAHEADROADCLOSEDAHEADDETOURAHEAD ROADCLOSEDROAD CLOSEDTOTHRU TRAFFICDETOURDETOURDETOURDETOU R DETOUR DETOURDETOURDETOURDETOURENDROAD WORK ENDROAD WORK ENDROAD WORK ROADCLOSED ROADWORKAHEAD DETOURAHEAD 120'120' DETOURAHEAD ROADWORKAHEAD 120'ROADWORKAHEAD ENDROAD WORKDETOUR W 5TH ST1 EASTBOUND LANE CLOSED - 20' 1 WESTBOUND LANE CLOSED - 20' ROAD WIDTH - 40' SIDEWALKCLOSED SIDEWALK CLOSEDUSE OTHER SIDE ROADCLOSEDDETOURROAD CLOSEDTOTHRU TRAFFICENDROAD WORK ENDROAD WORK DETOUR SIDEWALK CLOSEDUSE OTHER SIDE ENDROAD WORK LegendWORK AREATYPE IIITYPE II "SIDEWALK CLOSED"TYPE II "SIDEWALK CLOSED USE OTHER SIDE"EASTBOUND DETOUR ROUTEWESTBOUND DETOUR ROUTE SPEED TAPER BUFFER SIGNSPACING DEVICESPACING3035404550 180245320540600 240 400 5045320195155 240 403516012090 120 30 Date:8/21/2024 Project:W 5TH ST @ HENDERSON ST Contractor:FREESE & NICHOLSCity:FORT WORTHComments: DEVICES SPACED ON 30 FT CENTERSPHASE 2 OF 2-CONTRACTOR TO INSTALL ALL TRAFFIC CONTROL DEVICES IN COMPLIANCE WITH THE TMUTCD-CONTRACTOR TO MAINTAIN DRIVEWAY ACCESS AND ADA ACCESS ROUTES THROUGH WORK ZONEAND TO PRIVATE PROPERTY AT ALL TIMES-IF NECESSARY, CONTRACTOR TO INSTALL TEMPORARY MAILBOXES IN FRONT OF EACH PROPERTY (NO SEPARATE PAY)-CONTRACTOR TO REMOVE (OR COVER) ALL EXISTING SIGNAGE AND PAVEMENT MARKINGS IN CONFLICTWITH TEMPORARY TRAFFIC CONTROL PLAN-CONTRACTOR TO MAINTAIN ALL TEMPORARY SIGNAGE A MINIMUM 7' ABOVE ADJACENT TRAVEL LANE-CONTRACTOR TO COORDINATE WITH CITY REGARDING EMERGENCY AND TRASH SERVICES DURING CONSTRUCTION This plan is for illustrativepurposes only and is notintended to relieve thecontractor from therequirements of thecontract documents ortheir responsibility to traffic 09-07-2024 120' 120'120'ENDROAD WORK ROADWORKAHEAD DETOURAHEAD 120' 120'ROADWORKAHEAD DETOURAHEAD 60'TAPER 120' ROADWORKAHEAD 120' ENDROAD WORK MAY USEFULL LANE ENDROAD WORK 120' ENDROAD WORK ROADWORKAHEAD 120'BIKE L A N E CLOSED ROADWORKAHEAD ENDROAD WORK 120'120' ENDROAD WORK DETOURDETOUR 120' 120' ROADWORKAHEAD DETOURAHEAD ENDROAD WORKDETOUR 120' 120'ENDROAD WORK ROADWORKAHEAD DETOURAHEAD 120'120'120' ENDROAD WORK ROADWORKAHEAD ROADCLOSEDAHEAD DETOURAHEAD BIKE LANECLOSED SIDEWALK C L O S E DUSE OTHER SIDE SIDEWALK CLOSEDUSE OTHER SIDE ROADCLOSEDROADCLOSEDDETOURSIDEWALKCLOSED SIDEWALKCLOSED SIDEWALKCLOSED ROADWORKAHEAD ROADWORKAHEAD ENDROAD WORK 120' LEGENDWORK AREA42" NAVIGATORSTYPE IIITYPE II "SIDEWALK CLOSED"TYPE II "SIDEWALK CLOSED USE OTHER SIDE"EASTBOUND DETOUR ROUTEWESTBOUND DETOUR ROUTE SPEED TAPER BUFFER SIGNSPACING DEVICESPACING3035404550 180245320540600 240 400 5045320195155 240 403516012090 120 30 Date:8/23/2024 Project:W 10TH ST (FOURNIER ST - PENN ST)Contractor:FREESE & NICHOLSCity:FORT WORTHComments: DEVICES SPACED ON 30 FT CENTERS-CONTRACTOR TO INSTALL ALL TRAFFIC CONTROL DEVICES IN COMPLIANCE WITH THE TMUTCD-CONTRACTOR TO MAINTAIN DRIVEWAY ACCESS AND ADA ACCESS ROUTES THROUGH WORK ZONEAND TO PRIVATE PROPERTY AT ALL TIMES-IF NECESSARY, CONTRACTOR TO INSTALL TEMPORARY MAILBOXES IN FRONT OF EACH PROPERTY (NO SEPARATE PAY)-CONTRACTOR TO REMOVE (OR COVER) ALL EXISTING SIGNAGE AND PAVEMENT MARKINGS IN CONFLICTWITH TEMPORARY TRAFFIC CONTROL PLAN-CONTRACTOR TO MAINTAIN ALL TEMPORARY SIGNAGE A MINIMUM 7' ABOVE ADJACENT TRAVEL LANE-CONTRACTOR TO COORDINATE WITH CITY REGARDING EMERGENCY AND TRASH SERVICES DURING CONSTRUCTION 120' ROADCLOSEDAHEADDETOUR DETOURDETOURDETOURDETOUR DETOUR ONLY90'BUFFERONLY SIDEWALK C L O S E DUSE OTHER SIDE This plan is for illustrativepurposes only and is notintended to relieve thecontractor from therequirements of thecontract documents ortheir responsibility to traffic W 10TH STEASTBOUND AND WESTBOUND CLOSUREWESTBOUND LANE CLOSED - 18'EASTBOUND LANE CLOSED - 18'ROAD WIDTH - 36' DEVICES DETOURAHEAD 09-07-2024 120' DETOURAHEAD 120' DETOURDETOUR ONLY120'120' 120'120'120' 120'120'185'EXTBUFFER ROADWORKAHEADENDROAD WORK ENDROAD WORK ENDROAD WORKROADWORKAHEAD ROADWORKAHEAD MAY USE FULL LANE ENDROAD WORKROADWORKAHEAD ENDROAD WORK ENDROAD WORKONLY120'ROADWORKAHEAD W 10TH STWESTBOUND BIKE LANE CLOSURE 1 BIKE LANE CLOSED - 6'2 LANES OPEN - 29'ROAD WIDTH - 35' 120' 120' ROADWORKAHEAD TURNLANECLOSED TURNLANECLOSED 120'ROADWORKAHEAD ENDROAD WORK 120'ENDROAD WORK SUMMIT AVENORTHBOUND TURN LANE CLOSURE 1 LANE CLOSED - 11'4 LANES OPEN - 41'ROAD WIDTH - 52' 120' DETOURAHEAD 120' ROADWORKAHEAD DETOURAHEADSIDEWALK CLOSEDUSE OTHER SIDE SIDEWALK CLOSEDUSE OTHER SIDE ENDROAD WORK DETOURDETOURROADCLOSEDDETOURSIDEWALK CLOSEDUSE OTHER SIDE SIDEWALK CLOSEDUSE OTHER SIDE ONLYONLYROADWORKAHEADBIKE LANECLOSED W 10TH ST 2 EASTBOUND LANES CLOSED - 35'ROAD WIDTH - 35' LEGENDWORK AREA42" NAVIGATORSTYPE IIIWESTBOUND DETOUR ROUTETYPE II "SIDEWALK CLOSED USE OTHER SIDE" SPEED TAPER BUFFER SIGNSPACING DEVICESPACING3035404550 180245320540600 240 400 5045320195155 240 403516012090 120 30 DEVICES Date:8/21/2024 Project:W 10TH ST (PENN ST - SUMMIT AVE)Contractor:FREESE & NICHOLSCity:FORT WORTHComments: DEVICES SPACED ON 30 FT CENTERS-CONTRACTOR TO INSTALL ALL TRAFFIC CONTROL DEVICES IN COMPLIANCE WITH THE TMUTCD-CONTRACTOR TO MAINTAIN DRIVEWAY ACCESS AND ADA ACCESS ROUTES THROUGH WORK ZONEAND TO PRIVATE PROPERTY AT ALL TIMES-IF NECESSARY, CONTRACTOR TO INSTALL TEMPORARY MAILBOXES IN FRONT OF EACH PROPERTY (NO SEPARATE PAY)-CONTRACTOR TO REMOVE (OR COVER) ALL EXISTING SIGNAGE AND PAVEMENT MARKINGS IN CONFLICTWITH TEMPORARY TRAFFIC CONTROL PLAN-CONTRACTOR TO MAINTAIN ALL TEMPORARY SIGNAGE A MINIMUM 7' ABOVE ADJACENT TRAVEL LANE-CONTRACTOR TO COORDINATE WITH CITY REGARDING EMERGENCY AND TRASH SERVICES DURING CONSTRUCTION This plan is for illustrativepurposes only and is notintended to relieve thecontractor from therequirements of thecontract documents ortheir responsibility to traffic 09-07-2024 120' 120'120'120' 120'ENDROAD WORK ROADWORKAHEADDETOUR DETOURROADWORKAHEAD DETOURAHEAD 120' 120' ENDROAD WORK 120' 120'120' ROADWORKAHEADROADCLOSEDAHEADDETOURAHEAD ENDROAD WORK ROADWORKAHEADDETOURAHEAD120' ROADWORKAHEAD ENDROAD WORK DETOUR ENDROAD WORK DETOURENDROAD WORK DETOURAHEADROADCLOSEDDETOUR ROADCLOSEDDETOURDETOURDETOUR DETOURAHEAD 120' ROADWORKAHEAD 120' SIDEWALKCLOSED SIDEWALKCLOSED SIDEWALK CLOSEDUSE OTHER SIDE SIDEWALK CLOSEDUSE OTHER SIDE DETOUR DETOURDETOURDETOURDETOUR DETOURDETOUR DETOUR DETOURLEGENDWORK AREATYPE IIITYPE II "SIDEWALK CLOSED"TYPE II "SIDEWALK CLOSED USE OTHER SIDE"EASTBOUND DETOUR ROUTEWESTBOUND DETOUR ROUTE SPEED TAPER BUFFER SIGNSPACING DEVICESPACING3035404550 180245320540600 240 400 5045320195155 240 40351601209012030 Date:8/21/2024 Project:W 13TH ST (HENDERSON ST - FLORENCE ST)Contractor:FREESE & NICHOLSCity:FORT WORTHComments: -CONTRACTOR TO INSTALL ALL TRAFFIC CONTROL DEVICES IN COMPLIANCE WITH THE TMUTCD-CONTRACTOR TO MAINTAIN DRIVEWAY ACCESS AND ADA ACCESS ROUTES THROUGH WORK ZONEAND TO PRIVATE PROPERTY AT ALL TIMES-IF NECESSARY, CONTRACTOR TO INSTALL TEMPORARY MAILBOXES IN FRONT OF EACH PROPERTY (NO SEPARATE PAY)-CONTRACTOR TO REMOVE (OR COVER) ALL EXISTING SIGNAGE AND PAVEMENT MARKINGS IN CONFLICTWITH TEMPORARY TRAFFIC CONTROL PLAN-CONTRACTOR TO MAINTAIN ALL TEMPORARY SIGNAGE A MINIMUM 7' ABOVE ADJACENT TRAVEL LANE-CONTRACTOR TO COORDINATE WITH CITY REGARDING EMERGENCY AND TRASH SERVICES DURING CONSTRUCTION W 13TH STWESTBOUND LANE CLOSED - 11'EASTBOUND LANE CLOSED - 11'ROAD WIDTH - 22' This plan is for illustrativepurposes only and is notintended to relieve thecontractor from therequirements of thecontract documents ortheir responsibility to traffic 09-07-2024 155'BUFFER320'TAPER155'BUFFER320'TAPER240'240'2RIGHT LANESCLOSED 2RIGHT LANESCLOSED 120'ROADWORKAHEAD 120' ROADWORKAHEAD 120'ROADWORKAHEAD 120' ROADWORKAHEAD 120' ROADWORKAHEAD ENDROAD WORK ENDROAD WORK ENDROAD WORK SIDEWALKCLOSED SITEBARRICADES.COM817 -885-7483 SITEB ARRICADESRENTAL SIDEWALK CLOSEDUSE OTHER SIDE SITEBARRICADES.COM817 -885-7483 SITEB ARRICADESRENTAL ENDROAD WORK 3040'EXTENDEDSIGNSPACINGROADWORKAHEAD ENDROAD WORK 3040'EXTENDEDSIGNSPACING SIDEWALKCLOSED SIDEWALK CLOSEDUSE OTHER SIDE ENDROAD WORK Date:8/27/2024 Project:W LANCASTER AVE (SUMMIT AVE - FLORENCE ST)Contractor:FREESE & NICHOLSCity:FORT WORTHComments: DEVICES SPACED ON 30 & 40 FT CENTERSPHASE 1 OF 4SHEET 1 OF 2-CONTRACTOR TO INSTALL ALL TRAFFIC CONTROL DEVICES IN COMPLIANCE WITH THE TMUTCD-CONTRACTOR TO MAINTAIN DRIVEWAY ACCESS AND ADA ACCESS ROUTES THROUGH WORK ZONEAND TO PRIVATE PROPERTY AT ALL TIMES-IF NECESSARY, CONTRACTOR TO INSTALL TEMPORARY MAILBOXES IN FRONT OF EACH PROPERTY (NO SEPARATE PAY)-CONTRACTOR TO REMOVE (OR COVER) ALL EXISTING SIGNAGE AND PAVEMENT MARKINGS IN CONFLICTWITH TEMPORARY TRAFFIC CONTROL PLAN-CONTRACTOR TO MAINTAIN ALL TEMPORARY SIGNAGE A MINIMUM 7' ABOVE ADJACENT TRAVEL LANE-CONTRACTOR TO COORDINATE WITH CITY REGARDING EMERGENCY AND TRASH SERVICES DURING CONSTRUCTION DEVICES This plan is for illustrativepurposes only and is notintended to relieve thecontractor from therequirements of thecontract documents ortheir responsibility to traffic W LANCASTER AVE2 EASTBOUND & TURN LANE CLOSURE1 TURN LANE CLOSED - 12'2 EASTBOUND LANES CLOSED - 24'1 EASTBOUND LANE OPEN - 12'1 WESTBOUND LANE OPEN - 12'ROAD WIDTH - 60' DEVICES DEVICES LEGEND42" NAVIGATORSBARRELSTYPE IIITYPE II "SIDEWALK CLOSED"TYPE II "SIDEWALK CLOSED USE OTHER SIDE"WORK AREAARROW BOARD (SINGLE)2WAY VPLOW PROFILE CONCRETE BARRIER W/ END TERMINALS SPEED TAPER BUFFER SIGNSPACING DEVICESPACING3035404550 180245320540600 240 400 5045320195155 240 40351601209012030 HENDERSON STW LANCASTER AVE 09-06-2024 155'BUFFER120' ROADWORKAHEAD 120' 120'ROADWORKAHEAD ENDROAD WORK ENDROAD WORK ENDROAD WORK 120' ROADWORKAHEAD ENDROAD WORK SIDEWALKCLOSED 120' 320'TAPER90'BUFFER 180'TAPER 120' 240' LEFTLANECLOSED 240' LEFTLANECLOSED 240'ROADWORKAHEAD ENDROAD WORK ROADWORKAHEAD DETOURDETOURSIDEWALK CLOSEDUSE OTHER SIDE 120' ROADWORKAHEAD ENDROAD WORK SIDEWALKCLOSED SIDEWALK CLOSEDUSE OTHER SIDE SIDEWALK CLOSEDUSE OTHER SIDETEMPORARYLANEMARKINGS LEFTLANECLOSED LEFTLANECLOSED 120' 120' 120' ENDROAD WORK TURNLANECLOSED TURNLANECLOSED 120ROADWORKAHEADONLY120' ENDROAD WORK ROADWORKAHEAD ROADWORKAHEAD SIDEWALK CLOSEDUSE OTHER SIDE Date:8/27/2024 Project:W LANCASTER AVE (SUMMIT AVE - FLORENCE ST)Contractor:FREESE & NICHOLSCity:FORT WORTHComments: DEVICES SPACED ON 30 & 40 FT CENTERSPHASE 1 OF 4SHEET 2 OF 2-CONTRACTOR TO INSTALL ALL TRAFFIC CONTROL DEVICES IN COMPLIANCE WITH THE TMUTCD-CONTRACTOR TO MAINTAIN DRIVEWAY ACCESS AND ADA ACCESS ROUTES THROUGH WORK ZONEAND TO PRIVATE PROPERTY AT ALL TIMES-IF NECESSARY, CONTRACTOR TO INSTALL TEMPORARY MAILBOXES IN FRONT OF EACH PROPERTY (NO SEPARATE PAY)-CONTRACTOR TO REMOVE (OR COVER) ALL EXISTING SIGNAGE AND PAVEMENT MARKINGS IN CONFLICTWITH TEMPORARY TRAFFIC CONTROL PLAN-CONTRACTOR TO MAINTAIN ALL TEMPORARY SIGNAGE A MINIMUM 7' ABOVE ADJACENT TRAVEL LANE-CONTRACTOR TO COORDINATE WITH CITY REGARDING EMERGENCY AND TRASH SERVICES DURING CONSTRUCTION LEGEND42" NAVIGATORSLOW PROFILE CONCRETE BARRIER W/ END TERMINALSBARRELSTYPE IIITYPE II "SIDEWALK CLOSED"TYPE II "SIDEWALK CLOSED USE OTHER SIDE"WORK AREAARROW BOARD (SINGLE)2WAY VP This plan is for illustrativepurposes only and is notintended to relieve thecontractor from therequirements of thecontract documents ortheir responsibility to traffic HENDERSON STSOUTHBOUND LEFT LANE CLOSURE1 SOUTHBOUND LANE CLOSED - 12'2 SOUTHBOUND LANES OPEN - 24'ROAD WIDTH - 36' DEVICES DEVICES DEVICES SPEED TAPER BUFFER SIGNSPACING DEVICESPACING3035404550 180245320540600 240 400 5045320195155 240 40351601209012030 HENDERSON STW LANCASTER AVE HENDERSON STTURN LANECLOSURE1 NORTHBOUND TURN LANE CLOSED - 12'2 NORTHBOUND LANES OPEN - 24'ROAD WIDTH - 36' W LANCASTER AVE2 EASTBOUND & TURN LANE CLOSURE1 TURN LANE CLOSED - 12'2 EASTBOUND LANES CLOSED - 24'1 EASTBOUND LANE OPEN - 12'1 WESTBOUND LANE OPEN - 12'ROAD WIDTH - 60' 09-06-2024 120' 120' ROADWORKAHEAD 120' ENDROAD WORK ENDROAD WORK 120' ROADWORKAHEAD ENDROAD WORK 120' 120' ROADWORKAHEAD 120' ROADWORKAHEAD ENDROAD WORK 155'BUFFER320'TAPER 160'SHIFTINGTAPER240'240'240' ENDROAD WORK ROADWORKAHEAD 2RIGHT LANESCLOSED 120' ROADWORKAHEAD ENDROAD WORK 120' ENDROAD WORK ROADWORKAHEAD 120'2RIGHT LANESCLOSED ENDROAD WORK ROADWORKAHEAD 120' ROADWORKAHEAD ENDROAD WORK 120' ROADWORKAHEAD ENDROAD WORK ENDROAD WORK ROADWORKAHEAD 240' ENDROAD WORK ROADWORKAHEAD 155'BUFFER 90'BUFFER 90'SHIFTINGTAPER 180'TAPER 90'BUFFER 223'EXTBUFFER 95.6 ft 120' ROADWORKAHEAD 120' ROADWORKAHEAD ENDROAD WORK 120' 120'ENDROAD WORK ROADWORKAHEAD 2RIGHT LANESCLOSED 2RIGHT LANESCLOSED 120' ROADWORKAHEAD ENDROAD WORKENDROAD WORK 645'EXT SIGNSPACING 180'TAPER W DAGGETT AVE 90'BUFFER 180'TAPER 180'TAPER ROADCLOSEDDETOURHENDERSON STSOUTHBOUND RIGHT & TURN LANE CLOSURE1 SOUTHBOUND LANE CLOSED - 12'1 SOUTHBOUND TURN LANE CLOSED - 12'1 SOUTHBOUND LANE OPEN - 12'ROAD WIDTH - 36' W LANCASTER AVEEASTBOUND FULL ROAD CLOSURE2 EASTBOUND LANES CLOSED - 24'ROAD WIDTH - 48' HENDERSON STNORTHBOUND 2 RIGHT & TURN LANE CLOSURE2 NORTHBOUND LANES CLOSED - 24'1 NORTHBOUND TURN LANE CLOSED - 12'1 NORTHBOUND LANE OPEN -12'ROAD WIDTH - 48' LEFTLANECLOSED LEFTLANECLOSED 120'ROADWORKAHEAD ENDROAD WORK ONLYDate:8/27/2024 Project:W LANCASTER AVE (SUMMIT AVE - FLORENCE ST)Contractor:FREESE & NICHOLSCity:FORT WORTHComments: DEVICES SPACED ON 30 & 40 FT CENTERSPHASE 2 OF 4SHEET 1 OF 2-CONTRACTOR TO INSTALL ALL TRAFFIC CONTROL DEVICES IN COMPLIANCE WITH THE TMUTCD-CONTRACTOR TO MAINTAIN DRIVEWAY ACCESS AND ADA ACCESS ROUTES THROUGH WORK ZONEAND TO PRIVATE PROPERTY AT ALL TIMES-IF NECESSARY, CONTRACTOR TO INSTALL TEMPORARY MAILBOXES IN FRONT OF EACH PROPERTY (NO SEPARATE PAY)-CONTRACTOR TO REMOVE (OR COVER) ALL EXISTING SIGNAGE AND PAVEMENT MARKINGS IN CONFLICTWITH TEMPORARY TRAFFIC CONTROL PLAN-CONTRACTOR TO MAINTAIN ALL TEMPORARY SIGNAGE A MINIMUM 7' ABOVE ADJACENT TRAVEL LANE-CONTRACTOR TO COORDINATE WITH CITY REGARDING EMERGENCY AND TRASH SERVICES DURING CONSTRUCTIONThis plan is for illustrativepurposes only and is notintended to relieve thecontractor from therequirements of thecontract documents ortheir responsibility to traffic DEVICES DEVICES DEVICES SITEBARRICADES.COM817 -885-7483SITEBARRICADESRENTAL SITEBARRICADES.COM817 -885-7483SITEBARRICADESRENTALSITEBARRICADES.COM817 -885-7483SITEBARRICADESRENTALSITEBARRICADES.COM817 -885-7483SITEBARRICADESRENTAL SITEBARRICADES.COM817 -885-7483SITEBARRICADESRENTALSITEBARRICADES.COM817 -885-7483SITEBARRICADESRENTAL SITEBARRICADES.COM817 -885-7483SITEBARRICADESRENTALLEGEND42" NAVIGATORSBARRELSLOW PROFILE CONCRETE BARRIER W/ END TERMINALSWORK AREAARROW BOARD (SINGLE)2WAY VPEASTBOUND DETOUR ROUTETYPE III HENDERSON STW LANCASTER AVE SPEED TAPER BUFFER SIGNSPACING DEVICESPACING3035404550 180245320540600 240 400 5045320195155 240 40351601209012030 09-06-2024 SITEBARRICADES.COM817 -885-7483SITEBARRICADESRENTAL SITEBARRICADES.COM817-885-7483SITEBARRICADESRENTALSITEBARRICADES.COM817-885-7483SITEBARRICADESRENTAL SITEBARRICADES.COM817-885-7483SITEBARRICADESRENTAL SITEBARRICADES.COM817-885-7483SITEBARRICADESRENTALSITEBARRICADES.COM817-885-7483SITEBARRICADESRENTAL SITEBARRICADES.COM817-885-7483SITEBARRICADESRENTAL Date:8/27/2024 Project:W LANCASTER AVE (SUMMIT AVE - FLORENCE ST)Contractor:FREESE & NICHOLSCity:FORT WORTHComments: SHEET 2 OF 2 This plan is for illustrativepurposes only and is notintended to relieve thecontractor from therequirements of thecontract documents ortheir responsibility to traffic DEVICES DEVICES DEVICES LEGENDSHEET 1TYPE IIIEASTBOUND DETOUR ROUTEHENDERSON STW LANCASTER AVE SPEED TAPER BUFFER SIGNSPACING DEVICESPACING3035404550 180245320540600 240 400 5045320195155 240 40351601209012030 ROADCLOSEDDETOURDETOUR DETOUR09-06-2024 155'BUFFER320'TAPER 120'ROADWORKAHEAD 120' ROADWORKAHEAD 120' 120' ROADWORKAHEAD ENDROAD WORK ENDROAD WORK 240'RIGHTLANECLOSED 240'RIGHTLANECLOSED 240'ROADWORKAHEAD ENDROAD WORK ENDROAD WORK ENDROAD WORK SIDEWALK CLOSEDUSE OTHER SIDE SIDEWALKCLOSED ROADWORKAHEAD SIDEWALKCLOSED LEGEND42" NAVIGATORSBARRELSLOW PROFILE CONCRETE BARRIER W/ END TERMINALSWORK AREATYPE IIITYPE II "SIDEWALK CLOSED"TYPE II "SIDEWALK CLOSED USE OTHER SIDE"ARROW BOARD (SINGLE)2WAY VP Date:8/27/2024 Project:W LANCASTER AVE (SUMMIT AVE - FLORENCE ST)Contractor:FREESE & NICHOLSCity:FORT WORTHComments: DEVICES SPACED ON 30 & 40 FT CENTERSPHASE 3 OF 4SHEET 1 OF 2-CONTRACTOR TO INSTALL ALL TRAFFIC CONTROL DEVICES IN COMPLIANCE WITH THE TMUTCD-CONTRACTOR TO MAINTAIN DRIVEWAY ACCESS AND ADA ACCESS ROUTES THROUGH WORK ZONEAND TO PRIVATE PROPERTY AT ALL TIMES-IF NECESSARY, CONTRACTOR TO INSTALL TEMPORARY MAILBOXES IN FRONT OF EACH PROPERTY (NO SEPARATE PAY)-CONTRACTOR TO REMOVE (OR COVER) ALL EXISTING SIGNAGE AND PAVEMENT MARKINGS IN CONFLICTWITH TEMPORARY TRAFFIC CONTROL PLAN-CONTRACTOR TO MAINTAIN ALL TEMPORARY SIGNAGE A MINIMUM 7' ABOVE ADJACENT TRAVEL LANE-CONTRACTOR TO COORDINATE WITH CITY REGARDING EMERGENCY AND TRASH SERVICES DURING CONSTRUCTION This plan is for illustrativepurposes only and is notintended to relieve thecontractor from therequirements of thecontract documents ortheir responsibility to traffic SPEED TAPER BUFFER SIGNSPACING DEVICESPACING3035404550 180245320540600 240 400 5045320195155 240 40351601209012030 HENDERSON STW LANCASTER AVE DEVICES DEVICES DEVICES W LANCASTER AVE2 WESTBOUND & TURN LANE CLOSURE1 TURN LANE CLOSED - 12'2 WEST BOUND LANES CLOSED - 24'1 WESTBOUND LANE OPEN - 12'1 EASTBOUND LANE OPEN - 12'ROAD WIDTH - 60' 09-06-2024 120' 120'120' 120'ROADWORKAHEAD ENDROAD WORK ENDROAD WORK 120'ROADWORKAHEAD 120' ROADWORKAHEAD ENDROAD WORK ENDROAD WORKENDROAD WORK 90'SHIFTINGTAPER 90'BUFFER 180'TAPER 90'BUFFER 120' 120' 120'2RIGHT LANESCLOSED 2RIGHT LANESCLOSED 120'120' ROADWORKAHEAD ROADWORKAHEADROADWORKAHEAD ENDROAD WORK ENDROAD WORK 155'BUFFER 320'TAPER 155'BUFFER 320'TAPER 240'240'240' 240' ENDROAD WORK ROADWORKAHEAD2RIGHT LANESCLOSED2RIGHT LANESCLOSED120' 120' 120' 120'120' ENDROAD WORKROADWORKAHEAD TURNLANECLOSED TURNLANECLOSED ROADWORKAHEAD ONLYENDROAD WORK 120' ENDROAD WORK ROADWORKAHEAD SIDEWALKCLOSEDENDROAD WORK ROADWORKAHEAD SIDEWALKCLOSED ROADWORKAHEAD ROADWORKAHEAD ENDROAD WORK HENDERSON STNORTHBOUND TURN LANE CLOSURE1 NORTHBOUND TURN LANE CLOSED - 12'2 NORTHBOUND LANES OPEN -12'ROAD WIDTH - 36' 120'ROADWORKAHEAD ENDROAD WORK TEMPORARYLANEMARKINGS Date:8/27/2024 Project:W LANCASTER AVE (SUMMIT AVE - FLORENCE ST)Contractor:FREESE & NICHOLSCity:FORT WORTHComments: DEVICES SPACED ON 30 & 40 FT CENTERSPHASE 3 OF 4SHEET 2 OF 2-CONTRACTOR TO INSTALL ALL TRAFFIC CONTROL DEVICES IN COMPLIANCE WITH THE TMUTCD-CONTRACTOR TO MAINTAIN DRIVEWAY ACCESS AND ADA ACCESS ROUTES THROUGH WORK ZONEAND TO PRIVATE PROPERTY AT ALL TIMES-IF NECESSARY, CONTRACTOR TO INSTALL TEMPORARY MAILBOXES IN FRONT OF EACH PROPERTY (NO SEPARATE PAY)-CONTRACTOR TO REMOVE (OR COVER) ALL EXISTING SIGNAGE AND PAVEMENT MARKINGS IN CONFLICTWITH TEMPORARY TRAFFIC CONTROL PLAN-CONTRACTOR TO MAINTAIN ALL TEMPORARY SIGNAGE A MINIMUM 7' ABOVE ADJACENT TRAVEL LANE-CONTRACTOR TO COORDINATE WITH CITY REGARDING EMERGENCY AND TRASH SERVICES DURING CONSTRUCTION This plan is for illustrativepurposes only and is notintended to relieve thecontractor from therequirements of thecontract documents ortheir responsibility to traffic LEGEND42" NAVIGATORSBARRELSLOW PROFILE CONCRETE BARRIER W/ END TERMINALSWORK AREATYPE IIITYPE II "SIDEWALK CLOSED"TYPE II "SIDEWALK CLOSED USE OTHER SIDE"ARROW BOARD (SINGLE)2WAY VP SPEED TAPER BUFFER SIGNSPACING DEVICESPACING3035404550 180245320540600 240 400 5045320195155 240 40351601209012030 HENDERSON STW LANCASTER AVE DEVICES DEVICES DEVICES HENDERSON ST2 SOUTHBOUND LEFT LANE CLOSURE2 SOUTHBOUND LANE CLOSED - 24'1 SOUTHBOUND LANES OPEN - 12'ROAD WIDTH - 36' W LANCASTER AVE2 WESTBOUND & TURN LANE CLOSURE1 TURN LANE CLOSED - 12'2 WEST BOUND LANES CLOSED - 24'1 WESTBOUND LANE OPEN - 12'1 EASTBOUND LANE OPEN - 12'ROAD WIDTH - 60' 09-06-2024 120' ENDROAD WORK 120' 120' ROADWORKAHEAD 90'BUFFER 90'SHIFTINGTAPER 180'TAPER 90'BUFFER 223'EXTBUFFER 107.6 ft 120' ROADWORKAHEAD 120' ROADWORKAHEAD ENDROAD WORK 90'BUFFER 180'TAPER 180'TAPER HENDERSON STSOUTHBOUND RIGHT & TURN LANE CLOSURE1 SOUTHBOUND LANE CLOSED - 12'1 SOUTHBOUND TURN LANE CLOSED - 12'1 SOUTHBOUND LANE OPEN - 12'ROAD WIDTH - 36' HENDERSON STNORTHBOUND 2 RIGHT & TURN LANE CLOSURE2 NORTHBOUND LANES CLOSED - 24'1 NORTHBOUND TURN LANE CLOSED - 12'1 NORTHBOUND LANE OPEN -12'ROAD WIDTH - 48' LEFTLANECLOSED LEFTLANECLOSED 120' 120' 120' ROADWORKAHEAD ENDROAD WORK ROADCLOSEDAHEAD DETOURAHEAD 120'120' DETOURAHEAD DETOURAHEAD ROADWORKAHEAD ENDROAD WORK120' 120' ROADWORKAHEAD 120'ENDROAD WORK DETOUR120' ENDROAD WORK ROADWORKAHEAD ROAD CLOSEDTOTHRU TRAFFICROADCLOSED120'ROADWORKAHEAD ENDROAD WORK Date:8/27/2024 Project:W LANCASTER AVE (SUMMIT AVE - FLORENCE ST)Contractor:FREESE & NICHOLSCity:FORT WORTHComments: DEVICES SPACED ON 30 & 40 FT CENTERSPHASE 4 OF 4SHEET 1 OF 3-CONTRACTOR TO INSTALL ALL TRAFFIC CONTROL DEVICES IN COMPLIANCE WITH THE TMUTCD-CONTRACTOR TO MAINTAIN DRIVEWAY ACCESS AND ADA ACCESS ROUTES THROUGH WORK ZONEAND TO PRIVATE PROPERTY AT ALL TIMES-IF NECESSARY, CONTRACTOR TO INSTALL TEMPORARY MAILBOXES IN FRONT OF EACH PROPERTY (NO SEPARATE PAY)-CONTRACTOR TO REMOVE (OR COVER) ALL EXISTING SIGNAGE AND PAVEMENT MARKINGS IN CONFLICTWITH TEMPORARY TRAFFIC CONTROL PLAN-CONTRACTOR TO MAINTAIN ALL TEMPORARY SIGNAGE A MINIMUM 7' ABOVE ADJACENT TRAVEL LANE-CONTRACTOR TO COORDINATE WITH CITY REGARDING EMERGENCY AND TRASH SERVICES DURING CONSTRUCTION This plan is for illustrativepurposes only and is notintended to relieve thecontractor from therequirements of thecontract documents ortheir responsibility to traffic DEVICES DEVICES DEVICES HENDERSON STW LANCASTER AVE SPEED TAPER BUFFER SIGNSPACING DEVICESPACING3035404550 180245320540600 240 400 5045320195155 240 40351601209012030 SITEBARRICADES.COM817 -885-7483 SITEBARRICADESRENTAL SITEBARRICADES.COM817-885-7483SITEBARRICADESRENTALSITEBARRICADES.COM817-885-7483SITEBARRICADESRENTAL SITEBARRICADES.COM817-885-7483SITEBARRICADESRENTAL SITEBARRICADES.COM817-885-7483SITEBARRICADESRENTALSITEBARRICADES.COM817-885-7483SITEBARRICADESRENTAL SITEBARRICADES.COM817-885-7483SITEBARRICADESRENTAL 120' 120'ENDROAD WORK ROADWORKAHEAD 2RIGHT LANESCLOSED 2RIGHT LANESCLOSED 120' ROADWORKAHEAD ENDROAD WORKENDROAD WORK 645'EXT SIGNSPACING 180'TAPER W DAGGETT AVE LEGENDWORK AREALOW PROFILE CONCRETE BARRIER W/ END TERMINALS42" NAVIGATORSBARRELSARROW BOARD (SINGLE)2WAY VPTYPE IIIEASTBOUND DETOUR ROUTE 09-06-2024 160'SHIFTINGTAPER 320'TAPER 240'240'240' 120' ENDROAD WORK 240' ENDROAD WORK 120'120' ROADWORKAHEAD ENDROAD WORK ROADWORKAHEAD120' ROADWORKAHEAD ENDROAD WORK 2RIGHT LANESCLOSED2RIGHT LANESCLOSED ENDROAD WORK120' ENDROAD WORK ROADWORKAHEAD 120' ENDROAD WORKROADWORKAHEAD 155'BUFFER120' DETOURAHEAD 120' ENDROAD WORKROADCLOSEDDETOUR W LANCASTER AVEEASTBOUND FULL ROAD CLOSURE2 EASTBOUND LANES CLOSED - 24'ROAD WIDTH - 48'ROADWORKAHEAD ROADWORKAHEAD ONLYLEGENDWORK AREALOW PROFILE CONCRETE BARRIER W/ END TERMINALS42" NAVIGATORSBARRELSARROW BOARD (SINGLE)2WAY VPTYPE IIIEASTBOUND DETOUR ROUTE This plan is for illustrativepurposes only and is notintended to relieve thecontractor from therequirements of thecontract documents ortheir responsibility to trafficDate:8/27/2024 Project:W LANCASTER AVE (SUMMIT AVE - FLORENCE ST)Contractor:FREESE & NICHOLSCity:FORT WORTHComments: DEVICES SPACED ON 30 & 40 FT CENTERSPHASE 4 OF 4SHEET 2 OF 3-CONTRACTOR TO INSTALL ALL TRAFFIC CONTROL DEVICES IN COMPLIANCE WITH THE TMUTCD-CONTRACTOR TO MAINTAIN DRIVEWAY ACCESS AND ADA ACCESS ROUTES THROUGH WORK ZONEAND TO PRIVATE PROPERTY AT ALL TIMES-IF NECESSARY, CONTRACTOR TO INSTALL TEMPORARY MAILBOXES IN FRONT OF EACH PROPERTY (NO SEPARATE PAY)-CONTRACTOR TO REMOVE (OR COVER) ALL EXISTING SIGNAGE AND PAVEMENT MARKINGS IN CONFLICTWITH TEMPORARY TRAFFIC CONTROL PLAN-CONTRACTOR TO MAINTAIN ALL TEMPORARY SIGNAGE A MINIMUM 7' ABOVE ADJACENT TRAVEL LANE-CONTRACTOR TO COORDINATE WITH CITY REGARDING EMERGENCY AND TRASH SERVICES DURING CONSTRUCTION HENDERSON STW LANCASTER AVE SPEED TAPER BUFFER SIGNSPACING DEVICESPACING3035404550 180245320540600 240 400 5045320195155 240 40351601209012030 DEVICES DEVICES DEVICES 09-06-2024 SITEBARRICADES.COM817 -885-7483SITEBARRICADESRENTAL SITEBARRICADES.COM817-885-7483SITEBARRICADESRENTALSITEBARRICADES.COM817-885-7483SITEBARRICADESRENTALSITEBARRICADES.COM817-885-7483SITEBARRICADESRENTAL SITEBARRICADES.COM817-885-7483SITEBARRICADESRENTALSITEBARRICADES.COM817-885-7483SITEBARRICADESRENTALSITEBARRICADES.COM817-885-7483SITEBARRICADESRENTAL DETOURDETOUR DETOURDETOURROADCLOSEDROADCLOSEDDETOURDate:8/27/2024 Project:W LANCASTER AVE (SUMMIT AVE - FLORENCE ST)Contractor:FREESE & NICHOLSCity:FORT WORTHComments: SHEET 3 OF 3 This plan is for illustrativepurposes only and is notintended to relieve thecontractor from therequirements of thecontract documents ortheir responsibility to traffic DEVICES DEVICES DEVICES LEGENDSHEET 1TYPE IIISOUTHBOUND DETOUR ROUTEWESTBOUND DETOUR ROUTE HENDERSON STW LANCASTER AVE SPEED TAPER BUFFER SIGNSPACING DEVICESPACING3035404550 180245320540600 240 400 5045320195155 240 40351601209012030 09-06-2024 155'BUFFER320'TAPER155'BUFFER320'TAPER240'240'2RIGHT LANESCLOSED 2RIGHT LANESCLOSED 120'ROADWORKAHEAD 120' ROADWORKAHEAD 120'ROADWORKAHEAD 120' ROADWORKAHEAD 120' ROADWORKAHEAD ENDROAD WORK ENDROAD WORK ENDROAD WORK SIDEWALKCLOSED SITEBARRICADES.COM817 -885-7483 SITEB ARRICADESRENTAL SIDEWALK CLOSEDUSE OTHER SIDE SITEBARRICADES.COM817 -885-7483 SITEB ARRICADESRENTAL ENDROAD WORK 3040'EXTENDEDSIGNSPACINGROADWORKAHEAD ENDROAD WORK 3040'EXTENDEDSIGNSPACING SIDEWALKCLOSED SIDEWALK CLOSEDUSE OTHER SIDE ENDROAD WORK Date:8/27/2024 Project:W LANCASTER AVE (SUMMIT AVE - FLORENCE ST)Contractor:FREESE & NICHOLSCity:FORT WORTHComments: DEVICES SPACED ON 30 & 40 FT CENTERSPHASE 1 OF 4SHEET 1 OF 2-CONTRACTOR TO INSTALL ALL TRAFFIC CONTROL DEVICES IN COMPLIANCE WITH THE TMUTCD-CONTRACTOR TO MAINTAIN DRIVEWAY ACCESS AND ADA ACCESS ROUTES THROUGH WORK ZONEAND TO PRIVATE PROPERTY AT ALL TIMES-IF NECESSARY, CONTRACTOR TO INSTALL TEMPORARY MAILBOXES IN FRONT OF EACH PROPERTY (NO SEPARATE PAY)-CONTRACTOR TO REMOVE (OR COVER) ALL EXISTING SIGNAGE AND PAVEMENT MARKINGS IN CONFLICTWITH TEMPORARY TRAFFIC CONTROL PLAN-CONTRACTOR TO MAINTAIN ALL TEMPORARY SIGNAGE A MINIMUM 7' ABOVE ADJACENT TRAVEL LANE-CONTRACTOR TO COORDINATE WITH CITY REGARDING EMERGENCY AND TRASH SERVICES DURING CONSTRUCTION DEVICES This plan is for illustrativepurposes only and is notintended to relieve thecontractor from therequirements of thecontract documents ortheir responsibility to traffic W LANCASTER AVE2 EASTBOUND & TURN LANE CLOSURE1 TURN LANE CLOSED - 12'2 EASTBOUND LANES CLOSED - 24'1 EASTBOUND LANE OPEN - 12'1 WESTBOUND LANE OPEN - 12'ROAD WIDTH - 60' DEVICES DEVICES LEGEND42" NAVIGATORSBARRELSTYPE IIITYPE II "SIDEWALK CLOSED"TYPE II "SIDEWALK CLOSED USE OTHER SIDE"WORK AREAARROW BOARD (SINGLE)2WAY VPLOW PROFILE CONCRETE BARRIER W/ END TERMINALS SPEED TAPER BUFFER SIGNSPACING DEVICESPACING3035404550 180245320540600 240 400 5045320195155 240 40351601209012030 HENDERSON STW LANCASTER AVE 09-09-2024 155'BUFFER120' ROADWORKAHEAD 120' 120'ROADWORKAHEAD ENDROAD WORK ENDROAD WORK ENDROAD WORK 120' ROADWORKAHEAD ENDROAD WORK SIDEWALKCLOSED 120' 320'TAPER90'BUFFER 180'TAPER 120' 240' LEFTLANECLOSED 240' LEFTLANECLOSED 240'ROADWORKAHEAD ENDROAD WORK ROADWORKAHEAD DETOURDETOURSIDEWALK CLOSEDUSE OTHER SIDE 120' ROADWORKAHEAD ENDROAD WORK SIDEWALKCLOSED SIDEWALK CLOSEDUSE OTHER SIDE SIDEWALK CLOSEDUSE OTHER SIDETEMPORARYLANEMARKINGS LEFTLANECLOSED LEFTLANECLOSED 120' 120' 120' ENDROAD WORK TURNLANECLOSED TURNLANECLOSED 120ROADWORKAHEADONLY120' ENDROAD WORK ROADWORKAHEAD ROADWORKAHEAD SIDEWALK CLOSEDUSE OTHER SIDE Date:8/27/2024 Project:W LANCASTER AVE (SUMMIT AVE - FLORENCE ST)Contractor:FREESE & NICHOLSCity:FORT WORTHComments: DEVICES SPACED ON 30 & 40 FT CENTERSPHASE 1 OF 4SHEET 2 OF 2-CONTRACTOR TO INSTALL ALL TRAFFIC CONTROL DEVICES IN COMPLIANCE WITH THE TMUTCD-CONTRACTOR TO MAINTAIN DRIVEWAY ACCESS AND ADA ACCESS ROUTES THROUGH WORK ZONEAND TO PRIVATE PROPERTY AT ALL TIMES-IF NECESSARY, CONTRACTOR TO INSTALL TEMPORARY MAILBOXES IN FRONT OF EACH PROPERTY (NO SEPARATE PAY)-CONTRACTOR TO REMOVE (OR COVER) ALL EXISTING SIGNAGE AND PAVEMENT MARKINGS IN CONFLICTWITH TEMPORARY TRAFFIC CONTROL PLAN-CONTRACTOR TO MAINTAIN ALL TEMPORARY SIGNAGE A MINIMUM 7' ABOVE ADJACENT TRAVEL LANE-CONTRACTOR TO COORDINATE WITH CITY REGARDING EMERGENCY AND TRASH SERVICES DURING CONSTRUCTION LEGEND42" NAVIGATORSLOW PROFILE CONCRETE BARRIER W/ END TERMINALSBARRELSTYPE IIITYPE II "SIDEWALK CLOSED"TYPE II "SIDEWALK CLOSED USE OTHER SIDE"WORK AREAARROW BOARD (SINGLE)2WAY VP This plan is for illustrativepurposes only and is notintended to relieve thecontractor from therequirements of thecontract documents ortheir responsibility to traffic HENDERSON STSOUTHBOUND LEFT LANE CLOSURE1 SOUTHBOUND LANE CLOSED - 12'2 SOUTHBOUND LANES OPEN - 24'ROAD WIDTH - 36' DEVICES DEVICES DEVICES SPEED TAPER BUFFER SIGNSPACING DEVICESPACING3035404550 180245320540600 240 400 5045320195155 240 40351601209012030 HENDERSON STW LANCASTER AVE HENDERSON STTURN LANECLOSURE1 NORTHBOUND TURN LANE CLOSED - 12'2 NORTHBOUND LANES OPEN - 24'ROAD WIDTH - 36' W LANCASTER AVE2 EASTBOUND & TURN LANE CLOSURE1 TURN LANE CLOSED - 12'2 EASTBOUND LANES CLOSED - 24'1 EASTBOUND LANE OPEN - 12'1 WESTBOUND LANE OPEN - 12'ROAD WIDTH - 60' 09-09-2024 120' 120' ROADWORKAHEAD 120' ENDROAD WORK ENDROAD WORK 120' ROADWORKAHEAD ENDROAD WORK 120' 120' ROADWORKAHEAD 120' ROADWORKAHEAD ENDROAD WORK 155'BUFFER320'TAPER 160'SHIFTINGTAPER240'240'240' ENDROAD WORK ROADWORKAHEAD 2RIGHT LANESCLOSED 120' ROADWORKAHEAD ENDROAD WORK 120' ENDROAD WORK ROADWORKAHEAD 120'2RIGHT LANESCLOSED ENDROAD WORK ROADWORKAHEAD 120' ROADWORKAHEAD ENDROAD WORK 120' ROADWORKAHEAD ENDROAD WORK ENDROAD WORK ROADWORKAHEAD 240' ENDROAD WORK ROADWORKAHEAD 155'BUFFER 90'BUFFER 90'SHIFTINGTAPER 180'TAPER 90'BUFFER 223'EXTBUFFER 95.6 ft 120' ROADWORKAHEAD 120' ROADWORKAHEAD ENDROAD WORK 120' 120'ENDROAD WORK ROADWORKAHEAD 2RIGHT LANESCLOSED 2RIGHT LANESCLOSED 120' ROADWORKAHEAD ENDROAD WORKENDROAD WORK 645'EXT SIGNSPACING 180'TAPER W DAGGETT AVE 90'BUFFER 180'TAPER 180'TAPER ROADCLOSEDDETOURHENDERSON STSOUTHBOUND RIGHT & TURN LANE CLOSURE1 SOUTHBOUND LANE CLOSED - 12'1 SOUTHBOUND TURN LANE CLOSED - 12'1 SOUTHBOUND LANE OPEN - 12'ROAD WIDTH - 36' W LANCASTER AVEEASTBOUND FULL ROAD CLOSURE2 EASTBOUND LANES CLOSED - 24'ROAD WIDTH - 48' HENDERSON STNORTHBOUND 2 RIGHT & TURN LANE CLOSURE2 NORTHBOUND LANES CLOSED - 24'1 NORTHBOUND TURN LANE CLOSED - 12'1 NORTHBOUND LANE OPEN -12'ROAD WIDTH - 48' LEFTLANECLOSED LEFTLANECLOSED 120'ROADWORKAHEAD ENDROAD WORK ONLYDate:8/27/2024 Project:W LANCASTER AVE (SUMMIT AVE - FLORENCE ST)Contractor:FREESE & NICHOLSCity:FORT WORTHComments: DEVICES SPACED ON 30 & 40 FT CENTERSPHASE 2 OF 4SHEET 1 OF 2-CONTRACTOR TO INSTALL ALL TRAFFIC CONTROL DEVICES IN COMPLIANCE WITH THE TMUTCD-CONTRACTOR TO MAINTAIN DRIVEWAY ACCESS AND ADA ACCESS ROUTES THROUGH WORK ZONEAND TO PRIVATE PROPERTY AT ALL TIMES-IF NECESSARY, CONTRACTOR TO INSTALL TEMPORARY MAILBOXES IN FRONT OF EACH PROPERTY (NO SEPARATE PAY)-CONTRACTOR TO REMOVE (OR COVER) ALL EXISTING SIGNAGE AND PAVEMENT MARKINGS IN CONFLICTWITH TEMPORARY TRAFFIC CONTROL PLAN-CONTRACTOR TO MAINTAIN ALL TEMPORARY SIGNAGE A MINIMUM 7' ABOVE ADJACENT TRAVEL LANE-CONTRACTOR TO COORDINATE WITH CITY REGARDING EMERGENCY AND TRASH SERVICES DURING CONSTRUCTIONThis plan is for illustrativepurposes only and is notintended to relieve thecontractor from therequirements of thecontract documents ortheir responsibility to traffic DEVICES DEVICES DEVICES SITEBARRICADES.COM817 -885-7483SITEBARRICADESRENTAL SITEBARRICADES.COM817 -885-7483SITEBARRICADESRENTALSITEBARRICADES.COM817 -885-7483SITEBARRICADESRENTALSITEBARRICADES.COM817 -885-7483SITEBARRICADESRENTAL SITEBARRICADES.COM817 -885-7483SITEBARRICADESRENTALSITEBARRICADES.COM817 -885-7483SITEBARRICADESRENTAL SITEBARRICADES.COM817 -885-7483SITEBARRICADESRENTALLEGEND42" NAVIGATORSBARRELSLOW PROFILE CONCRETE BARRIER W/ END TERMINALSWORK AREAARROW BOARD (SINGLE)2WAY VPEASTBOUND DETOUR ROUTETYPE III HENDERSON STW LANCASTER AVE SPEED TAPER BUFFER SIGNSPACING DEVICESPACING3035404550 180245320540600 240 400 5045320195155 240 40351601209012030 09-09-2024 SITEBARRICADES.COM817 -885-7483SITEBARRICADESRENTAL SITEBARRICADES.COM817-885-7483SITEBARRICADESRENTALSITEBARRICADES.COM817-885-7483SITEBARRICADESRENTAL SITEBARRICADES.COM817-885-7483SITEBARRICADESRENTAL SITEBARRICADES.COM817-885-7483SITEBARRICADESRENTALSITEBARRICADES.COM817-885-7483SITEBARRICADESRENTAL SITEBARRICADES.COM817-885-7483SITEBARRICADESRENTAL Date:8/27/2024 Project:W LANCASTER AVE (SUMMIT AVE - FLORENCE ST)Contractor:FREESE & NICHOLSCity:FORT WORTHComments: SHEET 2 OF 2 This plan is for illustrativepurposes only and is notintended to relieve thecontractor from therequirements of thecontract documents ortheir responsibility to traffic DEVICES DEVICES DEVICES LEGENDSHEET 1TYPE IIIEASTBOUND DETOUR ROUTEHENDERSON STW LANCASTER AVE SPEED TAPER BUFFER SIGNSPACING DEVICESPACING3035404550 180245320540600 240 400 5045320195155 240 40351601209012030 ROADCLOSEDDETOURDETOUR DETOUR09-09-2024 155'BUFFER320'TAPER 120'ROADWORKAHEAD 120' ROADWORKAHEAD 120' 120' ROADWORKAHEAD ENDROAD WORK ENDROAD WORK 240'RIGHTLANECLOSED240'RIGHTLANECLOSED240'ROADWORKAHEAD ENDROAD WORK ENDROAD WORK ENDROAD WORK SIDEWALK CLOSEDUSE OTHER SIDE SIDEWALKCLOSED ROADWORKAHEAD SIDEWALKCLOSED LEGEND42" NAVIGATORSBARRELSLOW PROFILE CONCRETE BARRIER W/ END TERMINALSWORK AREATYPE IIITYPE II "SIDEWALK CLOSED"TYPE II "SIDEWALK CLOSED USE OTHER SIDE"ARROW BOARD (SINGLE)2WAY VP Date:8/27/2024 Project:W LANCASTER AVE (SUMMIT AVE - FLORENCE ST)Contractor:FREESE & NICHOLSCity:FORT WORTHComments: DEVICES SPACED ON 30 & 40 FT CENTERSPHASE 3 OF 4SHEET 1 OF 2-CONTRACTOR TO INSTALL ALL TRAFFIC CONTROL DEVICES IN COMPLIANCE WITH THE TMUTCD-CONTRACTOR TO MAINTAIN DRIVEWAY ACCESS AND ADA ACCESS ROUTES THROUGH WORK ZONEAND TO PRIVATE PROPERTY AT ALL TIMES-IF NECESSARY, CONTRACTOR TO INSTALL TEMPORARY MAILBOXES IN FRONT OF EACH PROPERTY (NO SEPARATE PAY)-CONTRACTOR TO REMOVE (OR COVER) ALL EXISTING SIGNAGE AND PAVEMENT MARKINGS IN CONFLICTWITH TEMPORARY TRAFFIC CONTROL PLAN-CONTRACTOR TO MAINTAIN ALL TEMPORARY SIGNAGE A MINIMUM 7' ABOVE ADJACENT TRAVEL LANE-CONTRACTOR TO COORDINATE WITH CITY REGARDING EMERGENCY AND TRASH SERVICES DURING CONSTRUCTION This plan is for illustrativepurposes only and is notintended to relieve thecontractor from therequirements of thecontract documents ortheir responsibility to traffic SPEED TAPER BUFFER SIGNSPACING DEVICESPACING3035404550 180245320540600 240 400 5045320195155 240 40351601209012030 HENDERSON STW LANCASTER AVE DEVICES DEVICES DEVICES W LANCASTER AVE2 WESTBOUND & TURN LANE CLOSURE1 TURN LANE CLOSED - 12'2 WEST BOUND LANES CLOSED - 24'1 WESTBOUND LANE OPEN - 12'1 EASTBOUND LANE OPEN - 12'ROAD WIDTH - 60' 09-09-2024 120' 120'120' 120'ROADWORKAHEAD ENDROAD WORK ENDROAD WORK 120'ROADWORKAHEAD 120' ROADWORKAHEAD ENDROAD WORK ENDROAD WORKENDROAD WORK 90'SHIFTINGTAPER 90'BUFFER 180'TAPER 90'BUFFER 120' 120' 120'2RIGHT LANESCLOSED 2RIGHT LANESCLOSED 120'120' ROADWORKAHEAD ROADWORKAHEADROADWORKAHEAD ENDROAD WORK ENDROAD WORK 155'BUFFER 320'TAPER 155'BUFFER 320'TAPER 240'240'240'240' ENDROAD WORK ROADWORKAHEAD2RIGHT LANESCLOSED2RIGHT LANESCLOSED120' 120' 120' 120'120' ENDROAD WORKROADWORKAHEAD TURNLANECLOSED TURNLANECLOSED ROADWORKAHEAD ONLYENDROAD WORK 120' ENDROAD WORK ROADWORKAHEAD SIDEWALKCLOSEDENDROAD WORK ROADWORKAHEAD SIDEWALKCLOSED ROADWORKAHEAD ROADWORKAHEAD ENDROAD WORK HENDERSON STNORTHBOUND TURN LANE CLOSURE1 NORTHBOUND TURN LANE CLOSED - 12'2 NORTHBOUND LANES OPEN -12'ROAD WIDTH - 36' 120'ROADWORKAHEAD ENDROAD WORK TEMPORARYLANEMARKINGS Date:8/27/2024 Project:W LANCASTER AVE (SUMMIT AVE - FLORENCE ST)Contractor:FREESE & NICHOLSCity:FORT WORTHComments: DEVICES SPACED ON 30 & 40 FT CENTERSPHASE 3 OF 4SHEET 2 OF 2-CONTRACTOR TO INSTALL ALL TRAFFIC CONTROL DEVICES IN COMPLIANCE WITH THE TMUTCD-CONTRACTOR TO MAINTAIN DRIVEWAY ACCESS AND ADA ACCESS ROUTES THROUGH WORK ZONEAND TO PRIVATE PROPERTY AT ALL TIMES-IF NECESSARY, CONTRACTOR TO INSTALL TEMPORARY MAILBOXES IN FRONT OF EACH PROPERTY (NO SEPARATE PAY)-CONTRACTOR TO REMOVE (OR COVER) ALL EXISTING SIGNAGE AND PAVEMENT MARKINGS IN CONFLICTWITH TEMPORARY TRAFFIC CONTROL PLAN-CONTRACTOR TO MAINTAIN ALL TEMPORARY SIGNAGE A MINIMUM 7' ABOVE ADJACENT TRAVEL LANE-CONTRACTOR TO COORDINATE WITH CITY REGARDING EMERGENCY AND TRASH SERVICES DURING CONSTRUCTION This plan is for illustrativepurposes only and is notintended to relieve thecontractor from therequirements of thecontract documents ortheir responsibility to traffic LEGEND42" NAVIGATORSBARRELSLOW PROFILE CONCRETE BARRIER W/ END TERMINALSWORK AREATYPE IIITYPE II "SIDEWALK CLOSED"TYPE II "SIDEWALK CLOSED USE OTHER SIDE"ARROW BOARD (SINGLE)2WAY VP SPEED TAPER BUFFER SIGNSPACING DEVICESPACING3035404550 180245320540600 240 400 5045320195155 240 40351601209012030 HENDERSON STW LANCASTER AVE DEVICES DEVICES DEVICES HENDERSON ST2 SOUTHBOUND LEFT LANE CLOSURE2 SOUTHBOUND LANE CLOSED - 24'1 SOUTHBOUND LANES OPEN - 12'ROAD WIDTH - 36' W LANCASTER AVE2 WESTBOUND & TURN LANE CLOSURE1 TURN LANE CLOSED - 12'2 WEST BOUND LANES CLOSED - 24'1 WESTBOUND LANE OPEN - 12'1 EASTBOUND LANE OPEN - 12'ROAD WIDTH - 60' 09-09-2024 120' ENDROAD WORK 120' 120' ROADWORKAHEAD 90'BUFFER 90'SHIFTINGTAPER 180'TAPER 90'BUFFER 223'EXTBUFFER 107.6 ft 120' ROADWORKAHEAD 120' ROADWORKAHEAD ENDROAD WORK 90'BUFFER 180'TAPER 180'TAPER HENDERSON STSOUTHBOUND RIGHT & TURN LANE CLOSURE1 SOUTHBOUND LANE CLOSED - 12'1 SOUTHBOUND TURN LANE CLOSED - 12'1 SOUTHBOUND LANE OPEN - 12'ROAD WIDTH - 36' HENDERSON STNORTHBOUND 2 RIGHT & TURN LANE CLOSURE2 NORTHBOUND LANES CLOSED - 24'1 NORTHBOUND TURN LANE CLOSED - 12'1 NORTHBOUND LANE OPEN -12'ROAD WIDTH - 48' LEFTLANECLOSED LEFTLANECLOSED 120' 120' 120' ROADWORKAHEAD ENDROAD WORK ROADCLOSEDAHEAD DETOURAHEAD 120'120' DETOURAHEAD DETOURAHEAD ROADWORKAHEAD ENDROAD WORK120' 120' ROADWORKAHEAD 120'ENDROAD WORK DETOUR120' ENDROAD WORK ROADWORKAHEAD ROAD CLOSEDTOTHRU TRAFFICROADCLOSED120'ROADWORKAHEAD ENDROAD WORK Date:8/27/2024 Project:W LANCASTER AVE (SUMMIT AVE - FLORENCE ST)Contractor:FREESE & NICHOLSCity:FORT WORTHComments: DEVICES SPACED ON 30 & 40 FT CENTERSPHASE 4 OF 4SHEET 1 OF 3-CONTRACTOR TO INSTALL ALL TRAFFIC CONTROL DEVICES IN COMPLIANCE WITH THE TMUTCD-CONTRACTOR TO MAINTAIN DRIVEWAY ACCESS AND ADA ACCESS ROUTES THROUGH WORK ZONEAND TO PRIVATE PROPERTY AT ALL TIMES-IF NECESSARY, CONTRACTOR TO INSTALL TEMPORARY MAILBOXES IN FRONT OF EACH PROPERTY (NO SEPARATE PAY)-CONTRACTOR TO REMOVE (OR COVER) ALL EXISTING SIGNAGE AND PAVEMENT MARKINGS IN CONFLICTWITH TEMPORARY TRAFFIC CONTROL PLAN-CONTRACTOR TO MAINTAIN ALL TEMPORARY SIGNAGE A MINIMUM 7' ABOVE ADJACENT TRAVEL LANE-CONTRACTOR TO COORDINATE WITH CITY REGARDING EMERGENCY AND TRASH SERVICES DURING CONSTRUCTION This plan is for illustrativepurposes only and is notintended to relieve thecontractor from therequirements of thecontract documents ortheir responsibility to traffic DEVICES DEVICES DEVICES HENDERSON STW LANCASTER AVE SPEED TAPER BUFFER SIGNSPACING DEVICESPACING3035404550 180245320540600 240 400 5045320195155 240 40351601209012030 SITEBARRICADES.COM817 -885-7483 SITEBARRICADESRENTAL SITEBARRICADES.COM817-885-7483SITEBARRICADESRENTALSITEBARRICADES.COM817-885-7483SITEBARRICADESRENTAL SITEBARRICADES.COM817-885-7483SITEBARRICADESRENTAL SITEBARRICADES.COM817-885-7483SITEBARRICADESRENTALSITEBARRICADES.COM817-885-7483SITEBARRICADESRENTAL SITEBARRICADES.COM817-885-7483SITEBARRICADESRENTAL 120' 120'ENDROAD WORK ROADWORKAHEAD 2RIGHT LANESCLOSED 2RIGHT LANESCLOSED 120' ROADWORKAHEAD ENDROAD WORKENDROAD WORK 645'EXT SIGNSPACING 180'TAPER W DAGGETT AVE LEGENDWORK AREALOW PROFILE CONCRETE BARRIER W/ END TERMINALS42" NAVIGATORSBARRELSARROW BOARD (SINGLE)2WAY VPTYPE IIIEASTBOUND DETOUR ROUTE 09-09-2024 160'SHIFTINGTAPER 320'TAPER 240'240'240' 120' ENDROAD WORK 240' ENDROAD WORK 120'120' ROADWORKAHEAD ENDROAD WORK ROADWORKAHEAD120' ROADWORKAHEAD ENDROAD WORK 2RIGHT LANESCLOSED2RIGHT LANESCLOSED ENDROAD WORK120' ENDROAD WORK ROADWORKAHEAD 120' ENDROAD WORKROADWORKAHEAD 155'BUFFER120' DETOURAHEAD 120' ENDROAD WORKROADCLOSEDDETOUR W LANCASTER AVEEASTBOUND FULL ROAD CLOSURE2 EASTBOUND LANES CLOSED - 24'ROAD WIDTH - 48'ROADWORKAHEAD ROADWORKAHEAD ONLYLEGENDWORK AREALOW PROFILE CONCRETE BARRIER W/ END TERMINALS42" NAVIGATORSBARRELSARROW BOARD (SINGLE)2WAY VPTYPE IIIEASTBOUND DETOUR ROUTE This plan is for illustrativepurposes only and is notintended to relieve thecontractor from therequirements of thecontract documents ortheir responsibility to trafficDate:8/27/2024 Project:W LANCASTER AVE (SUMMIT AVE - FLORENCE ST)Contractor:FREESE & NICHOLSCity:FORT WORTHComments: DEVICES SPACED ON 30 & 40 FT CENTERSPHASE 4 OF 4SHEET 2 OF 3-CONTRACTOR TO INSTALL ALL TRAFFIC CONTROL DEVICES IN COMPLIANCE WITH THE TMUTCD-CONTRACTOR TO MAINTAIN DRIVEWAY ACCESS AND ADA ACCESS ROUTES THROUGH WORK ZONEAND TO PRIVATE PROPERTY AT ALL TIMES-IF NECESSARY, CONTRACTOR TO INSTALL TEMPORARY MAILBOXES IN FRONT OF EACH PROPERTY (NO SEPARATE PAY)-CONTRACTOR TO REMOVE (OR COVER) ALL EXISTING SIGNAGE AND PAVEMENT MARKINGS IN CONFLICTWITH TEMPORARY TRAFFIC CONTROL PLAN-CONTRACTOR TO MAINTAIN ALL TEMPORARY SIGNAGE A MINIMUM 7' ABOVE ADJACENT TRAVEL LANE-CONTRACTOR TO COORDINATE WITH CITY REGARDING EMERGENCY AND TRASH SERVICES DURING CONSTRUCTION HENDERSON STW LANCASTER AVE SPEED TAPER BUFFER SIGNSPACING DEVICESPACING3035404550 180245320540600 240 400 5045320195155 240 40351601209012030 DEVICES DEVICES DEVICES 09-09-2024 SITEBARRICADES.COM817 -885-7483SITEBARRICADESRENTAL SITEBARRICADES.COM817-885-7483SITEBARRICADESRENTALSITEBARRICADES.COM817-885-7483SITEBARRICADESRENTALSITEBARRICADES.COM817-885-7483SITEBARRICADESRENTAL SITEBARRICADES.COM817-885-7483SITEBARRICADESRENTALSITEBARRICADES.COM817-885-7483SITEBARRICADESRENTALSITEBARRICADES.COM817-885-7483SITEBARRICADESRENTAL DETOURDETOUR DETOURDETOURROADCLOSEDROADCLOSEDDETOURDate:8/27/2024 Project:W LANCASTER AVE (SUMMIT AVE - FLORENCE ST)Contractor:FREESE & NICHOLSCity:FORT WORTHComments: SHEET 3 OF 3 This plan is for illustrativepurposes only and is notintended to relieve thecontractor from therequirements of thecontract documents ortheir responsibility to traffic DEVICES DEVICES DEVICES LEGENDSHEET 1TYPE IIISOUTHBOUND DETOUR ROUTEWESTBOUND DETOUR ROUTE HENDERSON STW LANCASTER AVE SPEED TAPER BUFFER SIGNSPACING DEVICESPACING3035404550 180245320540600 240 400 5045320195155 240 40351601209012030 09-09-2024 90'BUFFER180'TAPER120'120'120' ENDROAD WORK ROADWORKAHEAD LEFTLANECLOSED120' LEFTLANECLOSED ENDROAD WORK ROADWORKAHEAD 120'ENDROAD WORK ROADWORKAHEADENDROAD WORK 120'ROADWORKAHEAD 90'BUFFER 120' 120'ENDROAD WORK ROADWORKAHEAD LEFTLANECLOSED 120'180'TAPER ROADWORKAHEAD ENDROAD WORK 120'120' ROADWORKAHEAD ENDROAD WORK SIDEWALK CLOSEDUSE OTHER SIDE LEFTLANECLOSED 90'BUFFER 180'TAPERSIDEWALK CLOSEDUSE OTHER SIDE 90'BUFFER 180'TAPER 120' 120' 120' ROADWORKAHEAD ENDROAD WORK 2RIGHT LANESCLOSED 2RIGHT LANESCLOSED 90'SHIFTINGTAPER 90'BUFFER 180'TAPER 90'BUFFER 108'TAPER 120'120'120' ROADWORKAHEAD2RIGHT LANESCLOSED ENDROAD WORK120'ENDROAD WORK 120'2RIGHT LANESCLOSED ENDROAD WORKROADWORKAHEAD SIDEWALK CLOSEDUSE OTHER SIDE SIDEWALKCLOSED SIDEWALK CLOSEDUSE OTHER SIDE SPEED TAPER BUFFER SIGNSPACING DEVICESPACING3035404550 180245320540600 240 400 5045320195155 240 403516012090 120 30 DEVICES LEGEND42" NAVIGATORSLOW PROFILE CONCRETE BARRIER W/ END TERMINALSWORK AREA2WAY VPTYPE IIITYPE II "SIDEWALK CLOSED"TYPE II "SIDEWALK CLOSED USE OTHER SIDE" Date:8/28/2024 Project:SUMMIT AVE (W 5TH ST - W LANCASTER AVE)Contractor:FREESE & NICHOLSCity:FORT WORTHComments: DEVICES SPACED ON 30 FT CENTERSPHASE 7 OF 9-CONTRACTOR TO INSTALL ALL TRAFFIC CONTROL DEVICES IN COMPLIANCE WITH THE TMUTCD-CONTRACTOR TO MAINTAIN DRIVEWAY ACCESS AND ADA ACCESS ROUTES THROUGH WORK ZONEAND TO PRIVATE PROPERTY AT ALL TIMES-IF NECESSARY, CONTRACTOR TO INSTALL TEMPORARY MAILBOXES IN FRONT OF EACH PROPERTY (NO SEPARATE PAY)-CONTRACTOR TO REMOVE (OR COVER) ALL EXISTING SIGNAGE AND PAVEMENT MARKINGS IN CONFLICTWITH TEMPORARY TRAFFIC CONTROL PLAN-CONTRACTOR TO MAINTAIN ALL TEMPORARY SIGNAGE A MINIMUM 7' ABOVE ADJACENT TRAVEL LANE-CONTRACTOR TO COORDINATE WITH CITY REGARDING EMERGENCY AND TRASH SERVICES DURING CONSTRUCTION DEVICES This plan is for illustrativepurposes only and is notintended to relieve thecontractor from therequirements of thecontract documents ortheir responsibility to traffic W LANCASTER AVE2 EASTBOUND RIGHT LANES CLOSED2 EASTBOUND LANES CLOSED - 22'1 EASTBOUND LANE OPEN - 11'1 WESTBOUND LANE OPEN - 11'ROAD WIDTH - 44' SUMMIT AVE 2 SOUTHBOUND LANES CLOSED - 22'1 NORTH/SOUTH BOUND LANE CLOSED - 12'1 NORTHBOUND LANE OPEN - 12'1 SOUTHBOUND LANE OPEN - 12'ROAD WIDTH - 60' 09-09-2024 ONLYONLYONLYONLYONLYONLYONLYONLYONLY ONLY ONLYONLYW 7TH STEASTBOUND RIGHT LANE CLOSURE2 LANES CLOSED - 24'1 LANE OPEN- 12'ROAD WIDTH - 60' W 7TH STWESTBOUND LEFT LANE CLOSURE2 LANES CLOSED - 24'1 LANE OPEN- 12'ROAD WIDTH - 60' 180'TAPER 90'BUFFER ROADWORKAHEAD 180'TAPER 90'BUFFER 180'TAPER 90'BUFFER90'SHIFTINGTAPER ROADWORKAHEAD 120' 1065'EXT SIGNSPACING 120'12.0 ft 12.0 ft 10.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 10.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 10.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 10.0 ft 12.0 ft 12.0 ft 90'BUFFER120'ROADWORKAHEAD ROADWORKAHEAD ENDROAD WORK 90'BUFFER PRIVATE ROAD 120' ENDROAD WORK ENDROAD WORK 120' 120' 120'ROADWORKAHEAD LEFTLANECLOSED LEFTLANECLOSED ENDROAD WORKROADWORKAHEAD ENDROAD WORK 120' ROADWORKAHEAD 120' ENDROAD WORK SPEED LIMITCHANGE:35 MPHSPEED LIMITCHANGE:30 MPH 245'TAPER 120'BUFFER 245'TAPER 129'EXTBUFFER122'SHIFTINGTAPER ROADWORKAHEAD120' ROADWORKAHEAD 120' ENDROAD WORK 120' ENDROAD WORK ENDROAD WORK 120'ROADWORKAHEADENDROAD WORK ENDROAD WORK ENDROAD WORK ROADWORKAHEAD 120' ENDROAD WORK ROADWORKAHEAD ENDROAD WORK ROADWORKAHEAD 120' ENDROAD WORK 120' ENDROAD WORK120' ENDROAD WORK 120' ROADWORKAHEAD ENDROAD WORK 120' ROADWORKAHEAD ENDROAD WORK120'ROADWORKAHEAD ENDROAD WORK 120' 120' 120'ROADWORKAHEADENDROAD WORK 2RIGHT LANESCLOSED 2RIGHT LANESCLOSED 120' 120' 120' 180'TAPER ROADWORKAHEAD ENDROAD WORK LEFTLANECLOSED LEFTLANECLOSED SIDEWALK CLOSEDUSE OTHER SIDE SIDEWALKCLOSED SIDEWALKCLOSED SIDEWALK CLOSEDUSE OTHER SIDE SIDEWALK CLOSEDUSE OTHER SIDEROADWORKAHEAD W LANCASTER AVE2 WESTBOUND RIGHT LANES CLOSED - 24'1 WESTBOUND RIGHT LANE OPEN - 10' 1 EASTBOUND LANE CLOSED - 101 EASTBOUND LANE OPEN- 10'ROAD WIDTH - 54' W LANCASTER AVEEASTBOUND LEFT LANE CLOSURE 1 LANE CLOSED - 11'1 LANE OPEN- 11'ROAD WIDTH - 44'SUMMIT AVE 2 NORTHBOUND LANES CLOSED - 22'1 NORTH/SOUTH BOUND LANE CLOSED - 12'1 NORTHBOUND LANE OPEN - 10'1 SOUTHBOUND LANE OPEN - 10'ROAD WIDTH - 54' 120' 90'BUFFER 90'SHIFTINGTAPER 120'245'EXTBUFFER 180'TAPER 120'120'120'120'ROADWORKAHEAD LEFTLANECLOSEDLEFTLANECLOSED FOREST PARK BLVD ROADWORKAHEAD 180'TAPER120'120'120'ROADWORKAHEAD LEFTLANECLOSED LEFTLANECLOSED ENDROAD WORK ONLYSIDEWALK CLOSEDUSE OTHER SIDE SIDEWALKCLOSED SIDEWALK CLOSEDUSE OTHER SIDE RIGHTLANECLOSED RIGHTLANECLOSEDSIDEWALKCLOSED 120' 1065' EXT SIGNSPACING 2RIGHT LANESCLOSED 160' ENDROAD WORKROADWORKAHEAD ROADWORKAHEAD 160' ENDROAD WORK2RIGHT LANESCLOSED SPEED TAPER BUFFER SIGNSPACING DEVICESPACING3035404550 180245320540600 240 400 5045320195155 240 403516012090 120 30 DEVICES LEGENDWORK AREA42" NAVIGATORSLOW PROFILE CONCRETE BARRIER W/ END TERMINALSTYPE IIITYPE II "SIDEWALK CLOSED"TYPE II "SIDEWALK CLOSED USE OTHER SIDE"TWO WAY VERTICAL PANEL Date:8/28/2024 Project:SUMMIT AVE (W 5TH ST - W LANCASTER AVE)Contractor:FREESE & NICHOLSCity:FORT WORTHComments: DEVICES SPACED ON 30 FT CENTERSPHASE 8 OF 9-CONTRACTOR TO INSTALL ALL TRAFFIC CONTROL DEVICES IN COMPLIANCE WITH THE TMUTCD-CONTRACTOR TO MAINTAIN DRIVEWAY ACCESS AND ADAACCESS ROUTES THROUGH WORK ZONE AND TO PRIVATE PROPERTY AT ALL TIMES -IF NECESSARY, CONTRACTOR TO INSTALL TEMPORARY MAILBOXES IN FRONT OF EACH PROPERTY (NO SEPARATE PAY) -CONTRACTOR TO REMOVE (OR COVER) ALL EXISTING SIGNAGE AND PAVEMENT MARKINGS IN CONFLICTWITH TEMPORARY TRAFFIC CONTROL PLAN-CONTRACTOR TO MAINTAIN ALL TEMPORARY SIGNAGE A MINIMUM 7' ABOVE ADJACENT TRAVEL LANE-CONTRACTOR TO COORDINATE WITH CITY REGARDING EMERGENCY AND TRASH SERVICES DURING CONSTRUCTION DEVICES This plan is for illustrativepurposes only and is notintended to relieve thecontractor from therequirements of thecontract documents ortheir responsibility to traffic 90'SHIFTINGTAPER 161'EXTBUFFER 180'TAPER 90'BUFFER 180'TAPER 12.0 ft 12.0 ft 10.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 10.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 12.0 ft 09-09-2024 SPEED LIMIT CHANGE:35 MPH SPEED LIMIT CHANGE:30 MPH 120' ENDROAD WORK 120' ENDROAD WORK 120' ROADWORKAHEAD 90'BUFFER 90'SHIFTINGTAPER 180'TAPER 120'120'120' ENDROAD WORK ROADWORKAHEAD2RIGHT LANESCLOSED2RIGHT LANESCLOSED 120'120'ROADWORKAHEADENDROAD WORK ROADWORKAHEAD SIDEWALK CLOSEDUSE OTHER SIDE 268'EXTBUFFER245'TAPER160'160'1105'EXT SIGNSPACING ENDROAD WORK ROADWORKAHEAD LEFTLANECLOSED 120' ENDROAD WORK ROADWORKAHEAD LEFTLANECLOSED 120' ENDROAD WORK ROADWORKAHEAD 90'BUFFER ENDROAD WORK 120' ROADWORKAHEAD ROADWORKAHEAD 120'120'120' ENDROAD WORK ROADWORKAHEAD 120' ROADWORKAHEAD ENDROAD WORK 120' ENDROAD WORK ROADWORKAHEAD240'ROADWORKAHEAD ENDROAD WORK 120'ENDROAD WORK90'SHIFTINGTAPER 239'EXTBUFFER 180'TAPER 2RIGHT LANESCLOSED2RIGHT LANESCLOSED ENDROAD WORK 90'BUFFER 180'TAPER ENDROAD WORK 120' 120' 120'ENDROAD WORK ROADWORKAHEAD LEFTLANECLOSED LEFTLANECLOSED SIDEWALK CLOSEDUSE OTHER SIDE SIDEWALKCLOSED SIDEWALK CLOSEDUSE OTHER SIDE SIDEWALK CLOSEDUSE OTHER SIDE SIDEWALKCLOSED Date:8/28/2024 Project:SUMMIT AVE (W 5TH ST - W LANCASTER AVE)Contractor:FREESE & NICHOLSCity:FORT WORTHComments: DEVICES SPACED ON 30 & 35 FT CENTERSPHASE 9 OF 9-CONTRACTOR TO INSTALL ALL TRAFFIC CONTROL DEVICES IN COMPLIANCE WITH THE TMUTCD-CONTRACTOR TO MAINTAIN DRIVEWAY ACCESS AND ADA ACCESS ROUTES THROUGH WORK ZONEAND TO PRIVATE PROPERTY AT ALL TIMES-IF NECESSARY, CONTRACTOR TO INSTALL TEMPORARY MAILBOXES IN FRONT OF EACH PROPERTY (NO SEPARATE PAY)-CONTRACTOR TO REMOVE (OR COVER) ALL EXISTING SIGNAGE AND PAVEMENT MARKINGS IN CONFLICTWITH TEMPORARY TRAFFIC CONTROL PLAN-CONTRACTOR TO MAINTAIN ALL TEMPORARY SIGNAGE A MINIMUM 7' ABOVE ADJACENT TRAVEL LANE-CONTRACTOR TO COORDINATE WITH CITY REGARDING EMERGENCY AND TRASH SERVICES DURING CONSTRUCTION This plan is for illustrativepurposes only and is notintended to relieve thecontractor from therequirements of thecontract documents ortheir responsibility to traffic LEGEND42" NAVIGATORSLOW PROFILE CONCRETE BARRIER W/ END TERMINALSWORK AREATYPE IIITYPE II "SIDEWALK CLOSED"TYPE II "SIDEWALK CLOSED USE OTHER SIDE"2WAY VP DEVICES SPEED TAPER BUFFER SIGNSPACING DEVICESPACING3035404550 180245320540600 240 400 5045320195155 240 403516012090 120 30 ALL OTHER STREETSW 7TH ST EASTBOUND DEVICES W 7TH ST2 WESTBOUND RIGHT LANE CLOSURE2 WESTBOUND LANES CLOSED - 24'1 WESTBOUND LANE OPEN- 12'1 EASTBOUND LANE OPEN - 12'ROAD WIDTH - 60' SUMMIT AVE2 SOUTHBOUND RIGHT LANE CLOSURE2 SOUTHBOUND LANES CLOSED - 24'1 NORTHBOUND LANE OPEN- 12'1 SOUTHBOUND LANE OPEN - 12'ROAD WIDTH - 60' 09-09-2024