Loading...
HomeMy WebLinkAboutContract 62908-PM1CSC No. 62908-PM1 FORT WORTH PROJECT MANUAL FOR THE CONSTRUCTION OF Water Improvements - Kenwood Avenue & Longvue Avenue Mattie Parker Mayor IPRC Record No. IPRC24-0008 City Project No. 105264 Christopher P. Harder, P.E. Director, Water Department David Cooke City Manager Lauren Prieur, P.E. Interim Director, Transportation and Public Works Department i �"�FTF-I' it *� "•y�*�� Prepared for r The City of Fort Worth DALLAS K. WENDLINA, / December 2024 o: 140616 ; � /ONALS`N�� 2/14/2025 ENGINEERING,INC FRN - F-1386 2150 South Central Expressway, STE 380 McKinney, TX 75070 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 5 SECTION 00 00 10 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00 - General Conditions 0005 19 Mayor and Gouneil Conwaunicatio nn�3 hw tetio to Bid e fs Last Revised 03/20/2020 nn�3 irstf etions t Bidders Bid FE) Proposal Form Unit Price Bid Bon 03/20/2020 nn/n 4 05/22/2019 0402,12014 00 41 00 00 42 43 0043 3 0045 11 Bidders n.e,,, alifie.,tion's Prequalification Statement nn invTr02QO14 09/01/2015 0045 12 n00 45 13 Bidder- F;ea4iE . k) iPa n3�nv�r09112 iv 00 45 26 Contractor Compliance with Workers' Compensation Law 04/02/2014 09-45 40 ice', meal OW2420ig 00 52 43 Agreement 06/16/2016 00 61 25 Certificate of Insurance 07/01/2011 00 62 13 Performance Bond 01/31/2012 00 62 14 Payment Bond 01/31/2012 00 62 19 00 72 00 Maintenance Bond General renditions 01/31/2012 i ii i ii T 007300 0073 10 c,,pp e...,e,,tat=y Conditions Standard City Conditions of the Construction Contract for Developer 07i0 z 01/10/2013 Awarded Projects Division 01- General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 08/30/2013 01 31 19 (ll�o Preconstruction Meeting D«e;eet 08/30/2013 0132 16 Meet' Construction Progress Schedule 07OiQ 07/01/2011 01 32 33 Preconstruction Video 08/30/2013 01 33 00 Submittals 08/30/2013 01 35 13 Special Project Procedures 08/30/2013 01 45 23 Testing and Inspection Services 03/20/2020 01 50 00 Temporary Facilities and Controls 07/01/2011 01 5526 Street Use Permit and Modifications to Traffic Control 07/01/2011 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 60 00 Product Requirements 03/20/2020 01 66 00 Product Storage and Handling Requirements 04/07/2014 01 70 00 Mobilization and Remobilization 04/07/2014 01 71 23 Construction Staking 04/07/2014 01 74 23 Cleaning 04/07/2014 0177 19 Closeout Requirements 04/07/2014 01 78 23 Operation and Maintenance Data 04/07/2014 01 78 39 Project Record Documents 04/07/2014 CITY OF FORT WORTH Water Improvements — Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 5 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents NONE Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: httv:Hfortworthtexas.2ov/ti)w/contractors/ or htti)s:Hauns.fortworthtexas.2ov/Proi ectResources/ Date Division 02 - Existing Conditions Modified 0241 13 Selective Site Demolition 03/11/2022 0241 14 Utility Removal/Abandonment 12/20/2012 0241 15 Paving Removal 02/02/2016 Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 03/11/2022 0334 13 Controlled Low Strength Material (CLSM) 12/20/2012 0334 16 Concrete Base Material for Trench Repair 03 9000 r, od fieations to > *istiag Gene -ete ct..,,etufes 12/20/2012 Q / z Division 26 - Electrical 26-03-10 Demolition for EI@A-t6aal F&,s 12/20/2012- 'lti�3 Raee.= ays and Boxes F ,- >~'l - F/j0iem6 Q/rtr201/20 z 260543 Unde-gr-oun Duets andRaee.t ays for- - l e,.t flea Systems 07 /n T Division 31- Earthwork 3123 16 U f" ,1 L'..ea-y.,fi (11 /28 /7l11 '2 3,12323 Beffe n 1 / 3 r 1 n1/ -3 ,1= �''JIT:S ants 31 25 00 Erosion and Sediment Control 04/29/2021 343600 dons 12/Q0/20i2 31�0 Ripr-ap 112/2 Division 32 - Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 12/20/2012 3201 18 Temporary Asphalt Paving Repair 12/20/2012 320129 Gonerete Pa,y ag n epai 11 /� 201-2 32 1129 Lime Tr-e4ed Base Cetus 12QO/2012 32? 1137 Liquid od fail Dea ilizaf n4/�r2015 32 1216 Asphalt Paving 12/20/2012 32 13 G rer-ete Paving n6/lvvrrrnzv1i CITY OF FORT WORTH Water Improvements — Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 5 Z7�v Z7�3 3,�6 Sidowalk0,Dri:e Barn Ge.- e fete U...,;ng joint Se.,I.,.,.ts t U ,2/0z , 7/7zzr20/201z 1 7 /rr 27� 32 1723 .,' , B .; ek U* Conefete r,.,.i, era n„ttp_rs and Valley GtAte -s- Pavement Markings 2W viz Q1109112022 06/10/2022 Z7�5 ddi oo Livnting , , /n il /201 3 �n 3231 13 Can rinses .� , 2/�tz 323126 P. 29 Wire Fences and Gates- Wood Fences and Gates Q112011 1 � /�, 20112'�'� 3232 13 C.vt in Place Co e.ete Retaining xx/.,lls 06/0a Z7�9 Topsoil Dl..ee,v.o..+ and Finizhii.. ,,4'Pafkway 034 i/2022 32 92 13 Hydro -Mulching, Seeding, and Sodding 05/13/2021 3293-43 T-fee3 and &.'�rubF, „/'�14 Division 33 - Utilities 330130 22�T iku lx1 0 Tag t TeleNis e« nn/n $ n2/1�rr42022 23 03 10 22�0 Closed Ci-eu (GGTV) inspeetio %-pajj Pu,.%ping of E*istig Sews- Syste Fleet.-;e.,l lsol..t;efi ToifA Beading ,'�/r�r201120 z , 7/zzi-20/2 z 33 04 11 22�i and Gorroakoxi Gaa+fol Test Stations A..e.le AiTag , �/zz 20/20iz 1'�/r�-20/20 33 04 30 esitim Cathodic odic Preteetio Syste,v. Temporary Water Services z 07/01/2011 33 04 40 Z2�o Cleaning and Acceptance Testing of Water Mains 02/06/2013 n3 /,�z 3305 10 Cleaning of Sewer- Mains Utility Trench Excavation, Embedment, and Backfill 04/02/2021 3305 12 Water Line Lowering 12/20/2012 2 2�3 F«. me Cove,- and G -aj RingG r�.�n no /n�22 33 n�0 Frame Cove,- and G -aj Ringc 'Composite no/n�22 3�-A5�4 �ngRlarhloz, rnlatsx' a3d Other-Stfuet�es to � n� /,�2z 3305 16 22�T 2 2�0Auger-, Concrete Water Vaults Co e,.ete Coll— 12/20/2012 03/,�, i/2022 7 /zzi-20/20 22�= 33 05 22 Tunnel Liner- e,- Plate Steel Casing Pipe Q , 2/7zzr20/20i2 12/20/2012 33 05 24 22�o Installation of Carrier Pipe in Casing or Tunnel Liner Plate t., T 12/09/2022 ,7/7zzr20/2012 33 05 30 U44 ar-ke,-s/T ee..te,-s Location of Existing Utilities 12/201/2012 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 23Type 11 3 1 Steel zoamr0 Piro, Ba f [x7,-..Ppe.7 !''ylin,1e,- � 11 7 /7 z 33 11 14 , , Buried Steel Pipe and Fittings 12/20/2012 33 1 1 IS D,-e St,-esse.1 Ceae«ete !''yli fi 1e,- Pipe 33 1210 Water Services 1-inch to 2-inch 02/14/2017 13 1211 r , ge Water- >, aete,.s 12,120/2012 33 1220 Resilient Seated Gate Valve 05/06/2015 CITY OF FORT WORTH Water Improvements — Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 5 33 Q N Ada A A Rubber- Seated a„ te,-f1., N704/23/ 33 1225 Connection to Existing Water Mains 02/06/2013 33 Q 39 re.,,bin Rio Air Valve Assemblies for Potable W to f Systems 1 � ce,i011 33 1240 Fire Hydrants 01/03/2014 ZZ�no Standard Blow off Valve Assembly 06/1 3 3331 12 Gufe.1 i Dleee Pipe (GIPP\ 12/20/2012 ��z 33 �! 13 A-buNkaze Rainfer-ced Pipe for Gravity Sanitary Sew Q,12011:20i-2 22�5 High Density Polyethylene (HDPE) Pipe -for Sar.,1aMl r n^ 17v�v019 �o ,109/20 333121 Polyvinyl Chloride (P3,1G) Glese,1 U,-„4L !`,-ayi4 �a„`iMary of 1 7,2011:2 7 �C+] z Pipe 333122 Sanitary wee-w&. VLt, T%f.4ing 1 ��,rrrrvizviz 22�3 c.,,.�,o Pirw EYllargemen 1 71zzi-20/2 33 31 en Sanitafy Sewer- Setw ee Ga ,eetions and ce,..;ee T ; nn�/26/2013 �o L: e � 32�0 Coi lV.`i'.at'. n n PV 1y-e-f sK Sa/nilar,, co,, e T7.,�:«... 1 71zzi-20/2012 33 39 �v rtravraviz 2 2�o Preeast Gefie -ete M.,n hol 1 '� /r�-sv,1:2viz �v r2,20r201z 33 3940 Wastewater- n eves Chamber- (WAG) G) 11 2 i� 2012 33 3960 n Epoxy Liners s for- Sanitary Sewer- Stfi,etufes �e 04 /29/202 �z 22�o Reinforced !`..�C` Pipe�C l.,o,-E� 07�01 /2011 �r� Fi�:'e o,-,-�T 22�= High Density Polyethylene (14DPE) Pip fe- C 12/20/201 7 22�2 nei fer-ee,1 D„ lyet le,.,e i&P E) Pirc 1 1 i1 -5 33 4600Subdr-ainage11 i� 20/20lz 3333 4601 Slotted rS orm Dtrd,,.gS n'7�nmrO1/2viT 33 4602 Tr-enak D:aino 0/n�7, 1�tz 333 49 10 Cast i Ul.,ee TR.,iholo"nd 3usG6,,, e-s 17�')r QO/2012 11 33 4920 �Nof, InVs 0311v�r11/2022 33 49 40 &om Didrnage Head -walls and W;,....t,a! 07101/2011 Division 34 - Transportation 34 n� �z-z 0.01 zA-rttr' ehment A Gentfeller- Gabinet 1 711 5 34 41 10.02 n l Spe rrttsI•C�?rixel}t� Evatl=va@i'vpveifiC-&ti9n 3n�n03 Attaehmen4 C SoftwareSpeeifiea4iefl 0iQ0i2 3441 11 Temporary Traffic Signals 11/22/2013 ?/I 11 13 Removing 'T,..,ff;e Signals n�i1�z 24 41 15 .1 Flashing Be..e,,,.. 1 1 /22/201 3 ZA�o De.lestFia-, 14yb,-;.1 Signal 1 1 2/2013 34 4120 Roadw 1llu:vKx-mt1eM 3 n nano 1r r r 06, A�f<•�al �il Aoad��' ..�irrair�s 1 5/20 �c� 34 4120.02 Freeway LED ne. d-w ., T � n�i15/20 e �lefi�'111�'�i�S vvrrsrtvi� 3 n n�o3 T n n e,.,1.., - 06 i 15/201 e l�idartial � L�m�Ilrra�es �� 34 4130 �Alurn�,xun. & gas 1 1 i12/201 �. 3471 13 Traffic Control 03/22/2021 CITY OF FORT WORTH Water Improvements - Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS CPN: 105264 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 5 Appendix GC-6.09 Permits and Utilities GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH Water Improvements — Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised March 20, 2020 00 42 43 B[)PROPOSAL Page I of 1 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information I Bidder's Proposal Unit 1- WATER IMPROVEMENTS Bidlist Item No. Description Specification Section Unit of Bid Unit Price Bid Value No Measure Q„a„tity. 1 0170.0100 Mobilization 01 70 00 LS 1 $7.500.00 $7,500.00 2 0241.1015 Remove 12" Water Line 0241 14 LF 110 $40.00 $4 400.00 3 0241.1016 Remove 16" Water Line 0241 14 LF 30 $60.00 $1,800.00 4 0241.1218 4"-12" Water Abandonment Plug 6" 0241 14 EA 2 $1,500.00 $3,000.00 5 0241.1510 SalvaLc Fire Hydrant 0241 14 EA 3 $1,000.00 $3,000.00 6 3311.0464 12" PVC Water Pine (Restrained Joints) 331112 LF 580 $142.00 $82,360.00] 7 3311.0551 16" DIP Water 33 11 10 LF 10 $322.00 $3,220.00 8 3311.0564 16" PVC C900 Water Pipe i Restrained Joints i 33 11 12 LF 126 $262.00 $33,012.00 9 3201.0111 4' Wide Asphalt Pvmt Repair. Residential 3201 17 LF 599 $48.00 $28,752.00 10 3201.0112 5' Wide Asphalt Pvmt Repair, Residential 3201 17 LF 136 $60.00 $8 160.00 11 3201.0202 Asphalt Pvmt Repair Betiond Defined Width. Arterial 3301 17 SY 155 $108.00 $16,740.00 12 3305.1005 30" Casing By Open Cut 33 05 22 LF 102 $420.00 $42,840.00 13 3312.0001 Fire Hydrant 33 1240 EA 3 $6,500.00 $19,500.00 14 3312.3005 12" Gate Valve 33 1220 EA 4 $6,000.00 $24,000.00 15 3312.2001 1" Water Service. Meter Reconnection 33 1210 EA 3 $2,500.00 $7,500.00 16 3312.2002 V Bored Water Service 33 1210 EA 5 $3,500.00 $17,500.00 17 3312.0106 Connection to Existing 16" Water Main 33 1225 EA 3 $10,500.00 $31,500.00 18 3312.0117 Connection to Existing 4"-12" Water Main 8" 33 1225 EA 2 $3,500.00 $7.000.00 19 3312.0117 Connection to Existing 4"-12" Water Main 6" 33 1225 EA 1 $2,500.00 $2,500.00 20 3312.3006 16" Gate Valve with Vault 33 1220 EA 1 $26,500.00 $26,500.00 21 3312.4114 16" x 12" Tahpine Sleeve & Valve 33 1225 EA 1 $24,500.00 $24.500r00 22 3331.3401 Ductile Iron Water Fittiwi. 33 11 11 TONS 4 $9,500.00 $38 000.00 23 3471.0001 Traffic Control 3471 13 MO 1 $6,500.00 $6,500.00 24 9999.0001 Waterline Sterilization and Pressure Testing 33 04 40 LF 716 $4.00 $2, 864.00 25 3305.0109 Trench Safer, 3305 10 LF 716 $2.00 $1.432.00 26 9999.0003 Right of Way Clearing, Restoration, and Seeding of Disturbed Areas 329213(and 14) LF 716 $10.00 $7,160.00 27 9999.0004 Comply with TPDES Construction General Permit TXR 150000 for stormwater pollution as shown and specified. 01 57 13 LS 1 $3,500.00 $3,500.00 Total Unit 1- $454,740.00 Bid Summary UNIT 1: WATER IMPROVEMENTS j Total Base Bid $454,740.00 This Bid is submitted by the entity named below: BIDDER: BY: BROCK HUGGINS CONATSER CONSTRUCTION TX, L.P. 5327 WICHITA ST AL91440_ FORT WORTH, TX 76119 TITLE: RESIDENT rov DATE: 01 /27/2S Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9l30t2021 So worldng days after the date when the 00 42 43 0045 12 DAP PREQUALIFICATION STATEMENT Page 1 of 1 SECTION 00 4512 DAP — PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the "Maior Work Tvne" box provide the complete maior work tune and actual description as provided by the Water Department for water and sewer and TPW for oavine.. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date water t mpq3�je,,menK C nK--0--Czr,1&4- a-"0) Tx , LP L -/ 30 J ZS The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Q,-yC1t!gc,�15w��IGnor? -TX I LP CJ .Ij vVil C,�1+ to .T I - BY: 13r ck+-- HLACP i n S (Signature) TITLE: PrC-'S'idM r DATE: 01/27/25 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT —DEVELOPER AWARDED PROJECTS 00 45 12_Prequalification Statement 2015_DAP.docx Form Version September 1, 2015 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 105264. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: CQ02i"Sff- CC 1�� TX LP By: Er'D r— Company (Please Print) 1�a•1 V1fi Cr11f`o Address City/State/Zip THE STATE OF TEXAS § COUNTY OF TARRANT § Signature: 00 Title: PC'tt--,iden1- (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared ,V-OCV- ttAM i r) S , known to me to be the person whose name is subscribed to the foregomg instrument, and acknowledged to me that he/she executed the same as the act and deed of C CTX I- • V for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 1--7 day of JanAa �-� i , 20_. KubrklNE ROSE P Notary ubOc, State of TexasKaID# 133467933 s FOFs +P My Commission Expires NO Public in and for the State of Texas November 30, 2025 END OF SECTION CITY OF FORT WORTH Water Improvements — Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105264 Revised April 2, 2014 005243-1 Developer Awarded Project Agreement Pagel of 4 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on 01/27/25 is made by and between the Developer, 4 PMB Ventana Developer South, LLC authorized to do business in Texas ("Developer") , and 5 Conatser Construction TX, L.P., authorized to do business in Texas, acting by and through its 6 duly authorized representative, ("Contractor"). 7 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1. WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11 Project identified herein. 12 Article 2. PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 Water Improvements — Kenwood Avenue & Longvue Avenue 16 CPN 105264 17 Article 3. CONTRACT TIME 18 3.1 Time is of the essence. 19 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 20 Documents are of the essence to this Contract. 21 3.2 Final Acceptance. 22 The Work will be complete for Final Acceptance within { 80 } working days after the 23 date when the Contract Time commences to run as provided in Paragraph 12.04 of the 24 Standard City Conditions of the Construction Contract for Developer Awarded Projects. 25 3.3 Liquidated damages 26 Contractor recognizes that time is of the essence of this Agreement and that Developer 27 will suffer financial loss if the Work is not completed within the times specified in 28 Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of 29 the Standard City Conditions of the Construction Contract for Developer Awarded 30 Projects. The Contractor also recognizes the delays, expense and difficulties involved in 31 proving in a legal proceeding the actual loss suffered by the Developer if the Work is not 32 completed on time. Accordingly, instead of requiring any such proof , Contractor agrees 33 that as liquidated damages for delay (but not as a penalty), Contractor shall pay 34 Developer Five Hundred Dollars ($ 500.00 ) for each day that expires after the time 35 specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of 36 Acceptance. CITY OF FORT WORTH Water Improvements — Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised June 16, 2016 005243-2 Developer Awarded Project Agreement Page 2 of 4 37 Article 4. CONTRACT PRICE 38 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 39 Documents an amount in current funds of Four Hundred Fifty -Four Thousand, Seven Hundred 40 Forty Dollars and Zero Cents Dollars ($454, 740.00). 41 Article 5. CONTRACT DOCUMENTS 42 5.1 CONTENTS: 43 A. The Contract Documents which comprise the entire agreement between Developer and 44 Contractor concerning the Work consist of the following: 45 1. This Agreement. 46 2. Attachments to this Agreement: 47 a. Bid Form (As provided by Developer) 48 1) Proposal Form (DAP Version) 49 2) Prequalification Statement 50 3) State and Federal documents (project specific) 51 b. Insurance ACORD Form(s) 52 c. Payment Bond (DAP Version) 53 d. Performance Bond (DAP Version) 54 e. Maintenance Bond (DAP Version) 55 f. Power of Attorney for the Bonds 56 g. Worker's Compensation Affidavit 57 h. MBE and/or SBE Commitment Form (If required) 58 3. Standard City General Conditions of the Construction Contract for Developer 59 Awarded Projects. 60 4. Supplementary Conditions. 61 5. Specifications specifically made a part of the Contract Documents by attachment 62 or, if not attached, as incorporated by reference and described in the Table of 63 Contents of the Project's Contract Documents. 64 6. Drawings. 65 7. Addenda. 66 8. Documentation submitted by Contractor prior to Notice of Award. 67 9. The following which may be delivered or issued after the Effective Date of the 68 Agreement and, if issued, become an incorporated part of the Contract Documents: 69 a. Notice to Proceed. 70 b. Field Orders. 71 c. Change Orders. 72 d. Letter of Final Acceptance. 73 74 CITY OF FORT WORTH Water Improvements — Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised June 16, 2016 005243-3 Developer Awarded Project Agreement Page 3 of4 75 Article 6. INDEMNIFICATION 76 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 77 expense, the city, its officers, servants and employees, from and against any and all 78 claims arising out of, or alleged to arise out of, the work and services to be performed 79 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 80 under this contract. This indemnification provision is specifically intended to operate 81 and be effective even if it is alleged or proven that all or some of the damages being 82 sought were caused, in whole or in nart. by anv act. omission or negligence of the city. 83 This indemnity provision is intended to include, without limitation, indemnity for 84 costs, expenses and legal fees incurred by the city in defending against such claims and 85 causes of actions. 86 87 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 88 the city, its officers, servants and employees, from and against any and all loss, damage 89 or destruction of property of the city, arising out of, or alleged to arise out of, the work 90 and services to be performed by the contractor, its officers, agents, employees, 91 subcontractors, licensees or invitees under this contract. This indemnification 92 provision is specifically intended to operate and be effective even if it is alle ee d or 93 proven that all or some of the damages beine sought were caused. in whole or in part. 94 by anv act, omission or ne lei ence of the citv. 95 96 Article 7. MISCELLANEOUS 97 7.1 Terms. 98 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 99 the Construction Contract for Developer Awarded Projects. 100 7.2 Assignment of Contract. 101 This Agreement, including all of the Contract Documents may not be assigned by the 102 Contractor without the advanced express written consent of the Developer. 103 7.3 Successors and Assigns. 104 Developer and Contractor each binds itself, its partners, successors, assigns and legal 105 representatives to the other party hereto, in respect to all covenants, agreements and 106 obligations contained in the Contract Documents. 107 7.4 Severability. 108 Any provision or part of the Contract Documents held to be unconstitutional, void or 109 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 110 remaining provisions shall continue to be valid and binding upon DEVELOPER and ill CONTRACTOR. 112 7.5 Governing Law and Venue. 113 This Agreement, including all of the Contract Documents is performable in the State of 114 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 115 Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH Water Improvements — Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised June 16, 2016 116 117 7.6 Authority to Sign. 118 119 120 121 122 123 124 125 126 00 52 43 - 4 Developer Awarded Project Agreement Page 4 of 4 Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized signatory of the Contractor. IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple counterparts. This Agreement is effective as of the last date signed by the Parties ("Effective Date"). Contractor: Conatser Construction TX, LP By: (S�ture) !-t Jggi ns (Printed ame) Title: P t-_S! (; ens Company Name: Conatser Construction TX, LP Address: 5327 Wichita St City/State/Zip: Fort Worth, TX 76119 01/2V2S Date Developer: FW Club, LP By: (Signature) �l �-- � AAJ (ors �cu a (Printed Name) Title: Company name: F�LP Address: 4001 Maple Avenue, Ste 270 City/State/Zip: Dallas, TX 75219 Ik3IZ. Date CITY OF FORT WORTH Water Improvements — Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS CPN: 105264 Revised June 16, 2016 No. BI-72801 POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WILMINGTON, DELAWARE 71 KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly � organized and existing under the laws of the State of Delaware, having its principal office in Greenwich, CT, has made, constituted and appointed, and does by these presents make, constitute and appoint: Ricardo J. Reyna; Don E. Cornell; Sophinie Hunter, as _ Robbi Morales; Kelly A. Westbrook; Tina McEwan; Joshua Saunders; Tonie Petranek; or Mikaela Peppers of Aon Risk v Services Southwest, Inc. of Dallas, TX its true and lawful Attomey-in-Fact, to sign its name as surety only as delineated below and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty • Insurance, providing that no single obligation shall exceed Fifty Million and 00/100 U.S. Dollars (U.S.$50,000,000.00), to the -0 same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, cy without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following �; resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25, 2010: 0 RESOLVED, that, with respect to the Surety business written by Berkley Surety, the Chairman of the Board, Chief oc Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney -in -fact named therein o to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such oattorney -in -fact and revoke any power of attorney previously granted; and further RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances, u or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the E" manner and to the extent therein stated; and further RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney -in -fact named; and further oCd RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as 3 though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have -a P. ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its ry o corporate seal hereunto affixed this 2"d day of Mav 2024 o o14 Attest. Berkley Insurance Company Y � � Ili lIE1 V y � (Seal) By By ��i �j H Philip S.- vat Jeflie, M Ha�ft� Executive Vice President & Secretary Senior Vice. President o STATE OF CONNECTICLT } COU-Nn' OF F_43RF'IELD ) o Sworn to before nee, a Notary Public in the State of Connecticut, this 2"d day of May 2024 , by Philip S. Welt and N o Jeffrey M- Hailer who are swom to me to be the Executive Vice President and Secretary, and the Senior Vice President, respectively, of Berkley Insurance Company. { ww10k C. l;tnNpanraEN - OMARV Puaw Notary Public, State of Connecticut 00NNi =LtT Q Z WCOMMkS "D<P RM 04-30-2M CERTIFICATE o I, the undersigned, Assistant Secretary of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a ztrue, correct and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescinded Z '-E and that the authority of the Attorney -in -Fact set forth therein, who executed the bond or undertaking to which this Power of sx c°'i Attorney is attached, is in full force and effect as of this date. Given under my hand and seal of the Company, this 0 day of 202S Vincent P- Forte IMPORTANT NOTICE To obtain information or make a complaint: You may call Berkley Surety Group, LLC and its affiliates by telephone for information or to make a complaint: BERKLEY SURETY CROUP, LLC Please send all notices of claim on this bond to: Berkley Surety Group, LLC (866) 768-3534 412 Mount Kemble Avenue, Suite 310N Morristown, NJ 07960 Attn: Surety Claims Department You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: in-1111 *Va •7 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: httc://www.tdi.state.tx.us E-mail: ConsurnerProtection c,.tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact your :agent or Berkley Surety Group, LLC first, If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND: This notice is for information only and does not become a part or condition of the attached document and is given to comply with Texas legal and regulatory requirements. Bond No. 0266020 006213-1 PERFORMANCE BOND Page 1 of 3 1 SECTION 00 62 13 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Conatser Construction TX. L.P. , known as "Principal" herein and 8 Berkle' Insurance Company , a corporate surety(sureties, if more than 9 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one 10 or more), are held and firmly bound unto the Developer, PMB Ventana Developer South, LLC 11 authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal 12 corporation ("City"), in the penal sum of, Four Hundred Fiiiv-Four Thousand, Seven Hundred 13 Foriv Dollars and Zero Cents Dollars ($454.740.00), lawful money of the United States, to be 14 paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be 15 made jointly unto the Developer and the City as dual obligees, we bind ourselves, our heirs, 16 executors, administrators, successors and assigns, jointly and severally, firmly by these presents. 17 WHEREAS, Developer and City have entered into an Agreement for the construction of 18 community facilities in the City of Fort Worth by and through a Community Facilities 19 Agreement, CFA Number CFA25-0020 ;and 20 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded 21 the D day of J y . 202S , which Contract is hereby referred to and made a 22 part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor 23 and other accessories defined by law, in the prosecution of the Work, including any Change 24 Orders, as provided for in said Contract designated as Water Improvements — Kenwood Avenue 25 & Longvue Avenue. 26 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 27 shall faithfully perform it obligations under the Contract and shall in all respects duly and 28 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 29 specifications, and contract documents therein referred to, and as well during any period of 30 extension of the Contract that may be granted on the part of the Developer and/or City, then this 31 obligation shall be and become null and void, otherwise to remain in full force and effect. CITY OF FORT WORTH Water Improvements — Kenwood Avenue & Longvue Avenue STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 105264 Revised January 31, 2012 006213-2 PERFORMANCE BOND Page 2 of 3 1 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 2 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 3 Worth Division. 4 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 5 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 6 accordance with the provisions of said statue, 7 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 8 this instrument by duly authorized agents and officers on this the D day of 9 20 2S . 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 ATTEST: del (Principal) Secre l ,ti p_ Witness as to Principal Lb W Hess as to Sur PRINCIPAL: Conatser Construction TX, L.P. BY: Signature Brock Huzzins, President Name and Title Address: 5327 Wichita St. Fort Worth, TX 76119 SURETY: Berkley Insurance Compare BY�'f�'L�-i Signature Robbi Morales, Attorne,, -in-fact Name and Title Address: 5005 LBJ Freeway, Suite 1400 Dallas. TX 75244 Telephone Number: 214/989-0000 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. CITY OF FORT WORTH Water Improvements — Kenwood Avenue & Longvue Avenue STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 105264 Revised January 31, 2012 006213-3 PERFORMANCE BOND Page 3 of 3 The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH Water Improvements — Kenwood Avenue & Longvue Avenue STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 105264 Revised January 31, 2012 Bond No. 0266020 0062 14-1 PAYMENT BOND Paget of 2 1 SECTION 00 62 14 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Conatser Construction Tx. L.P. , known as "Principal" herein, and 8 Berkley Insurance Company , a corporate surety ( or 9 sureties if more than one), duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the Developer, PMB 11 Ventana Developer South, LLC authorized to do business in Texas "(Developer"), and the City of 12 Fort Worth, a Texas municipal corporation ("City"), in the penal sum of Four Hundred Fift•• - 13 Four Thousand. Seven Hundred Fo:ty Dollars and Zero Cents Dollars ($454.740.00), lawful 14 money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of 15 which sum well and truly be made jointly unto the Developer and the City as dual obligees, we 16 bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 17 firmly by these presents: 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth, by and through a Community Facilities 20 Agreement, CFA Number CFA25-0020 ; and 21 WHEREAS, Principal has entered into a certain written Contract with Developer, 22 awarded the 2� day of J 91 . 20 25 , which Contract is hereby 23 referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all 24 materials, equipment, labor and other accessories as defined by law, in the prosecution of the 25 Work as provided for in said Contract and designated as Water Improvements — Kenwood 26 Avenue & Longvue Avenue. 27 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 28 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 29 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 30 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 31 force and effect. CITY OF FORT WORTH Water Improvements — Kenwood Avenue & Longvue Avenue STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised January 31, 2012 006214-2 PAYMENT BOND Page 2 of 2 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statute. 4 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the D day of 6 , 2025 7 8 9 10 11 12 13 14 PRINCIPAL: Conatser Construction TX, L.P ATTEST: BY: Signature e�- Brock Hu -gins, President (Principal) Secre(,.W� Name and Title Address: 5005 LB1 Freeway, Suite 1400 Dallas, TX 75744 Witness as to Principal SURETY: Berkley- Insurance Compare ATTEST: BY: Signature jL-AA-1CC., (Surety) Secretary ess as to SLftty Robbi Morales, Attorney -in -fact Name and Title Address: 5005 LBJ Freeway, Suite 1400 _Dallas. TX 75244 Telephone Number: 214/989-0000 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH Water Improvements — Kenwood Avenue & Longvue Avenue STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised January 31, 2012 Bond No. 0266020 0062 19- 1 MAINTENANCE BOND Page 1 of 3 SECTION 00 62 19 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we. Conatser Construction Tx. L.P. known as "Principal' herein and 8 Berkle. Insurance Company , a corporate surety (sureties, if more than 9 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one 10 or more), are held and firmly bound unto the Developer, PMB Ventana Developer South, LLC 11 authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal 12 corporation ("City"), in the sum of Four Hundred Fifty -Four Thousand. Seven Hundred Fort v 13 Dollars and Zero Cents Dollars ($454.740.00), lawful money of the United States, to be paid in 14 Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made jointly 15 unto the Developer and the City as dual obligees and their successors, we bind ourselves, our 16 heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these 17 presents. 18 19 WHEREAS, Developer and City have entered into an Agreement for the construction of 20 community facilities in the City of Fort Worth by and through a Community Facilities 21 Agreement, CFA Number CFA25-0020 ;and 22 WHEREAS, the Principal has entered into a certain written contract with the Developer 23 awarded the 27 day of 202S , which Contract is 24 hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 25 materials, equipment labor and other accessories as defined by law, in the prosecution of the 26 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 27 the "Work") as provided for in said Contract and designated as Water Improvements — Kenwood 28 Avenue & Longvue Avenue; and 29 30 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 31 accordance with the plans, specifications and Contract Documents that the Work is and will 32 remain free from defects in materials or workmanship for and during the period of two (2) years 33 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 34 CITY OF FORT WORTH Water Improvements — Kenwood Avenue & Longvue Avenue STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised January 31, 2012 006219-2 MAINTENANCE BOND Page 2 of 3 1 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 2 upon receiving notice from the Developer and/or City of the need thereof at any time within the 3 Maintenance Period. 4 5 NOW THEREFORE, the condition of this obligation is such that if Principal shall 6 remedy any defective Work, for which timely notice was provided by Developer or City, to a 7 completion satisfactory to the City, then this obligation shall become null and void; otherwise to 8 remain in full force and effect. 9 10 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 11 noticed defective Work, it is agreed that the Developer or City may cause any and all such 12 defective Work to be repaired and/or reconstructed with all associated costs thereof being borne 13 by the Principal and the Surety under this Maintenance Bond; and 14 15 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 16 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 17 Worth Division; and 18 19 PROVIDED FURTHER, that this obligation shall be continuous in nature and 20 successive recoveries may be had hereon for successive breaches. 21 22 CITY OF FORT WORTH Water Improvements — Kenwood Avenue & Longvue Avenue STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised January 31, 2012 006219-3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 2) day of 3 J—1 2025 . 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 ATTEST: (Princi�Secret'7T_� k d"C-0 Witness as to Principal PRINCIPAL: Conatser Construction TX, L.P. a BY: Signatures Brock Huggins, President Name and Title Address: 5005 LBJ Freewati', Suite 1400 Dallas. TX 75244 SURETY: Berkle,, Insurance Company BY1_ Ie�.%1 Signature Robbi Morales, Attorney -in -fact ATTEST: Name and Title rn�•�IVI�yyfr Address: 5005 LB1 Freeway, Suite 1400 (Sure ) Secre _jDAnC TX 757.44 Wss as to JT�ety Telephone Number: 214/989-0000 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH Water Improvements — Kenwood Avenue & Longvue Avenue STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: I OS264 Revised January 31, 2012 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS TABLE OF CONTENTS Article 1 — Definitions and Terminology.......... 1.01 Defined Terms ............................... 1.02 Terminology .................................. Article 2 — Preliminary Matters ....................... 2.01 Before Starting Construction...... 2.02 Preconstruction Conference........ 2.03 Public Meeting ............................ Page .............................................1 .............................................1 ............................................. 5 ....................................................... 6 ....................................................... 6 ....................................................... 6 ....................................................... 6 Article 3 — Contract Documents and Amending............................................................................................... 6 3.01 Reference Standards..................................................................................................................... 6 3.02 Amending and Supplementing Contract Documents.................................................................. 6 Article 4 — Bonds and Insurance....................................................................................................................... 7 4.01 Licensed Sureties and Insurers..................................................................................................... 7 4.02 Performance, Payment, and Maintenance Bonds........................................................................ 7 4.03 Certificates of Insurance............................................................................................................... 7 4.04 Contractor's Insurance.................................................................................................................. 9 4.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................12 Article 5 — Contractor's Responsibilities........................................................................................................12 5.01 Supervision and Superintendent.................................................................................................12 5.02 Labor; Working Hours................................................................................................................13 5.03 Services, Materials, and Equipment...........................................................................................13 5.04 Project Schedule..........................................................................................................................14 5.05 Substitutes and "Or-Equals".......................................................................................................14 5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors).....................................16 5.07 Concerning Subcontractors, Suppliers, and Others...................................................................16 5.08 Wage Rates..................................................................................................................................18 5.09 Patent Fees and Royalties...........................................................................................................19 5.10 Laws and Regulations.................................................................................................................19 5.11 Use of Site and Other Areas.......................................................................................................19 5.12 Record Documents......................................................................................................................20 5.13 Safety and Protection.................................................................................................................. 21 5.14 Safety Representative.................................................................................................................21 5.15 Hazard Communication Programs.............................................................................................22 5.16 Submittals....................................................................................................................................22 5.17 Contractor's General Warranty and Guarantee..........................................................................23 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.18 Indemnification ............................................ 5.19 Delegation of Professional Design Services 5.20 Right to Audit: ............................................. 5.21 Nondiscrimination ........................................ Article 6 - Other Work at the Site....... 6.01 Related Work at Site ....... Article 7 - City's Responsibilities ............................................ 7.01 Inspections, Tests, and Approvals ....................... 7.02 Limitations on City's Responsibilities ................ 7.03 Compliance with Safety Program ........................ Article 8 - City's Observation Status During Construction....... 8.01 City's Project Representative ................................. 8.02 Authorized Variations in Work .............................. 8.03 Rejecting Defective Work ...................................... 8.04 Determinations for Work Performed ...................... Article 9 - Changes in the Work ...................... 9.01 Authorized Changes in the Work 9.02 Notification to Surety ................... Article 10 - Change of Contract Price; Change of Contract Time 10.01 Change of Contract Price ........................................... 10.02 Change of Contract Time ........................................... 10.03 Delays......................................................................... Article 11 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ............ 11.01 Notice of Defects.............................................................................................................. 11.02 Access to Work................................................................................................................. 11.03 Tests and Inspections........................................................................................................ 11.04 Uncovering Work............................................................................................................. 11.05 City May Stop the Work................................................................................................... 11.06 Correction or Removal of Defective Work...................................................................... 11.07 Correction Period.............................................................................................................. 11.08 City May Correct Defective Work................................................................................... Article 12 - Completion ........................................... 12.01 Contractor's Warranty of Title ............ 12.02 Partial Utilization ................................. 12.03 Final Inspection .................................... 12.04 Final Acceptance .................................. Article 13 - Suspension of Work ..................................... 13.01 City May Suspend Work ............................. Article 14 - Miscellaneous ......................................... 14.01 Giving Notice ......................................... CITY OF FORT WORTH STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 24 24 25 25 26 26 26 26 26 27 a a ... 29 ... 29 ... 29 ... 29 ... 30 ... 30 ... 30 ... 30 ... 31 ................................. 32 ................................. 32 ................................. 32 ................................. 32 ................................. 33 ............................................................. 33 ............................................................. 33 34 34 14.02 Computation of Times................................................................................................................ 34 14.03 Cumulative Remedies................................................................................................................. 34 14.04 Survival of Obligations...............................................................................................................35 14.05 Headings......................................................................................................................................35 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 1 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 1 of 35 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed -defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Agreement - The written instrument which is evidence of the agreement between Developer and Contractor covering the Work 2. Asbestos —Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 3. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 4. Buzzsaw — City's on-line, electronic document management and collaboration system. 5. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. 6. City— The City of Fort Worth, Texas, a Texas home -rule municipal corporation, acting by, its governing body through its City Manager, his designee, or agents authorized pursuant to its duly authorized charter on his behalf. 7. Community Facilities Agreement (CFA) A Contract between the Developer and the City for the Construction of one or more following public facilities within the City public right-of- way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs. A CFA may include private facilities within the right-of-way dedicated as private right-of- way or easement on a recorded plat. 8. Contract —The entire and integrated written document incorporating the Contract Documents between the Developer, Contractor, and/or City concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. 9. Contract Documents —Those items that make up the contract and which must include the Agreement, and it's attachments such as standard construction specifications, standard City Conditions, other general conditions of the Developer, including: a. An Agreement CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-2 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 2 of 35 b. Attachments to the Agreement i. Bid Form ii. Vendor Compliance with State Law Non -Resident Bidder iii. Prequalification Statement C. Current Prevailing Wage Rates Table (if required by City) d. Insurance Accord Form e. Payment Bond f. Performance Bond g. Maintenance Bond h. Power of Attorney for Bonds i. Workers Compensation Affidavit j. MWBE Commitment Form( If required by City) k. General Conditions 1. Supplementary Conditions in. The Standard City Conditions n. Specifications specifically made part of the Contract Documents by attachment, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents o. Drawings P. Documentation submitted by contractor prior to Notice of Award. q. The following which may be delivered or issued after the effective date if the Agreement and, if issued become an incorporated part of the Contract Documents i. Notice to Proceed ii. Field Orders iii. Change Orders iv. Letters of Final Acceptance r. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 10. Contractor —The individual or entity with whom Developer has entered into the Agreement. 11. Day or day —A day, unless otherwise defined, shall mean a Calendar Day. 12. Developer — An individual or entity that desires to make certain improvements within the City of Fort Worth 13. Drawings —That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 14. Engineer —The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the Developer. 15. Final Acceptance — The written notice given by the City to the Developer and/or Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 3 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 3 of 35 16. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 17. General Requirements —A part of the Contract Documents between the Developer and a Contractor. 18. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 19. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 20. Milestone —A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 21. Non -Participating Change Order —A document, which is prepared for and reviewed by the City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 22. Participating Change Order —A document, which is prepared for and approved by the City, which is signed by Contractor, Developer, and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 23. Plans — See definition of Drawings. 24. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 25. Project —The Work to be performed under the Contract Documents. 26. Project Representative —The authorized representative of the City who will be assigned to the Site. 27. Public Meeting — An announced meeting conducted by the Developer to facilitate public participation and to assist the public in gaining an informed view of the Project. 28. Regular Working Hours — Hours beginning at 7: 00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 29. Samples Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 30. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 31. Site —Lands or areas indicated in the Contract Documents as being furnished by City or Developer upon which the Work is to be performed, including rights -of -way, permits, and easements for access thereto, and such other lands furnished by City or Developer which are designated for the use of Contractor. 32. Specifications —That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 33. Standard City Conditions — That part of the Contract Documents setting forth requirements of the City. 34. Subcontractor —An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of apart of the Work at the Site. 35. Submittals All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 36. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and/or Developer and to act for the Contractor. 37. Supplementary Conditions —That part of the Contract Documents which amends or supplements the General Conditions. 38. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 39. Underground Facilities All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 40. Weekend Working Hours — Hours beginning at 9: 00 a. in. and ending at 5: 00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 5 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 5 of 35 41. Work —The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Participating Change Order, Non -Participating Change Order, or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 42. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p. m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.13 through D are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. C. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 ARTICLE 2 — PRELIMINARY MATTERS 2.01 Before Starting Construction Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting the Work. New schedules will be submitted to City when Participating Change Orders or Non - Participating Change Orders occur. 2.02 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.03 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. ARTICLE 3 — CONTRACT DOCUMENTS AND AMENDING 3.01 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.02 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Participating Change Order or a Non -Participating Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 7 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 7 of 35 1. City's or Engineer's review of a Submittal (subject to the provisions of Paragraph 5.16.C); or 2. City's written interpretation or clarification. ARTICLE 4 — BONDS AND INSURANCE 4.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverage so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided Section 4.04. 4.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney -in -fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 4.01 and 4.02.C. 4.03 Certificates of Insurance Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee identified in these Standard City Conditions certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 1. The certificate of insurance shall document the City, an as "Additional Insured" on all liability policies. 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in these Standard City Conditions. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 7. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 9. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 9 of 35 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first -dollar basis, must be acceptable to and approved by the City. 11. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 12. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either parry or the underwriter on any such policies. 13. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 4.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 3. The limits of liability for the insurance shall provide the following coverages for not less than the following amounts or greater where required by Laws and Regulations a. Statutory limits b. Employer's liability CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of 35 1) $100,000 each accident/occurrence 2) $100,000 Disease - each employee 3) $500,000 Disease - policy limit B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. 1. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project 2. Contractor's Liability Insurance under this Section which shall be on a per project basis covering the Contractor with minimum limits of: a. $1,000,000 each occurrence b. $2,000,000 aggregate limit 3. The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. 4. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non -owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. 1. Automobile Liability, Contractor's Liability Insurance under this Section, which shall be in an amount not less than the following amounts: a. Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non -owned. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 11 of 35 1) $1, 000, 000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: 2) $250,000 Bodily Injury per person 3) $500,000 Bodily Injury per accident / 4) $100,000 Property Damage D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the following requirements: 1. The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks owned and operated by: None Write the name of the railroad company. (If none, then write none) 2. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a "Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. 3. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: a. General Aggregate: None Enter limits provided by Railroad Company (If none, write none) b. Each Occurrence:: None Enter limits provided by Railroad Company (If none, write none) 4. With respect to the above outlined insurance requirements, the following shall govern: a. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. b. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of - CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of 35 way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. c. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at -grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. d. If no grade separation is involved but other work is proposed on a railroad company's right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. 5. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. 6. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 4.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the Developer and City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the Developer or City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the Developer or City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 5 — CONTRACTOR'S RESPONSIBILITIES 5.01 Supervision and Superintendent A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of 35 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 5.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 5.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of 35 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 5.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and the General Requirements) proposed adjustments in the Project Schedule. 2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 9. Adjustments in Contract Time for projects with City participation shall be made by participating change orders. 5.05 Substitutes and "Or -Equals " A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or -Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of 35 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 5.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: i. perform adequately the functions and achieve the results called for by the general design; ii. be similar in substance to that specified; iii. be suited to the same use as that specified; and 2) will state: i. the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; ii. whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; iii. whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: i. all variations of the proposed substitute item from that specified; ii. available engineering, sales, maintenance, repair, and replacement services; and CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of 35 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 5.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Participating Change Order. 5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors) A. The Contractor and any subcontractors are required to be prequalified for the work types requiring pre -qualification 5.07 Concerning Subcontractors, Suppliers, and Others A. Minority and Women Owned Business Enterprise Compliance: CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of 35 ❑ Required for this Contract. (Check this box if there is any City Participation) Not Required for this Contract. It is City policy to ensure the full and equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent of the City's MWBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MWBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWBE. Material misrepresentation of any nature will be grounds for termination of the Contract. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. B. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. C. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. E. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 18 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18 of 35 Documents, Contractor shall provide City contract numbers and reference numbers to the Subcontractors and/or Suppliers. 5.08 Wage Rates ❑ Required for this Contract. V Not Required for this Contract. A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 1 Ith day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 19 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of 35 occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 5.09 Patent Fees and Royalties A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 5.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.01. 5.11 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of 35 other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 5.18, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and shall be entitled to recover its cost in doing so. The City may withhold Final Acceptance until clean-up is complete and cost are recovered. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 5.12 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of 35 Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 5.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 5.14 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of 35 5.15 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 5.16 Submittals A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal will be identified as required by City. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 5.16.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For -Information -Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 5.16.C. B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of 35 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 5.17 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City or Developer of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of 35 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 4.02.13. The City will give notice of observed defects with reasonable promptness. 5.18 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 5.19 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of 35 C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 5.19, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 5.16.C. 5.20 Right to Audit: A. The City reserves the right to audit all projects utilizing City funds B. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 5.21 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit - related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of 35 ARTICLE 6 — OTHER WORK AT THE SITE 6.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. ARTICLE 7 — CITY'S RESPONSIBILITIES 7.01 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 11.03. 7.02 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of 35 7.03 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 5.13. ARTICLE 8 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION 8.01 City's Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City's representative during construction are set forth in the Contract Documents. A. City's Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Representative's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Representative's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents. 8.02 Authorized Variations in Work City's Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City Developer, and also on Contractor, who shall perform the Work involved promptly. 8.03 Rejecting Defective Work City will have authority to reject Work which City's Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or completed. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 8.04 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). ARTICLE 9 — CHANGES IN THE WORK 9.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Participating Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a project with City participation, a Field Order may be issued by the City. 9.02 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. ARTICLE 10 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 10.01 Change of Contract Price A. The Contract Price may only be changed by a Participating Change Order for projects with City participation. 10.02 Change of Contract Time A. The Contract Time may only be changed by a Participating Change Order for projects with City participation. 10.03 Delays A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 ARTICLE 11— TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 11.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 11.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations approved by City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 11.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. Developer/Contractor. City will forward all invoices for retests to 4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance until the Testing Lab is Paid E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. 11.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. 11.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 11.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 11.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of 35 Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 11.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor and Developer should such additional warranty coverage be required. Contractor's obligations under this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 11.08 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 32 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 11.09. ARTICLE 12 — COMPLETION 12.01 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment will pass to City no later than the time of Final Acceptance and shall be free and clear of all Liens. 12.02 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 12.03 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 12.04 Final Acceptance A. Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction of the following: 1. All documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; 2. consent of the surety, if any, to Final Acceptance; 3. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and 4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. 5. after all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. ARTICLE 13 — SUSPENSION OF WORK 13.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will stop contract time on City participation projects. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 34 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 34 of 35 available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. ARTICLE 14 — MISCELLANEOUS 14.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given i£ 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 14.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 14.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 14.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 14.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 01 1100 SUMMARY OF WORK 011100-1 DAP SUMMARY OF WORK Page 1 of 3 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1 - General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 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. CITY OF FORT WORTH Water Improvements — Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 105264 Revised December 20, 2012 011100-2 DAP SUMMARY OF WORK Page 2 of 3 I b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise, clear all rights -of -way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 18 lawns, fences, culverts, curbing, and all other types of structures or improvements, 19 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 20 appurtenances thereof, including the construction of temporary fences and to all 21 other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation, company, individual, or other, either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act, omission, neglect, or misconduct in the manner or method or 31 execution of the Work, or at any time due to defective work, material, or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight, and/or at all times to 38 provide site security. 39 c. The cost for all fence work within easements, including removal, temporary 40 closures and replacement, shall be subsidiary to the various items bid in the 41 project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH Water Improvements — Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 105264 Revised December 20, 2012 011100-3 DAP SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 13 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Water Improvements — Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN: 105264 Revised December 20, 2012 012500-1 DAP SUBSTITUTION PROCEDURES SECTION 0125 00 SUBSTITUTION PROCEDURES PART1- GENERAL 1.1 SUMMARY A. Section Includes: Page 1 of 4 The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or -equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or -equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or -equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, CITY OF FORT WORTH Water Improvements - Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised August 30, 2013 012500-2 DAP SUBSTITUTION PROCEDURES Page 2 of 4 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form (attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance 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, if a reduction in cost or time results, it will be documented by Change Order. CITY OF FORT WORTH Water Improvements - Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised August 30, 2013 012500-3 DAP SUBSTITUTION PROCEDURES Page 3 of 4 4. Substitution will be rejected if. a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the Developer's opinion, acceptance will require substantial revision of the original design d. In the City's or Developer's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Water Improvements - Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised August 30, 2013 012500-4 DAP SUBSTITUTION PROCEDURES Page 4 of 4 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: 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 as noted Firm Address Date Telephone For Use by City: Approved City Recommended Recommended Not recommended Received late By Date Remarks Date Rej ected CITY OF FORT WORTH Water Improvements - Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised August 30, 2013 013119-1 DAP PRECONSTRUCTION MEETING SECTION 01 31 19 PRECONSTRUCTION MEETING PART1- GENERAL 1.1 SUMMARY A. Section Includes: Page 1 of 3 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. No construction schedule required unless requested by the City. 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 delivery of the distribution package to the City. 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. Developer and Consultant 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 CITY OF FORT WORTH Water Improvements - Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised August 30, 2013 01 31 19 - 2 DAP PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. MBE/SBE procedures hh. Final Acceptance ii. Final Payment J. Questions or Comments CITY OF FORT WORTH Water Improvements - Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised August 30, 2013 013119-3 DAP PRECONSTRUCTION MEETING Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Water Improvements - Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised August 30, 2013 013216-1 DAP CONSTRUCTION PROGRESS SCHEDULE Page 1 of 5 SECTION 0132 16 CONSTRUCTION PROGRESS SCHEDULE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. General requirements for the preparation, submittal, updating, status reporting and management of the Construction Progress Schedule 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance Document 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 IWAKUW41W.Iel7Z%140IBlel89ZIZy011117V 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 A. Definitions 1. Schedule Tiers a. Tier 1 - No schedule submittal required by contract. Small, brief duration projects b. Tier 2 - No schedule submittal required by contract, but will require some milestone dates. Small, brief duration projects c. Tier 3 - Schedule submittal required by contract as described in the Specification and herein. Majority of City projects, including all bond program projects d. Tier 4 - Schedule submittal required by contract as described in the Specification and herein. Large and/or complex projects with long durations 1) Examples: large water pump station project and associated pipeline with interconnection to another governmental entity e. Tier 5 - Schedule submittal required by contract as described in the Specification and herein. Large and/or very complex projects with long durations, high public visibility 1) Examples might include a water or wastewater treatment plant 2. Baseline Schedule - Initial schedule submitted before work begins that will serve as the baseline for measuring progress and departures from the schedule. 3. Progress Schedule - Monthly submittal of a progress schedule documenting progress on the project and any changes anticipated. CITY OF FORT WORTH Water Improvements - Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised July 1, 2011 013216-2 DAP CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 4. Schedule Narrative - Concise narrative of the schedule including schedule changes, expected delays, key schedule issues, critical path items, etc B. Reference Standards 1. City of Fort Worth Schedule Guidance Document 1.4 ADMINISTRATIVE REQUIREMENTS A. Baseline Schedule 1. General a. Prepare a cost -loaded baseline Schedule using approved software and the Critical Path Method (CPM) as required in the City of Fort Worth Schedule Guidance Document. b. Review the draft cost -loaded baseline Schedule with the City to demonstrate understanding of the work to be performed and known issues and constraints related to the schedule. c. Designate an authorized representative (Project Scheduler) responsible for developing and updating the schedule and preparing reports. B. Progress Schedule 1. Update the progress Schedule monthly as required in the City of Fort Worth Schedule Guidance Document. 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 3. Change Orders a. Incorporate approved change orders, resulting in a change of contract time, in the baseline Schedule in accordance with City of Fort Worth Schedule Guidance Document. C. Responsibility for Schedule Compliance 1. Whenever it becomes apparent from the current progress Schedule and CPM Status Report that delays to the critical path have resulted and the Contract completion date will not be met, or when so directed by the City, make some or all of the following actions at no additional cost to the City a. Submit a Recovery Plan to the City for approval revised baseline Schedule outlining: 1) A written statement of the steps intended to take to remove or arrest the delay to the critical path in the approved schedule 2) Increase construction manpower in such quantities and crafts as will substantially eliminate the backlog of work and return current Schedule to meet projected baseline completion dates 3) Increase the number of working hours per shift, shifts per day, working days per week, the amount of construction equipment, or any combination of the foregoing, sufficiently to substantially eliminate the backlog of work 4) Reschedule activities to achieve maximum practical concurrency of accomplishment of activities, and comply with the revised schedule 2. If no written statement of the steps intended to take is submitted when so requested by the City, the City may direct the Contractor to increase the level of effort in manpower (trades), equipment and work schedule (overtime, weekend and holiday work, etc.) to be employed by the Contractor in order to remove or arrest the delay to the critical path in the approved schedule. a. No additional cost for such work will be considered. CITY OF FORT WORTH Water Improvements - Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised July 1, 2011 013216-3 DAP CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 D. The Contract completion time will be adjusted only for causes specified in this Contract. a. Requests for an extension of any Contract completion date must be supplemented with the following: 1) Furnish justification and supporting evidence as the City may deem necessary to determine whether the requested extension of time is entitled under the provisions of this Contract. a) The City will, after receipt of such justification and supporting evidence, make findings of fact and will advise the Contractor, in writing thereof. 2) If the City finds that the requested extension of time is entitled, the City's determination as to the total number of days allowed for the extensions shall be based upon the approved total baseline schedule and on all data relevant to the extension. a) Such data shall be included in the next updating of the Progress schedule. b) Actual delays in activities which, according to the Baseline schedule, do not affect any Contract completion date shown by the critical path in the network will not be the basis for a change therein. 2. Submit each request for change in Contract completion date to the City within 30 days after the beginning of the delay for which a time extension is requested but before the date of final payment under this Contract. a. No time extension will be granted for requests which are not submitted within the foregoing time limit. b. From time to time, it may be necessary for the Contract schedule or completion time to be adjusted by the City to reflect the effects of job conditions, weather, technical difficulties, strikes, unavoidable delays on the part of the City or its representatives, and other unforeseeable conditions which may indicate schedule adjustments or completion time extensions. 1) Under such conditions, the City will direct the Contractor to reschedule the work or Contract completion time to reflect the changed conditions and the Contractor shall revise his schedule accordingly. a) No additional compensation will be made to the Contractor for such schedule changes except for unavoidable overall contract time extensions beyond the actual completion of unaffected work, in which case the Contractor shall take all possible action to minimize any time extension and any additional cost to the City. b) Available float time in the Baseline schedule may be used by the City as well as by the Contractor. 3. Float or slack time is defined as the amount of time between the earliest start date and the latest start date or between the earliest finish date and the latest finish date of a chain of activities on the Baseline Schedule. a. Float or slack time is not for the exclusive use or benefit of either the Contractor or the City. b. Proceed with work according to early start dates, and the City shall have the right to reserve and apportion float time according to the needs of the project. CITY OF FORT WORTH Water Improvements - Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised July 1, 2011 013216-4 DAP CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 c. Acknowledge and agree that actual delays, affecting paths of activities containing float time, will not have any effect upon contract completion times, providing that the actual delay does not exceed the float time associated with those activities. E. Coordinating Schedule with Other Contract Schedules 1. Where work is to be performed under this Contract concurrently with or contingent upon work performed on the same facilities or area under other contracts, the Baseline Schedule shall be coordinated with the schedules of the other contracts. a. Obtain the schedules of the other appropriate contracts from the City for the preparation and updating of Baseline schedule and make the required changes in his schedule when indicated by changes in corresponding schedules. 2. In case of interference between the operations of different contractors, the City will determine the work priority of each contractor and the sequence of work necessary to expedite the completion of the entire Project. a. In such cases, the decision of the City shall be accepted as final. b. The temporary delay of any work due to such circumstances shall not be considered as justification for claims for additional compensation. 1.5 SUBMITTALS A. Baseline Schedule 1. Submit Schedule in native file format and pdf format as required in the City of Fort Worth Schedule Guidance Document. a. Native file format includes: 1) Primavera (P6 or Primavera Contractor) 2. Submit draft baseline Schedule to City prior to the pre -construction meeting and bring in hard copy to the meeting for review and discussion. B. Progress Schedule 1. Submit progress Schedule in native file format and pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit progress Schedule monthly no later than the last day of the month. C. Schedule Narrative 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit schedule narrative monthly no later than the last day of the month. D. Submittal Process 1. The City administers and manages schedules through Buzzsaw. 2. Contractor shall submit documents as required in the City of Fort Worth Schedule Guidance Document. 3. Once the project has been completed and Final Acceptance has been issued by the City, no further progress schedules are required. CITY OF FORT WORTH Water Improvements - Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised July 1, 2011 013216-5 DAP CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 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. The person preparing and revising the construction Progress Schedule shall be experienced in the preparation of schedules of similar complexity. B. Schedule and supporting documents addressed in this Specification shall be prepared, updated and revised to accurately reflect the performance of the construction. C. Contractor is responsible for the quality of all submittals in this section meeting the standard of care for the construction industry for similar projects. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Water Improvements - Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised July 1, 2011 013233-1 DAP PRECONSTRUCTION VIDEO Page 1 of 2 SECTION 0132 33 PRECONSTRUCTION VIDEO PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. Though not mandatory, it is highly recommended on infill developer projects. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH Water Improvements - Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised August 30, 2013 01 32 33 - 2 DAP PRECONSTRUCTION VIDEO Page 2 of 2 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Water Improvements - Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised August 30, 2013 SECTION 0133 00 DAP SUBMITTALS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 013300-1 DAP SUBMITTALS Page 1 of 8 General methods and requirements of submissions applicable to the following Work -related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. 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. CITY OF FORT WORTH Water Improvements - Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised August 30, 2013 013300-2 DAP SUBMITTALS Page 2 of 8 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 When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 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 '/2 inches x 11 inches to 8 '/2 inches x 11 inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH Water Improvements - Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised August 30, 2013 013300-3 DAP SUBMITTALS Page 3 of 8 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 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 CITY OF FORT WORTH Water Improvements - Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised August 30, 2013 013300-4 DAP SUBMITTALS Page 4 of 8 7) Standard wiring diagrams 8) Printed performance curves and operational -range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare -parts listing and printed product warranties 12) As applicable to the Work H. Samples 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 Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH Water Improvements - Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised August 30, 2013 013300-5 DAP SUBMITTALS Page 5 of 8 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. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 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 CITY OF FORT WORTH Water Improvements - Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised August 30, 2013 013300-6 DAP SUBMITTALS Page 6 of 8 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non -conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 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. 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 Developer at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH Water Improvements - Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised August 30, 2013 013300-7 DAP SUBMITTALS Page 7 of 8 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 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. Sufficient information shall be attached to permit a written response without further information. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Water Improvements - Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised August 30, 2013 013300-8 DAP SUBMITTALS Page 8 of 8 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] D 31111=1x4011130 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days CITY OF FORT WORTH Water Improvements - Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised August 30, 2013 0135 13- 1 DAP SPECIAL PROJECT PROCEDURES Page 1 of 7 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives, Drop Weight, Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Division 1 — General Requirements 23 3. Section 33 12 25 — Connection to Existing Water Mains 24 25 1.2 REFERENCES 26 A. Reference Standards 27 1. Reference standards cited in this Specification refer to the current reference 28 standard published at the time of the latest revision date logged at the end of this 29 Specification, unless a date is specifically cited. 30 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 31 High Voltage Overhead Lines. 32 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction 33 Specification 34 1.3 ADMINISTRATIVE REQUIREMENTS 35 A. Coordination with the Texas Department of Transportation 36 1. When work in the right-of-way which is under the jurisdiction of the Texas 37 Department of Transportation (TxDOT): 38 a. Notify the Texas Department of Transportation prior to commencing any work 39 therein in accordance with the provisions of the permit CITY OF FORT WORTH Water Improvements — Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised August, 30, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 0135 13-2 DAP SPECIAL PROJECT PROCEDURES Page 2 of 7 b. All work performed in the TxDOT right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation B. Work near High Voltage Lines 1. Regulatory Requirements a. All Work near High Voltage Lines (more than 600 volts measured between conductors or between a conductor and the ground) shall be in accordance with Health and Safety Code, Title 9, Subtitle A, Chapter 752. 2. Warning sign a. Provide sign of sufficient size meeting all OSHA requirements. 3. Equipment operating within 10 feet of high voltage lines will require the following safety features a. Insulating cage -type of guard about the boom or arm b. Insulator links on the lift hook connections for back hoes or dippers c. Equipment must meet the safety requirements as set forth by OSHA and the safety requirements of the owner of the high voltage lines 4. Work within 6 feet of high voltage electric lines a. Notification shall be given to: 1) The power company (example: ONCOR) a) Maintain an accurate log of all such calls to power company and record action taken in each case. b. Coordination with power company 1) After notification coordinate with the power company to: a) Erect temporary mechanical barriers, de -energize the lines, or raise or lower the lines c. No personnel may work within 6 feet of a high voltage line before the above requirements have been met. C. Confined Space Entry Program 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. 2. Confined Spaces include: a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Use of Explosives, Drop Weight, Etc. 1. When Contract Documents permit on the project the following will apply: a. Public Notification 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24 hour public notification in accordance with Section 013 1 13 E. Water Department Coordination 1. During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. CITY OF FORT WORTH Water Improvements — Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised August, 30, 2013 013513-3 DAP SPECIAL PROJECT PROCEDURES Page 3 of 7 1 2. Coordinate any event that will require connecting to or the operation of an existing 2 City water line system with the City's representative. 3 a. Coordination shall be in accordance with Section 33 12 25. 4 b. If needed, obtain a hydrant water meter from the Water Department for use 5 during the life of named project. 6 c. In the event that a water valve on an existing live system be turned off and on 7 to accommodate the construction of the project is required, coordinate this 8 activity through the appropriate City representative. 9 1) Do not operate water line valves of existing water system. 10 a) Failure to comply will render the Contractor in violation of Texas Penal 11 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 12 will be prosecuted to the full extent of the law. 13 b) In addition, the Contractor will assume all liabilities and 14 responsibilities as a result of these actions. 15 F. Public Notification Prior to Beginning Construction 16 1. Prior to beginning construction on any block in the project, on a block by block 17 basis, prepare and deliver a notice or flyer of the pending construction to the front 18 door of each residence or business that will be impacted by construction. The notice 19 shall be prepared as follows: 20 a. Post notice or flyer 7 days prior to beginning any construction activity on each 21 block in the project area. 22 1) Prepare flyer on the Contractor's letterhead and include the following 23 information: 24 a) Name of Project 25 b) City Project No (CPN) 26 c) Scope of Project (i.e. type of construction activity) 27 d) Actual construction duration within the block 28 e) Name of the contractor's foreman and phone number 29 f) Name of the City's inspector and phone number 30 g) City's after-hours phone number 31 2) A sample of the `pre -construction notification' flyer is attached as Exhibit 32 A. 33 3) Submit schedule showing the construction start and finish time for each 34 block of the project to the inspector. 35 4) Deliver flyer to the City Inspector for review prior to distribution. 36 b. No construction will be allowed to begin on any block until the flyer is 37 delivered to all residents of the block. 38 G. Public Notification of Temporary Water Service Interruption during Construction 39 1. In the event it becomes necessary to temporarily shut down water service to 40 residents or businesses during construction, prepare and deliver a notice or flyer of 41 the pending interruption to the front door of each affected resident. 42 2. Prepared notice as follows: 43 a. The notification or flyer shall be posted 24 hours prior to the temporary 44 interruption. 45 b. Prepare flyer on the contractor's letterhead and include the following 46 information: 47 1) Name of the project 48 2) City Project Number CITY OF FORT WORTH Water Improvements — Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised August, 30, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 0135 13 - 4 DAP SPECIAL PROJECT PROCEDURES Page 4 of 7 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 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. 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. CITY OF FORT WORTH Water Improvements — Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised August, 30, 2013 013513-5 DAP SPECIAL PROJECT PROCEDURES Page 5 of 7 1 1.4 SUBMITTALS [NOT USED] 2 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.6 CLOSEOUT SUBMITTALS [NOT USED] 4 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.8 QUALITY ASSURANCE [NOT USED] 6 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.10 FIELD [SITE] CONDITIONS [NOT USED] 8 1.11 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 1.33 — Added requirement of compliance with Health and Safety Code, Title 9. 8/31/2012 D. Johnson Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. CITY OF FORT WORTH Water Improvements — Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised August, 30, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 01 35 13 -6 DAP SPECIAL PROJECT PROCEDURES Page 6 of 7 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: NOTICE OF CONSTRUCTION THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH Water Improvements — Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised August, 30, 2013 1 2 3 4 013513-7 DAP SPECIAL PROJECT PROCEDURES Page 7 of 7 EXHIBIT B FORTWORTH Do"; DOE HO. XXXX Project Dame: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ,CONTRACTOR CITY OF FORT WORTH Water Improvements — Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised August, 30, 2013 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 1 of 2 SECTION 0145 23 TESTING AND INSPECTION SERVICES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to the City's document management system, or another form of distribution approved by the City. CITY OF FORT WORTH Water Improvements - Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised March 20, 2020 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 03/20/2020 D.V. Magana Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City's document management system. CITY OF FORT WORTH Water Improvements - Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised March 20, 2020 015000-1 DAP TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 SECTION 0150 00 TEMPORARY FACILITIES AND CONTROLS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 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 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 Water Improvements - Kenwood Avenue & Longvue Avenue CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised JULY 1, 2011 01 50 00 - 2 DAP TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 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 Provide and maintain for the duration or construction when required in contract documents E. Dust Control Water Improvements - Kenwood Avenue & Longvue Avenue CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised JULY 1, 2011 01 50 00 - 3 DAP TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 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 Water Improvements - Kenwood Avenue & Longvue Avenue CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised JULY 1, 2011 01 50 00 - 4 DAP TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 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 Water Improvements - Kenwood Avenue & Longvue Avenue CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised JULY 1, 2011 015526-1 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 SECTION 0155 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative procedures for: a. Street Use Permit b. Modification of approved traffic control c. Removal of Street Signs 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 34 71 13 — Traffic Control 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 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. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 1.4 ADMINISTRATIVE REQUIREMENTS A. Traffic Control 1. General a. When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When traffic control plans are not included in the Drawings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days for review of proposed Traffic Control. B. Street Use Permit 1. Prior to installation of Traffic Control, a City Street Use Permit is required. a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. CITY OF FORT WORTH Water Improvements - Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised July 1, 2011 015526-2 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1) Allow a minimum of 5 working days for permit review. 2) Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traffic Control Prior to installation traffic control: a. Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. D. Removal of Street Sign 1. If it is determined that a street sign must be removed for construction, then contact City Transportation and Public Works Department, Signs and Markings Division to remove the sign. E. Temporary Signage 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Traffic Control Standards can be found on the City's Buzzsaw website. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH Water Improvements - Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised July 1, 2011 015526-3 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Water Improvements - Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised July 1, 2011 015713-1 DAP STORM WATER POLLUTION PREVENTION Page 1 of 3 SECTION 0157 13 STORM WATER POLLUTION PREVENTION PART1- 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 3125 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 3125 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. Water Improvements - Kenwood Avenue & Longvue Avenue CITY OF FORT WORTH CPN: 105264 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised July 1, 2011 01 57 13 - 2 DAP STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 3125 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 1.5 SUBMITTALS A. SWPPP Submit in accordance with Section 0133 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review Water Improvements - Kenwood Avenue & Longvue Avenue CITY OF FORT WORTH CPN: 105264 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised July 1, 2011 0157 13 -3 DAP STORM WATER POLLUTION PREVENTION Page 3 of 3 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 0133 00. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Water Improvements - Kenwood Avenue & Longvue Avenue CITY OF FORT WORTH CPN: 105264 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised July 1, 2011 SECTION 0160 00 PRODUCT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 01 60 00 DAP PRODUCT REQUIREMENTS Page 1 of 2 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A list of City approved products for use is available through the City's website at: httDs://apps.fortworthtexas.2ov/ProiectResources/ and following the directory path: 02 - Construction Documents\Standard Products List A. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. B. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. C. Although a specific product is included on City's Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. D. See Section 0133 00 for submittal requirements of Product Data included on City's Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH Water Improvements - Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised March 20, 2020 01 60 00 DAP PRODUCT REQUIREMENTS Page 2 of 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List 4/7/2014 M.Domenech Revised for DAP application 03/20/2020 D.V. Magafia Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City's website. CITY OF FORT WORTH Water Improvements - Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised March 20, 2020 016600-1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 SECTION 0166 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART1- 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. CITY OF FORT WORTH Water Improvements - Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised April 7, 2014 01 66 00 - 2 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 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. CITY OF FORT WORTH Water Improvements - Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised April 7, 2014 016600-3 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 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 CITY OF FORT WORTH Water Improvements - Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised April 7, 2014 01 66 00 - 4 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Water Improvements - Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised April 7, 2014 017000-1 DAP MOBILIZATION AND REMOBILIZATION Page 1 of 4 SECTION 0170 00 MOBILIZATION AND REMOBILIZATION PART1- 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 Water Improvements - Kenwood Avenue & Longvue Avenue CITY OF FORT WORTH CPN: 105264 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised April 7, 2014 01 70 00 - 2 DAP MOBILIZATION AND REMOBILIZATION Page 2 of 4 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contractor's operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) Removal of all buildings or other facilities assembled at the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements IRM97[yW.307Z%140IDleh89,11101111114`1V A. Measurement and Payment 1. Mobilization and Demobilization a. Measure 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Remobilization for suspension of Work as specifically required in the Contract Documents a. Measurement 1) Measurement for this Item shall be per each remobilization performed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Specified Remobilization" in accordance with Contract Documents. c. The price shall include: 1) Demobilization as described in Section 1.1.A.2.a.1) 2) Remobilization as described in Section 1.1.A.2.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. Water Improvements - Kenwood Avenue & Longvue Avenue CITY OF FORT WORTH CPN: 105264 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised April 7, 2014 01 70 00 - 3 DAP MOBILIZATION AND REMOBILIZATION Page 3 of 4 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. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement' will be paid for at the unit price per each "Work Order Emergency Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section 1.1.A.4.a) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] Water Improvements - Kenwood Avenue & Longvue Avenue CITY OF FORT WORTH CPN: 105264 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised April 7, 2014 01 70 00 - 4 DAP MOBILIZATION AND REMOBILIZATION Page 4 of 4 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 4/7/2014 M.Domenech Revised for DAP application Water Improvements - Kenwood Avenue & Longvue Avenue CITY OF FORT WORTH CPN: 105264 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Revised April 7, 2014 017123-1 DAP CONSTRUCTION STAKING AND SURVEY Page 1 of 4 SECTION 01 71 23 CONSTRUCTION STAKING AND SURVEY PART1- 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) 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. 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. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals, if required, shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Certificates 1. Provide certificate certifying that elevations and locations of improvements are in conformance or non-conformance with requirements of the Contract Documents. a. Certificate must be sealed by a registered professional land surveyor in the State of Texas. CITY OF FORT WORTH Water Improvements - Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised April 7, 2014 01 71 23 - 2 DAP CONSTRUCTION STAKING AND SURVEY Page 2 of 4 B. Field Quality Control Submittals 1. Documentation verifying accuracy of field engineering work. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Construction Staking 1. Construction staking will be performed by the City. 2. Coordination a. Contact City's Project Representative at least 2 weeks in advance for scheduling of Construction Staking. 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 furnished by City. b. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed or disturbed, by Contractor's neglect, such that the contracted Work cannot take place, then the Contractor will be required to pay the City for new staking with a 25 percent markup. The cost for staking will be deducted from the payment due to the Contractor for the Project. B. Construction Survey 1. Construction Survey will be performed by the City. 2. Coordination a. Contractor to verify that control data established in the design survey remains intact. b. Coordinate with the City prior to field investigation to determine which horizontal and vertical control data will be required for construction survey. c. It is the Contractor's responsibility to coordinate Construction Survey such that construction activities are not delayed or negatively impacted. d. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. 1) City shall perform replacements and/or restorations. General a. Construction survey will be performed in order to maintain complete and accurate logs of control and survey work as it progresses for Project Records. b. The Contractor will need to ensure coordination is maintained with the City to perform construction survey to obtain construction features, including but not limited to the following: 1) All Utility Lines a) Rim and flowline elevations and coordinates for each manhole or junction structure 2) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Every 250 linear feet CITY OF FORT WORTH Water Improvements - Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised April 7, 2014 01 71 23 - 3 DAP CONSTRUCTION STAKING AND SURVEY Page 3 of 4 (2) Horizontal and vertical points of inflection, curvature, etc. (All Fittings) (3) Cathodic protection test stations (4) Sampling stations (5) Meter boxes/vaults (All sizes) (6) Fire lines (7) Fire hydrants (8) Gate valves (9) Plugs, stubouts, dead-end lines (10) Air Release valves (Manhole rim and vent pipe) (11) Blow off valves (Manhole rim and valve lid) (12) Pressure plane valves (13) Cleaning wyes (14) Casing pipe (each end) b) Storm Sewer (1) Top of pipe elevations and coordinates at the following locations: (a) Every 250 linear feet (b) Horizontal and vertical points of inflection, curvature, etc. c) Sanitary Sewer (1) Top of pipe elevations and coordinates for sanitary sewer lines at the following locations: (a) Every 250 linear feet (b) Horizontal and vertical points of inflection, curvature, etc. (c) Cleanouts c. Construction survey will be performed in order to maintain complete and accurate logs of control and survey work associated with meeting or exceeding the line and grade required by these Specifications. d. The Contractor will need to ensure coordination is maintained with the City to perform construction survey and to verify control data, including but not limited to the following: 1) Established benchmarks and control points provided for the Contractor's use are accurate 2) Benchmarks were used to furnish and maintain all reference lines and grades for tunneling 3) Lines and grades were used to establish the location of the pipe 4) Submit to the City copies of field notes used to establish all lines and grades and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City to verify the guidance system and the line and grade of the carrier pipe on a daily basis. 6) The Contractor remains fully responsible for the accuracy of the work and the 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 City. 9) If the installation does not meet the specified tolerances, immediately notify the City and correct the installation in accordance with the Contract Documents. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH Water Improvements - Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised April 7, 2014 01 71 23 - 4 DAP CONSTRUCTION STAKING AND SURVEY Page 4 of 4 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 APPLICATION 3.5 REPAIR / RESTORATION [NOT USED] 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. B. Do not change or relocate stakes or control data without approval from the City. 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 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Water Improvements - Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised April 7, 2014 SECTION 0174 23 CLEANING PART1- GENERAL 1.1 SUMMARY 017423-1 DAP CLEANING Page 1 of 4 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. CITY OF FORT WORTH Water Improvements - Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised April 7, 2014 01 74 23 - 2 DAP CLEANING Page 2 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. 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. CITY OF FORT WORTH Water Improvements - Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised April 7, 2014 01 74 23 - 3 DAP CLEANING Page 3 of 4 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. 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. 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] CITY OF FORT WORTH Water Improvements - Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised April 7, 2014 01 74 23 - 4 DAP CLEANING Page 4 of 4 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Water Improvements - Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised April 7, 2014 SECTION 0177 19 CLOSEOUT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY 017719-1 DAP CLOSEOUT REQUIREMENTS Page 1 of 3 A. Section Includes: 1. The procedure for closing out a contract 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. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH Water Improvements - Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised April 7, 2014 017719-2 DAP CLOSEOUT REQUIREMENTS Page 2 of 3 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [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 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 0178 39 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 74 23. C. Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion CITY OF FORT WORTH Water Improvements - Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised April 7, 2014 017719-3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) £ Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Water Improvements - Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised April 7, 2014 017823-1 DAP OPERATION AND MAINTENANCE DATA Page 1 of 5 SECTION 0178 23 OPERATION AND MAINTENANCE DATA PART1- 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 0133 00. All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8 1/2 inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH Water Improvements - Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised April 7, 2014 01 78 23 - 2 DAP OPERATION AND MAINTENANCE DATA Page 2 of 5 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly -leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 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 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. CITY OF FORT WORTH Water Improvements - Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised April 7, 2014 01 78 23 - 3 DAP OPERATION AND MAINTENANCE DATA Page 3 of 5 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 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 CITY OF FORT WORTH Water Improvements - Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised April 7, 2014 01 78 23 - 4 DAP OPERATION AND MAINTENANCE DATA Page 4 of 5 i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking 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 CITY OF FORT WORTH Water Improvements - Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised April 7, 2014 01 78 23 - 5 DAP OPERATION AND MAINTENANCE DATA Page 5 of 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31 /2012 D. Johnson 1.5.A.1 — title of section removed 4/7/2014 M.Domenech Revised for DAP Application CITY OF FORT WORTH Water Improvements - Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised April 7, 2014 017839-1 DAP PROJECT RECORD DOCUMENTS Page 1 of 4 SECTION 0178 39 PROJECT RECORD DOCUMENTS PART1- 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 SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. CITY OF FORT WORTH Water Improvements - Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised April 7, 2014 01 78 39 - 2 DAP PROJECT RECORD DOCUMENTS Page 2 of 4 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH Water Improvements - Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised April 7, 2014 017839-3 DAP PROJECT RECORD DOCUMENTS Page 3 of 4 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. c. Call attention to each entry by drawing a "cloud" around the area or areas affected. CITY OF FORT WORTH Water Improvements - Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised April 7, 2014 01 78 39 - 4 DAP PROJECT RECORD DOCUMENTS Page 4 of 4 d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP Application CITY OF FORT WORTH Water Improvements - Kenwood Avenue & Longvue Avenue STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105264 Revised April 7, 2014 GC-6.09 Permits and Utilities Page 1 of 1 GC-6.09 PERMITS AND UTILITIES Water Improvements — Kenwood Avenue & Longvue Avenue CPN:105264 Utility Permit Approval - Permt number: 00002/20240308/34964/77261/UP Date of Approval:09-16-2024 UTILITY PERMIT APPROVAL TO: Imendezvargas Jose Miguel IlCity of Fort Worth (IPRC) 200 Texas Street Fort Worth,76102 Highway SS0580-K: At milepost 608+1.136 SS0580-K: At milepost 608+1.168 SS0580-K: At milepost 608+1.206 RM2871-K: At milepost 270+0.459 RM2871-K: At milepost 270+0.467 RM2871-K: At milepost 270+0.482 RM2871-K: At milepost 270+0.493 SS0580-K: At milepost 608+1.137 SS0580-K: At milepost 608+1.168 SS0580-K: At milepost 608+1.206 RM2871-K: At milepost 270+0.459 RM2871-K: At milepost 270+0.467 RM2871-K: At milepost 270+0.482 RM2871-K: At milepost 270+0.493 Schedule Dates: from 09/17/2024 to 03/17/2025 Date: II09-16-2024 Application/Permit 00002/20240308/34964/77261/UP No.: District: Fort Worth IlControl Section 110008-04 110008-04 110008-04 II2855-01 II2855-01 II2855-01 II2855-01 110008-04 110008-04 110008-04 II2855-01 II2855-01 II2855-01 II2855-01 Maintenance Section IlCounty IlTarrant IlTarrant IlTarrant IlTarrant IlTarrant IlTarrant IlTarrant IlTarrant IlTarrant IlTarrant IlTarrant IlTarrant IlTarrant IlTarrant TxDOT offers no objection to the location on the right-of-way of your proposed utility installation, as described by Notice of Proposed Utility Installation No. 00002/20240308/34964/77261/UP dated 03/08/2024 and accompanying documentation, except as noted below. Special Provisions: You are required to notify TxDOT 48 hours (2 business days) before you start construction to allow for proper inspection and coordination of workdays and traffic control plans. Use the RULIS website for the 48-hour notification. DO NOT start construction until you have coordinated the construction start date and inspection with TxDOT. You are also required to keep a copy of this Approval and any approved amendments at the job site. When installing utility lines on controlled -access highways, access for serving this installation shall be limited to access via (a) frontage roads where provided, (b) nearby or adjacent public roads or streets, (c) trails along or near the highway right- of-way lines, connecting only to intersecting roads; from any one or all of which entry may be made to the outer portion of the highway right-of-wayfor routine service and maintenance operations. The Installation Owner's rights of access to the through -traffic roadways and ramps shall be subject to the same rules and regulations as that apply to the general public except, however, if an emergency occurs and usual means of access for routine service operations will not permit the immediate action required bythe Utility Installation Owner in making emergency repairs as required for the safety and welfare of the public, the Utility Owners shall have a temporary right of access to and from the through -traffic roadways and ramps as necessary to accomplish the required emergency repairs, provided TxDOT is immediately notified by the Utility Installation Owner when such repairs are initiated and adequate provision is made by the Utility Installation Owner for the convenience and safety of highway traffic. The installation shall not damage any part of the highway, and adequate provisions must be made to cause minimum inconveniences to traffic and adjacent property owners. If the Utility Installation Owner fails to comply with any or all the requirements as set forth herein, the State may take such action as it deems appropriate to compel compliance. 1/2 Utility Permit Approval - Permt number: 00002/20240308/34964/77261/UP Date ofApproval:09-16-2024 SME - Area Engineer Review Review Answer: Require Additional Information Response text: Additional information is required. Abondonement of dater line will not be permitted and traffic control plan needs to be revised. SME - Area Engineer Review Review Answer. -Require Additional Information Response text: Please provide more details regarding the pavement design proposed for the portion that will be cut and restored. Whenever a utility is required to have cut and restore portions on the pavement, expectation is to cut the entire width of the lane and meet a minimum of 500 feet in length. Depending on the depth required to restore pavement and the proximity to the intersection, the traffic control plan will also have to be revised. Since there's been several revisions already we recommend that we set up a meeting to discuss, please contact Isaac Alva at isaac.alva@txdot.gov to set up the meeting. SME - Area Engineer Review Review Answer. Recommend Denial Response text: Traffic control needs more clarification and needs to be signed and sealed. SME - Area Engineer Review Review Answer: Response text: SME ATTACHMENTS: Included attachments: SME Answers Summarv2734466.Ddf SME Answers Summary 298840.Ddf SME Answers Summary 234636.Ddf 2/2 TxDOT Utility Installation Review Revision Dote 09/2023 I ICPN Number aasic Information I 264 I IPro er(� p rry 5�n i� e/O�l�zoze I IPrgrryl5ed (:onshuch'on �omol ate 1/2a/z024 I W h'99��dy 90 1Tota1(121 Work) I Ilnstallabon C� ��Crioose ham droQ'� J Wacer I llnstallatlon Locaflon /Choose from d 7iiu' wn) aunetl I onLongvue Avenue (RM 2821)m replace eurting 12" nstallabonWApproximately200LF). 16"l. concrete ,1.11 wacedine (to be abandoned). Wacedine is proposed m cinnett m the Ezisbng 16" concrece waterline on Camp Rome RLVD (Spar 580), D—pbon of Wark 1n add.— a 12" wacedme m11 be installed on genwood Avenue and tie ram the Existing 16" Concrece waterline on Camp Rome RLVD (Spur 5W) see attached plans fr boM locations City of Fort Worth typically reaunes far mrtallahonz on a 1— Road to be out of Me Right of Way (ROW) and in a Special CO--.- separate easement Th is not passible g,— the n—.A.—, and proximity to enshng homez/bunnezzez Instead it iz proposed Mat Me waterline be mrtalled beneaM the roadway while maintaining a minimum 9 foot separat— distance from tM1e exishng sewer line per TCEQ rules. I T TChekiist I question: I Mark with":" Comment: GENERAL Yn No WA II What type of numllatron zs pm711 VV X I I Temporary I I I I2 Is des pennrt re f q (( yy JJ�W PleaDres aenter X If yes. U. Please enter TxDOTConned Uhlrty ID ter xDTDTOComrekciUbluy X 2b. Is Mrs pennd associated wdh a T DOT Retmbmsable Uhhty Adlu m m1 X If —Please enter Ubnry ID: Please enter Ual,t ID: X I 3, Does Mrs ubhty -,I ly d,recdy or rrdractly serve the pubhc and s authonzed by state law W operate, con —, and mainlmn rta f-blms over, undo, across, X on, 0r along highways? I4. Wdl lh�s f�hty be located on or rn another UtAq f—hty (Iran) Occupancy a d Ifyes Please give escnpmn (]ram Trenching, Iomt Corwtr —and ]ram X A¢aemenl)1 Dpd Bma s) a d p—& I- vpap A-. — TYPE OF FACILITY Yes xo WA I 5 is Mecateg0ry0ff ilitya I serve I I D—Wtinug X I Turn u I G.tb- I 6 Whuch of the MI.-, coaamous apply m the fcdzty9 (check all Mat �s applicable) Above ground I Undmgroind x I Crossing tlse U,ghway I Along/pamllel the Mgbway X I TRAFFIC (;Ory7ROL I Yn No WA I 11 Are cgrxswcbgn adwrhes q I, roaA ,fi X I I Ifyes Provide specific TCP or Sfnamd TCP Sheets /answer 26 TMUTCD Plan 221, 241R, 242 are slwwn on the "Traffic Control D—N 2" Sheet. Plan 221 will apply fr K--d Ave (Non-TxDOT), and Plan 242 wdl apply for f Longvue Ave (TxDOT Road) Lougvue Ave is a two lane TxDOT streq bat we behave that the 242 ddml 'Two Lane Closure" will be applicable due to f shoulders avmlable on bof x sides of`Longvue street. For all work on Camp Bowa Blvd, TMUTCD Plm 241R wdl be apph-bk 'Tmthe Carron) Plan Lane Closures on Mulhlane Comenbonal Roads" TCP(2-4a -18 is applicable fr f work- Camp Bowie and TCP (24b)-I8 rs applicable to f work on Longvue Please p—de prefererwe ou f TMUTCD d—N vases the TCP (2-4ab) detazk for all work on TxDOT roads See 7fm Control D .N 2" and 2. Wdl any lane closures or traffic—Mficalmn W aqurred? 'Tmthc Carron) D—N 3" sheets m plans 2b. Wdl any work or equipment be on Me highway lanes or shoulders)I X wdl -, Wdrhea be any bore pde, exeavamn, or egmpmem Mat rare Ipmte3 l X ttpnd ingconstructions Ex a amn I ABANDONMENT Yes No WA I I Is Mere Abar�dorunenty X fyes. answer la -Id I I lsthequ7seamypwnrye�q)amag a n�ld pfwa�mes snq-9 dMiRnee ti�eatww x Ib Do Me on zry roes ee st gto rem®i zi place, Wbe abandoned or removed androposed f be installed'+ X Ic. Are all proposed abndomnenls-ro-pCe acwmpamed by an Abandonment Request Letter addressed to tlse TXDDT 13-1 Em­m? X Id Up1-1 Abando ffl Request Letter X Provide bad—. request letter. I Req eared Ex lion so Udti Accomodafion Rules L Exuphon to T Admmrshanve Code WAC) Yes No WA I fyes Please Md xas all applicable sectiorvs and subsecnorvs ar�d pronde X descnpmn and mottvatron 2 Excephonf ROW Uhhty Manual Ifyes. Please add all apPlicable chapters and sechorls and provide descnphon X ad mobvahon •See Special Comments I Plans Yes No WA I 1. The location and identification (highway number) of —OT highways X are dearly indicated on the plans. 2. Plaua ere legible, drawn m wale, end .--y dimensioned. X I 3. Lalimde/Inngimde values ere ahnwn in decimal degrees end reference X markers for roadways are clearly indicated 4. Existing end proposed utility —lilies are shown x I 5. Existing end proposed utility fdlidu are dearly Inbded with Me sis, X type and material. r S--g Shown on Ca¢ 1—of Applzcable Roads 6. Roadway stationing, end ROW lines ere ahnwn Camp Bowie - 9Mh Far 6ALTWA ux ES Longvue-97-1M �ip here and �alleti-326b952. I T / eexmx�Eeax � � "� nn xnTEewnixirnnT � g iwocxcnmcrcav®x � xxxooxxencvl�we. x `• vv 8 8 r. d T a 1 certify that this plan will lb-- for the following IVcation�s�. PIA. — TMUTCD I certify that this plan will be used for the following Ixcationls�. I certify that this plan will beused for the%11. ibg Ibotibn�s�. THE FOLLOWING NOTESARE APP—BILE TO ALL TTPlOAB an Vn T ^� Mre xvxa.wxdsvmmYx ynbumuwx a ",+Mee+m ye ®mmire ti>amxvmv, menus a imw e mmmre streire pmvmmwlwa cbineapait nip®mun�mmrm sM iewMnmwacbre notwaure urxuouismYee wmima lry uacnv TmMC Ensineer. Imam. Rnv wmem �u'tRo� a� unrtne�maw� mridmmncrre�mxre. Wetly ] ab TmMC EneineereneimbspecrcremwsrmuYema'nimr9 eases mmtlawiw S'x axm axm xe P w,.m�m t=Two—.— w=wwm mananxmx s=wema wee Bob iwrt1— =(museum, TRAFFIC CONTROL DETAILS 2 K E4 NWOODTT�� AVE LO Nyy��7�6.JJL' GV AVE WATERLINE CITY OF FORT WORTH TARRANT COUNTY, TEXAS wMA 215g uN CeH., E,pres , Pgpe 21460M Eli. w hkAOnney.Texas 7W70 FRN-F-13M LJA PROJECT ID // NT840—OD02 DATE JAN 2024 pF wary DALLPS K WENDLING DESIGN DRAWN SCie SE iSCALE HORZ' N/A /?p2y VERT N SHEET p` 16 us[ copsmucnoN OF 16 SHEETS ROAD 6m WORK AHEAD T aq cwza-lo x RDA it laq¢ne END ?°� see pore u ROAD WORN �20-z g�€ wORK 4 4 END LEFT x e• z z+• AHEAD I ROADWORK LANE T E vlv 44 N "nsg 4820%140'• G20-2 CLOSED ISeeglwYe 11 90 % 24 4CM020%sae T ^ea CWI6-3aPXXX � x acg _ 30' % 12" see na a 4) fit♦ ,gg • ♦ m :� o §h • m i ♦♦ sit VMlcle ♦ i; `— �$� with iMA antl • S (See note B)�I♦ Cw1-4R afofinO�TIGBh I1 I x 40" % 40" ofi oa:fcoe iiaM1ros. FI_ XX cwl3-IP (See notes 5 & 61— L i MPX ®® z4• x z4•• AM =� ♦ ®� �4 4 TMAGq Vhigh wiiM1 ♦ MOA Ontl 14 ensif - - ♦�_ r toting, ilasni *q, o Il laf inq or ¢ De CWI -fiat m x p x 119M1i¢. Isee note¢ S N 6) m ♦ 36• % 36" y ♦• ♦ i IGH • LOSED � J IF CB20%s40• Cw,-4L CWI6-3OP 30" X 12• ® �� CW13-IP x See note 4) 24• % 24" i ROAD WORK i; y x�t-- LANE 20-5TR AROADEND i X 46" 0•' zz4•• WORK ROADWORKAHEADGG20-2 I6-3GP 0• % 24• " % 2" AW20-IA x no e FI 0 to 4) See rosfe 1I TCP (2-4a) TCP (2-4b) ROAD WORK AHEAD ON O-,D 4s" x 46• m: ONE LANE CLOSED TWO LANES CLOSED :a°ore11 I LEGEND I I® TYpe 3 Bmricatle Al Al ChOthT. izing Devices truck Mcuntetl E33] Heavy Work VeM1ic1e ® pttenuatcr (iMpl ® FlaeM1in9MArrowtleaar0 e Meoeeage si9mePCMsi i Sign 4 Tr9ffic Flow Q Flaq Flogger Ps°P°.teatl 1-11 . ear** urk°°so�. ♦ 10• a1 o m G oexim "e. oft« on«+�on: 1e1v"° 30 2 150 165' ff0 T30r Tn 60'�t o120' 90' 3�. w= 205 225' 245 35' 10' I60' 120' 40 60 265 295' 320 40' 80' 240' 155' 45 510' 55 550� 605' 6N. 55' 100' S00' 295' 60 L-w5 600 660'//I T20//I1 60' 120' 600' 350' OOO 3o Too To To T5 T50� 625' 940' ?5' I50' 90' 540' iE ConventI—I ROotle Only 3Ex ieaer lenoth, nave been rWWi o�,cetl off. eng1M1 f TGper IFT) tlth aF Offset fFT) 5•Pastetl 5«etl (MPH) ucelLE TYPICAL USAGE I TERM D.RATTION STATIOON1R.x I iELTAI` ..All ST1TO[OIIARY GENERAL NOTES 1. Flog, GYt— iG aims Mere At— are REQUIRED. 2. All Traffic antral hvice. it lust -Al are REQUIRED, except those Oeleie0 wim the tr1-1. ¢moor PGy De 9nittea when ¢tafetl .1—re In m. or far ra+t ice Flint.. wmkl Men pprovetl by the Engineer. J. TM G trAOT tM, is rotima . N1en uaetl, it weultl ce 10D f«t minimm 4. Fmq&mrt'erm Gppl icatlma, Men pmt momte0 sips me not u¢e0, Me Oistmce I A,— Imy be At m iM sign face rather th.h m a 011I6-3oP e4FFINTM 1 pi- 5. A SM1oOow Vehicle with G 1YA ¢Ipu 10 De u¢eG anytime it can 0e VositimeG 30 TO 100 fe nce f the area of crew expo«re without oEvereely 'f-thmg uo 11, of tN wmk. 1T Markers Gre no to «en r traffic control i ce�Tyce l but _,loG error marvel lzi lq cerice¢ mGy be slDat I— for ins SlmGow V ae iMAler fi. Ami.�olol sn vmlGlea wirM1 Trua may a Poslrimm in eam GI«m lm�o+1«.M1u .icm aprorGff gaI wrra«. next ro moos anon In It TCP (2-4o) T. If — TCP ie use0 Tor a left la closure CW20-5 ms . 'LEFT LANE CLOSED•Ai ¢M11 De u¢e0 and mmcelizi Og ceaOev iices AT 11 De IF— on Tne centerline To pace fray a«wsi- traffic —1, the Grrov boars Plmetl in th. o« c _ r the oper. eM of the mergilp t TCPI(2-4b) 0. Fm sn %,!1m¢ Mere troff is la tlirec1. over a yel « centerlicet zing tlev ice. Mien GAP. . fro-wy traffic GUltllbe apacetl m a of t0' for IS' Mte0 GG— me 35 men m A r, aM fen tangent eectio eg O _,S1 Mere S i¢ 1ne ¢peetl in iryh. Tni¢ tight, retlevice¢ ¢Dmilq I¢ IntentleG for rle meG or canTlining marking°, lot The Ire J�° oaem.,seiona ,T♦%w UwP•fWaawrt o/Tianwpoy0vlMf1 sav elcere TRAFFIC CONTROL PLAN LANE CLOSURES ON MULTILANE CONVENTIONAL ROADS TCP(2-4)-18 c Tmm II II II REws1oN II er TRAFFIC CONTROL DETAILS 3 KENW®®D AVE & LONGVU E AVE WATERLINE CITY OF FORT WORTH TARRANT COUNTY, TEXAS LJA 1hM*M W1FML NMs MA 215GSaN CmGbi Expressway P-2146202000 9u. 350 MAnney Texas 15070 FRN-F-13M �%� LJA PROJECT ID hE Ntw NT640-0002 DATE JAN 2024 of omrc DALLPS K WENDLING LE51CN � DRAWN' C�NIf v{" i � SC LE �jp24 VERTN/A SHEET FOR aF 16 us[ 0 00NSN IGN OF t6 SHEETS HATES I / / BEGIN PROPOSED — £ 1 THE EXISTENCE AND LOCATION OF ALL UNDERGROUND UTILITIES SHOWN ON THE 6" WATERLINE DRAWINGS WERE OBTAINED FROM AVAILABLE RECORDS AND ARE APPROXIMATE, 2 CO TRACTOR SHALL VERIFY HORIZONTAL AND VERTICAL LOCATIONS OF ALL ILITY NEITHER H N N ASSUMES ANY D (n FOR UTILMESANY PRIOR TO CONSTRUCTION THE CONTRACTOR SHALL BE REQUIRED ��. I W Z TO TAKE ANY PRECAUTIONARY MEASURES TO E PROTECT ALL LINES SHOWN V _ W AND/OR ANY OTHER UNDERGROUND UTILITIES NOT OF RECORD OR NOT SHOWN LL1 ON THE PLANS � 0 N w EXISTING UTILITIES PRIOR TO CONSTRUCTION. IMMEDIATELY NOTFY THE ENGINEER OP�`P 8 9� s� 6 II /� OF ANY DISCREPANCIES m EXISTING 8" WATERLINE I C) II x-09118 Illr.'.■■. a 3 WATER AND SANITARY SEWER MAIN AND LATERAL SEPARATION SHALL BE N II I � MAINTAINED IN ACCORDANCE WITH TCEO GUIDELINES, 30 iAC $290 44(E)(1-4) � ' � - � EXISTING 12" 4 ALL SANITARY SEWER LINES SHALL BE SDR-26 PVC PIPE UNLESS OTHERWISE BEGIN PROPOSED WATERLINE r NOTED. � 12" WATERLINE / 3 `1 (� 0 20 40 80 LE1 5 ALL PROPOSED WATER LINES ARE 12" C900 CUSS 200 DR 14 OR 16" C905 DR 18 WC PIPE UNLESS OTHERWISE NOTED p II W W L�LI £ W + E%ISTING 12" WATERLINE ~ 6. WATERPROOF PLUG SHALL BE INSTALLED IN THE EXPOSED END OF LINE AT THE ss ice- IW X-26265 Q END OF EACH DAY SHEET 11 STA _0 TO END ] LE1 PER CITY OF FORT WORTH SPECIFICATION NO WHITE PIPE IS ALLOWED TO BE W n INSTALLED Q 8 CONTRACTOR SHALL USE INTERNALLY RESTRAINED PIPE AT JOINTS WITHIN /WESTLAND WESTLAND ADDITIO 20-FEET OF ANY BEND OR VALVE Y�// WATERLINE ADDNION BLOCK 6, LOT END PROPOSED EXIWESTLAND ADDITION STING 6" TBLOCK 6, 9 ONE LANE OF TRAFFIC SHALL REMAIN OPEN DURING CONSTRUCTION RESIDENTS %-24541 16" WATERLINE (>') AND BUSINESSES SHALL HAVE ACCESS TO DRIVEWAYS AT ALL TIMES, BLOCK 6. LOT 4,5 LOT 6 OR SHALL Z BE PROVIDED WITH A MINIMUM 24-HR NOTICE PRIOR TO DESTRUCTION OF THEIR DRIVEWAYS . - ' \ / O WEST ADDIION WATER STUDY WSS-2022-2263 10 WATER SERVICE SHALL BE MAINTAINED AT ALL TIMES DURING CONSTRUCTION / BLOCK 6. LOT 1.2,3 EXISTING i6" WATERLINE I � \ X-09118 WEST NADDITION SHE O BLOCK BLOCK 5., LOT 11,12 ET 9 / STA 0+00 TO 3+00 \ z WESITANG ADDITION Y S'�/ BLOCK 6, L\8,9 / BENCHMARKS 0' EXIST ROWN._ \� ; ELY Ai DRIVE - 9716 HII— WO —INTO EEV 7. PROPOSED 12" \ PROPOSED RADIUS FIRE IOR CB 150 EEEV ]60]66 WATERLINE IT RADIUS DOUBLE RECESSED I FACE WESTLAND ADDITION BLOCK 6, LOT 10 NI CF C(H<PIN RRD TNT WEWAY)SERMNCHEERDD WEST NO ADDITION WEST CB OF D T SERVICE RD 656 FI NORTH OF N CB / BLOCK 6, LOT 22 \ RLCESSLD INLFT N tzn A.ose FT WESTLAND ADDITION _ \ (/ / BLOCK 5, LOT 13 WESTD\ >'LU jD. R W \w W SFa TL4 C. ADDITION BLOCK N, ADDITION T BL 6, LOi 21 BLOCK 6, LOT 11 \ \ LJJ \ EXISTING HYD ANTO RADIUS V / O i Q / DATE REVISION BY \ WESTLAND A00TQIj BLOCK 6, LOT A --� Ld \ OVERALL SITE PLAN $ \ WEST NO ADDITION w-- /___ �3 % 12 BLOCK 5, LOT 14 Y^ SHEET 10 / - PROPOSED 500' FIRE Y STA 3+00 TO END N O HYDRANT RADIUS KE-1 NWOOD AVE \ \ WESTLAND ADDITION EXISTING 6" SANITARY SEWER / W \ RI.pYI Rq/9 ll��fpfpaa AVE BLOCK 5, LOT 15®6 '6� + �y-+ d y a X-06819 WESTIAND ADDITION g BLOCK 6, LOT to-R YAllYATINN WEST ID ADDITION BLOCK 6, LOT 18 Number of Water Sampling Table CITY OF FORT WORTH WESTLAND ADDITION / WEST ND ADDITION BLOCK 5, LOT I6 \ BLOCK 6, LOT 15 Location of Water Samoline Numberof Samples TARRANT COUNTY, TEXAS — W11TUND AooNION 11 1000 LF of Pipe 3 EA LIA BLOCK 6, LOT 17 t"�A a10. WESTWJD ADDITION WESTIAND ADDITION 21 Dead End Main 0 EA 21505w Cep presswey PMre 214620M BLOCK 5. LOT 17 BLOCK 6, LOT 16 SD1h 660 �p q 31 Branched Off The Main (Longer Than 20 LFI 0 EA EXISTING 8" WATERLINE McKinney, Teems ]50]0 FRN-F-136fi �$ X-1 0725 ¢1 Fire Line 2 EA WA PROJECT ID 51 Hydrant 2 EA r<�+\ W840-0002 CST �w DATE JAN 2024 s w w w W W W MAYW00D J °f o DAMASK WENDLING DESIGN WENDLING —66 Ss� Subtotal 7 EA 7y (/C gyp/% DRAwN: SAS BY SCALE c EXISTING 6" WATERLINE E HORZ 1" = 40' q x-1o36z END PROPOSED Total Sample Tested (2 Consecutive Passing) = 14 EA 2— VERT N/A 12" WATERLINE FOR of SHEET a Total Estimated Cost for Water Sampling (S30/Eachl S 420.00 g oa _ (Minimum 4 Water Sample Testingsl ° CDN6rRD6TIDN °F of 16 SHEETS i w CONNECT TO EXISTING 16" W BWESTLEST OCK 6, ADDITION � 'z� GENERAL NOTES WATERLINE WITH TAPPING '" BLOCK 6. ADDITION BLOCK 6, LOT 22 1 PROPOSED WATER MAINS SHALL HAVE A sY SLEEVE AND VPLV�/ W �G BLOCK 6. LOT 1 MINIMUM COVER OF UNLESS COVER ABOVE EXISTING 16" SEE TMUTCID DETAIL 40 THE TOP OF PIPE, UNLESS SHOWN OTHERWISE WATERLINE CEXI-NG ICN�, pTAN 221 FOR TRAFFIC CONTROL 0 10 20 ON THE DRAWINGS OR DETAILS ERE (n INSTALL 1-12' 11.25' L—� 2 VALVES SHALL BE INSTALLED WHERE H "BEND 1 T'oS PIPELINES, STA 2+04 29 12 IN WL DESIGNATED ON THESE PLANS ANO SHOPWI-12- CLEANING WYE TO VERIFY INS nLL DRAWINGS PROVIDED TO CITY INSPECTOR AND W POLY PIG ACCESS) ATORCRIOR GAS - ENGINEER FOR REVIEW PER SECTION 33 12�WATERLINE 1-FIRE HYDRANT A PRIOR TO 25LF1'WATER METER LNE >UCTION z20VALTS SHALL BE INSTALLED ON ALCUT, PLUG, STA 0+15 ]] 12 IN WL GAS METER STA 2+1] 89 12 IN WL N MAINS 16INCH DIAMETER AND IARGER PERAND BLOCK II—ALLN (ATMOS) 'INSTALL SECTIONS 33 12 20, 33 05 16, & 03 30 Q EXISTING 6' T RECONNECT TO WATER o 00 / 1-12'x6' MJ DI TEE sSEMBLY z OPEN CUT & REPAIR 135 METER (SHORT SIDE) 0 3. CONTRACTOR SHALL PROVIDE A CLEANING W REMOVE EXISTING a PLAN AND DISINFECTION PLAN WATER MAINS � FIRE HYDRANT (CoFW DETAIL D120) SY ASPHALT ROADWAY GPI Q PRIOR TO CONSTRUCTION IN ACCORDANCE — / (FIRE HYDRANT SHALL rc (COFW DETAIL D520) n WITH SECTION 33 04 bD, PART 1 5, CUT, PLUG, AND BLOCK BE WITHIN ROW) SUBMITTALS W / FURNISH AND INSTALL 4. MA%IMUM JOINT DEFLECTION = 1OF, Z EXISTING 6' WATERLINE EXISTING FIRE STA 0+18.24 12 IN WL COO LF OF 12' AWWA GAs MFER rc CONTRACTORS SHALL ACHIEVE SPECIFIED J HYDRANT TO BE 4 (GORY DETAIL D123) INSTALL. C-900 DR- CLASS (ATMOS) w 0 DEFLECTIONS OVER NECESSARY NUMBER OF rc REMOVED 1-12" GATE VALVE & BOX o 200 PVC PIPE O JOINTS OF PIPE W s \ (COFW DET L D126) 5 MINIMUM RADIUS OF CURVE AND MAXIMUM H- MW' STA 0+0},33 12 IN WL EXISTING 6' DI WATERLINE + DEFLECTION ANGLE OF PIPE JOINTS WILL BE / ,-{PROPOSED 12" INSTALL: \ r %-09118 I- I� M RESTRICTED TO 509 OF MANUFACTURER'S / 'GrATE VALVE 1-t 2' tT25' BENDTO BE ABANDONED) _ - Q COMMENDATION, AFTER WHICH THE USE OF / 1 -12' CLEANING WYE HORIZONTAL OR VERTICAL BENDS WILL BE W (POLY PIG ACCESS) / \ ' w N A11OWEp NO BENDING OF PIPE IS Q PROPOSED AT C900 4 STA 0+00 00 12 IN WL m m m m -� � m 6 DESIGN IS BASED ON DR -IS AND DR-14 PVC DR14 PVC WATERLINE Q INSTALL W PIPE W -t6"xt2x TAPPING SLEEVE k VALVE 1 2 G ]. ALL WATERLINE PVC PIPE SHOULD BE IN CONNECT TO EXISTING CONCRETE m J ACCORDANCE WITH AWWA C900. DR-14 SPECIFICATION - 33 1 t 12 PART 2 B Q INSTALL FIRE 16" WL (X-092]H) KENWOOD AVE Ell GAS LINE 8. 5 6.3 RESTRAINED JOINTS - ALL VERTICAL Z HYD ANT ASSEMBLY (C CONCRETE SIDON T�ONNEBE CTION G r —T46 - 45�-AISIING 6 SS 5-06818 = AND HORIZONTAL FITTINGS AND VALVES SHALL Q INSET SCALE' 1 = S MANUFACTURER CONTRACTOR \ _ G - G �5 (i BE DESIGNED WITH RESTRAINED JOINTS IN J ADDITION TO CONCRETE THRUST BLOCKING. T SHALL FIELD VERIFY EXACT LOCATION) \ \ I o� Q ANCHOR TEES OR ANCHOR COUPLINGS q� N q ME `.� 3H0 1 3"0 VALOVES TOE F171NGSUSED TO TABLE SECURES-�2L INBRANCH LUDES THE MINIMUM LENGTHS OF PIPE TO BE X I RESTRAINED FOR 8-INCH AND 12-INCH PVC Q WATER MAINS. CONTRACTOR SHALL SUBMIT Q CALCULATDNS FOR REQUIRED RESTRAINT 3 LENGTHS IN ACCORDANCE WITH THE Z EXISTING GAS SPECIFICATIONS Y \ STA 2+03.85 (24.80' RT) CAUTIONI! RECONNE � BENCHMARKS \ G> \ n �i EXISTING ELECTRIC UTILITIES, METER (LONG SIDE BY BORE) EXISTING 10" PVC SDSZ D j ROW \i'n-2 COMRACTOR TO VERIFY EXISTING GAS G t%00 LOCATION &CONTACT PIPELINE MARKER E. E%\SnN \P \m \ ELECTRIC PROVIDER PRIOR (ATMOS) T�,t� ELY nT 911e HIGHxnv 580 FEE EIEv £ TO CONSTRUCTION E, £ HME \ro WESTLANB ADDITION WESTAND ADDITION BLOCK 5, LOT 12 BLOCK 5, LOT 13 Gg E RECESSED 1 ELEV ]50] 6 F " oT N cI3 ezo (�"MIwR CHTu'FaEEwnrsfi o�"Gi1EiERD 11 12 IN WL REC_ED INLET FIB 6RaD " 0+00 1+00 2+00 3+00 I � I 0 Yo — — — — — — — — — — DATE REVISION I BY 750 750 KENWOOD STA 0+00 - u x �^ g p w N _�! STA 3+00 � w s— — — — — — — ------------- rll c A p EX STING GROUP \ 0 K AT'1 0'V}�Y��y AVE V]E E — ----- ----- WATERLINE 745 W CITY OF FORT WORTH Z J TARRANT COUNTY, TEXAS LJA $o % S e9 Q 21W N hal Pressway PMre 21460= SY 80 ?p w MCIOnney, Texas ]SOTO FRN-F-138fi i LJA PROJECT ID 740 7�`0 ' ,)p+�E..°A c�. - NTe40-oo02 ,I of DATE JAN 2024 u8 aarc DALLAS K WENDLING DESIGN oa R y[ Lgyp\W DRAWN 300 LF 1]; C09014OR11 PVC ^�$��o F� V SCALE fJ/ FOR u / of V R1' - 20' HET 1' = 2 MENT IS RE ' SHEET oa 735 735 05E �oNs,RucTION OF 1 9 SHEETS WESTLAND ADDITION ED)CK 6. LOT 21 STA 3+0559 12 IN WL INSTALL 26 LF 1" Wi TER METER LINE O wz + po Q o F� W Z J RSL 745 O O t M Q � V~1 'e = W Z J i 740 U Q e3 g mq$ 7W oa E. oa 730 WESTLAND ADDRION BLOCK 6, LOT A OPEN CUT & REPAIR IGO EY ASPHALT ROADWAY (CO W DETAIL D520) `FURNISH AND INSTALL 28D G OF 20 D -1 C-900 / GLASS 200 DR-14 PVC STA 3+45 81 12 IN WL /25 LF 1' WATER METER LINE STA 3+5692 12 IN WL 17 LF 1" WATER METER LINE EXISTING E' DI WATERLINE (X-09118) (TO BE ABANDONED) IXISTING GAS LINE G EXISTING 1 EXISTING 1 PVC SO PVC SD STA 3+56 51 (22 46' RT) EXISTING GAS ECONNECT i0 WATER METER (ATMOS) METER (LONG SIDE BY BORE) STA 3+05.48 (25.42- RT) WAILK USIDE STA 3+45,41 (2495' RT) METER (LONG BY BORE) METERN(LONGUSIDEIBY BORE) WESTLAND ADDITION BLOCK 5, LOT N48' S54' 13 WESTLAND ADDITION BLOCK 5, LOT 14 WESTWJD ADDITION BLOCK 6, LOT 18 CAUTION.. IXISTING ELECTRIC UTILRIES, CONTRACTOR TO VERITY LOCATION & CONTACT ELECTRIC PROVIDER PRIOR ,� TTO CONSTRUCTION KENWOOD SAVE OS� 43-7L— ONE rx x EXISTING 8'j PVC ED STA 4+84.31 (24.51' RT) R_NMETER N(LONG USIDE BY BORE) WESTLAND ADDITION WESTLAND ON BLOCK 5. LOT 15 BLOCK 5, LOT 1fi lISM,1 WESTLAND ADDITION BLOCK 6, LOT 17 SEE TMUTCD RETAIL PLAN 221 FOR TRAFFIC CONTROL REMOVE STA 4+8459 12 IN WL E%ISTING FIRE HYDRANT 25 TLF 1" WATER METER LINE STA 5+56.94 12 IN WL INSIA STA 4+94.9] 12 IN WL 1-12Lx(5' MJ DI TEE 1-FIRE HYDRANT ASSEMBLY RECONNECT TO WATER I(COEN DETAIL D120) METER (SHORT SIDE) (FIRE HYDRANT SHALL BE WITHIN ROW) STA 5+0288 12 IN WL RECONNECT TO WATERx xl S METER (SHORT 1 STA 5+59.42 12 IN 7L- - 10S1 DATE VALVE & BOX = (OFW DETAIL D126) _ WESTLAND ADDITION BLOCK 5. LOT 17 12 IN WL 6+00 QvQ z-41IIII'll 0 10 20 40 L_ / 3 CUT, PLUG, AND BLOCK EXISTING 6" WATERLINE (COFW DETAIL D123) INSTALL '^ GATE A LV E i x �-EXST INGN 6" WL (%-10Y1362) 4; G EZIISTING 8" WLW(X-10]25) REDUCER o INSTALL 12" X 8" SS' EXISTING C S; (X 06819) N \ INSI ALL 1925 x12 IN WL 1-12"x12" MJ OI TEE wSS 3 2-12' GATE VALVE & BOX (COFW RETAIL 0126) 1-12"x6" MJ DI REDUCER CONNECT TO EXISTING 6" WATERLINE (X-10362) 1-12"x8" MJ DI REDUCER CONNECT TO EXISTING 8" WATERLINE (X-10J25) EXISTING B" ISOLATION VALVE INSET SCALE: ) = rJ i Z - - C.1 PROPOSED WATER MAINS SHALL HAVE A MINIMUM COVER OF 48-INCHES COVER ABOVE THE TOP OF PIPE, UNLESS SHOWN OTHERWISE ON THE DRAWINGS OR DETAILS. 5.641 (n 2 VALVES SHALL BE INSTALLED WHERE H DESIGNATED ON THESE PLANS AND SHOP Z / \ DRAWINGS PROVIDED TO CITY INSPECTOR AND W `ry \ ENGINEER FOR REVIEW PER SECTION 33 12 20. VAULTS SHALL BE INSTALLED ON ALL W MAINS 16-INCH DIAMETER AND LARGER PER 0 SECTIONS 33 12 20, 33 Cl 16, & 03 30 O 00 CL T O 3 CONTRACTOR SHALL PROVIDE A CLEANING d PLAN AND DISINFECTION PLAN WATER MAINS PRIOR TO CONSTRUCTON IN ACCORDANCE WITH SECTION 33 04 40, PART 1.5, W SUBMITTPLS 4 MAXIMUM JOINT DEFLECTION - 1 91 Z CONTRACTORS SHALL ACHIEVE SPECIFIED J DEFLECTIONS OVER NECESSARY NUMBER OF JOINTS OF PIPE W 5. MINIMUM RADIUS OF CURVE AND MAXIMUM F- DEFLECTION ANGLE OF PIPE JOINTS WILL BE Q RESTRICTED TO 507 OF MANUFACTURER'S RECOMMENDATION, AFTER WHICH THE USE OF HORIZONTAL OR VERTICAL BENDS WILL BE W REQUIRED NO BENDING OF PIPE IS 1 ALLOWED. Q 6 DESIGN IS BASED ON DR-18 AND DR-14 PVC W PIPE ] ALL WATERLINE PVC PIPE SHOULD BE IN ACCORDANCE WITH AWWA C900, DR-14 > SPECIFICATION - 33 11 12 PART 2 B O 8 563 63 RESTRAINED JOINTS - ALL VERTICAL Z AND HORIZONTAL FITTINGS AND VALVES SHALL O J BE DESIGNED WITH RESTRAINED JOINTS IN ADDITION TO CONCRETE THRUST BLOCKING ANCHOR TEES OR ANCHOR COUPLINGS SHOULD BE USED TO SECURE ALL BRANCH VALVES TO 'WINGS TABLE 5-2 INCLUDES p THE MINIMUM LENGTHS OF PIPE TO BE O RESTRAINED FOR 8-INCH AND 12-INCH PVC O WATER MAINS CONTRACTOR SHALL SUBMIT 3 CALCULATIONS FOR REQUIRED RESTRAINT Z LENGTHS IN ACCORDANCE WITH THE SPECIFICATIONS LLJ Y BENCH`RKS ELY AT IE HIGHWAY 5JA 0 ELEv E OIR CHAPEL 1— 'GET RVIE BID .F OOP zo (J�iMF LwnY)sEON 745 DATE REVISION BY KENWOOD STA 3+00 - END KENWOOD AVE& LO7GVLI]E AVE WATERLINE 74C CITY OF FORT WORTH TARRANT COUNTY, TEXAS 2150 N hal pressway Sulk 380 LJA PMre 2148202600 MCIOnne, Texas ]SOTO Y W 73� ��ItaEo FRN-F-138fi LJA PROJECT ID NT8402 rc ' + DATE JAN JAN 2024 oT DALLAS K WENDLING a aF o L DESIGN DRAWN SCALE /?p2y HORZ' 1" 20' VERT 1' = 2' SHEET OR OF N BE 10 %34 usE COHsmucTloN OF 16 SHEETS SEE TMUTCD DETAIL PLAN 241R OR TCP (2-4A) FOR TRAFFIC CONTROL ON CAMP BOWIE NA 0+3662 16 IN WE v STALL m 1-16" 45' BEND m STA 0+33 51 16 IN WE INSTALL 1-16" 225' BEND p CUE, PLUG, AND BLOCK FNJI EXISTING i6" WATERLINE (COFW DETAIL D123) STA 0+2729 15 IN WE IN5TALL 1-16" 225' BEND NA 0+21 08 16 IN WE STALL 1-1622F BEND STA 0+07.22 16 IN WE I1N516�L4S- BEND STA 0+0359 16 IN WE 1NSi6LL45 BEND (1 -16" CLEANING WYE (POLY PIG ACCESS) STA 0+D0.00 16 IN WE 1NS A16' X 16" TAPPING SLEEVE AND VALVE ( GATE VALVE WITH VAULT CONNECT TO EXISTING 16" WE (X-09278) (CONNECTION TO BE MADE 1D BY CONCRETE CONNECTION Np 1 MANUFACTURER CONTRACTOR SHALL FIELD VERIFY EXACT LOCATION) 1 V 0 11 162' EX1= T ROW CAUTION!! EXISTING GAS PIPELINE, _ CONTRACTOR TO VERIFY LOCATION & CONTACT GAS I m� ; PROVIDER PRIOR TO CONSIRUCTON W\ 750 a oa 735 I PR rvDTE6 PROPOSED WATER MAINS SHALL HAVE A I \\� z MINIMUM covER of asESS SHOWN COVER T OTHERWISE M \ / THE TOP OF PIPE, UNLESS SHOWN OTHERWISE ' E%(SYNC 12' 15' WATER ON THE DRAWINGS OR DETAILS. 5.6.4.1 wTION UTILITY EXISTING 2 VALVES SHALL BE INSTALLED WHERE VALi'E EASEMENT VpUEVI510N 0 10 2C 40 DESIGNATED ON THESE PLANS AND SHOP Z 4 L � ENGINEER FOR NGS PROVIDED REVIEW PER SECTION CITY T13 12D W \ I IRR GISTINGATION =�, L_ 20. VAULTS SHALL BE INSTALLED ON ALL W 90 _�� MAINS 16-INCH DIAMETER AND LARGER PER VALVE �_ _ _ _ _ _ _ _ — — SECTIONS 33 12 20, 33 05 16, & 03 30 0 00. 3 CONTRACTOR SHALL PROVIDE A CLEANING PLAN AND DISINFECTION PLAN WATER MAINS d CAUTION (( %� % PRIOWITHR CONSTRUOCTION IN ACCORDANCE 1 EXISTING ELECTRIC XERIIT "� . 4 MAXIMTUM JOINT DEFLECTION - 1 0', w CONTRACTOR TO VERIFY y I CONTRACTORS SHALL ACHIEVE SPECIFIED z 1 LOCATION & CONTACT W ELECTRIC PROVIDER PRIOR FURNISH AND INSTALL 33 �\ X JDEFLECTION OF PIPE OVER NECESSARY NUMBER OFGI TO CONSTRUCTION W ER LINE DUCTILE IRON 5 MINIMUM RADIUS OF CURVE AND MAXIMUM LLI WATER LINE I 3 DEFLECTION ANGLE OF PIPE JOINTS WILL BE Q RESTRICTED TO 50% OF MANUFACTURER'S 3 x SEE TMUTCD DETAIL •' • ' o fig'! RECOMMENDATION, AFTER WHICH THE USE OF PLAN 242 OR TCP (2-4B) FOR ^ HORIZONTAL OR VERTICAL BENDS WILL BE LiJ 7$p REQUIRED rv0 BENDING OF PIPE IS ' EXIS\ING.]8" tM9P SD "` /T-1 ALLOWED. 6. DESIGN IS BASED ON DR-15 AND DR-14 PVC Q PIPE 4URNISH AND-RSIALL- `dl 7 ALL WATERLINE PVC PIPE SHOULD BE IN 14J LF OF 16' A F ACCORDANCE WITH AWWA C9G0, DR-14 (ISTING 12' I C PIPE �^ SPECIFICATION - 33 11 12 PART 2 B (� OwiION - - - ------------ - - ---152---- e 5.63 RESTRANED JOINTS - ALL VERTICAL LLVE T51 AND HORIZONTAL THINGS AND VALVES SHALL Z OPEN CUT & REPAIR 11 9� STA 1+7085 16 IN WL 98 153 io In e SY ASPHALT ROADWAY IN— L LONCVUE AVE BE DESIGNED WITH RESTRAINED JOINTS IN RM1871 (TXGOT) EXISTING G45 LINE ADDITION TO CONCRETE THRUST BLOCKING vr--------- "- - ----1-16' 45' BEND --- n 3 LF SEPARATION DISTANCE y _ - - - - - - ANCHOR TEES OR ANCHOR COUPLINGS 1-tfi" CLEANING WYE SHOULD BE USED TO SECURE ALL BRANCH (WATER AND GAS) 3 -(POLY PIG ACCESS) VALVES TO FITTINGS. TABLE 5-2 INCLUDES J5` D THE MINIMUM LENGTHS OF PIPE TO BE C 6 CONCRETE�NLC-09118) D Ip p RESTRAINED FOR 8-INCH AND 12-INCH PVC O WATE- +) _-- -- CALCu TIONINSS FORNREQUIRED TRACTOR SRESTRAINHALL BMIT 3 0 55�55 ss ' S� 'S5`TSP LENGTHS IN ACCORDANCE WITH THE Z EING — _ SPECIFICATIONS LLI '�7 Y EXISTING 6' ,� CUT, PLUG, AND BLOCK D BENCHMARKS ISOLATION VALVE i EXISTING 16" WATERLINE ` (COFW DETAL D123) \ DRIVE _ RE I E%ISTING 16• STA 1+7634 16 IN WE RATE AT 9716 HIGHWAY 680 —INTO ELEV CONCRETE WE a EXISTING 12" Cl WATERLINE 750 t50 (TO BE ABANDONED) (X-09278) 1NSIA 16' X 15" TAPPING SLEEVE AND VALVE GATE VALVE WITH VAULT CONNECT TO EXIST 16' WL (X-09118) E RECESSED I F FACE WEST NO ADDITION (CONNECTION TO BE MADE WEST NO ADDITION WESTUND ADDITION CB ELEV 750766 GAS BY CONCRETE PIPE MANUFACTURER. CONTRACTOR BLOCK 6, LOT 8 BLOCK 6, LOT 9 CDR IF IMANHOLE m BLOCK 6, LOT 7 SHALL FIELD VERIFY EXACT LOCATION) 20I URNFlyq Sfi DIEST � 1LINTLE NOTNCB EL 16 IN WL N.-E INLET H ELF696D66 1+)0 2+00 3+00 4+00 4+25 EXIS NG GIp p o w N J-- w Ot r o� — — — — — - — — — — — �jc v134u<"m.G p �mi �U'C 110 LF 16' E%I`; NG I" WA=REIN 2/ STEE_ EN('�EME IN i 2 LF OF 16' I VC /� 1 u LF 6" Wi,TERLII E / ni .nn_ FL 743' Te.�c 0.0 '=XISTII G 8' ATER INE SEEL J ENCA�MEN�ASS ED 4" - 0 5 LF IF tE ATE\INE TRNCH —ER STOP W, iERLI\ 3, LF 1j DUCT IROl PIPE WA ERLIN _ LOW RING SEE OET/�' COF ITH �5M DEiI IL Di CKFIL - 2 II I II I II II II II II II DATE REVISION BY 750 LONGVUE STA 0+00 - END K ENWOOD AVE & LONGVIU]E AVE 745 WATERLINE CITY OF FORT WORTH TARRANT COUNTY, TEXAS uAOd*ww1 ,Yw• "A 21w3S Central Expressway P-2146202600 S-390 Mcpnney, T... ]60T0 FIRM -F-13H LJA PROJECT ID 7 oL� f/ NT Eo ' ,ate% - 64JAN-02 DATE AN 2024 aF aarc DALLA9 K WENDLING DESIGN DRAWN' oNat �d NEA SCALE HORZ' 1' - 20' ,i""l7 /2p2y- VERT' 1" = 2' SH DR DF EET11 735 DXlD FORE.,­U aF OF 16 SHEETS TYPICAL SIGNS USED IN TRAFFIC SIGNAL CONSTRUCTION AREAS FR _ 1. z4- T 3• KEG P �e : 3F TR R4-Tb LETTERS - BUCK 24" X 30' SYM OL - BUCK BORDER BACKGROUND - BUCK - WHITE REEL R4-8b cW20-SR 36• X W" LEGEND -U BLACK \ , BORDER - BUCK Y BACKGROUND - ORANGE REEL TYPE I BARRICADES BARRICADES SHALL NOT BE USED FOR SIGN SUPPORT. 2' MIN., VARIABLE MAX. "`. ar(OPTIONAL) TYPE I(R) �• rrr 2' MIN., VARIABLE MAX. i b n .�.. 7r. TYPE I(L) FOR TYPE 1 AND 2 BARRICADES, BOTH SIDES OF THE RAILS SHALL HAVE REFLECTIVE ORANGE AND REFLECTIVE WHITE STRIPING MEETING THE COLOR AND RETRO-REFLECTM REQUIREMENTS OF DMS-000 OR DMS-8310. OBSERVE 4-D - -2Y WARNING :v 42 SIGNS 4'B STATE LAW B� R2G-3 LETTERS - BLACK 48' X 42• BORDER - BUCK BACKGROUND - WHITE REEL IF1)6• R 30" 3Ii• V JE--c121 MI` DISTANCE PLAQUE 30• X 12• ALTERNATE LEGENDS z° 1 MILE6'° Z° 1500 FTB•G 1000 FTB•° LSE Il 1B•° 500 FT6•c CW20-5L NAME --1 ADDRESS r 9 3D CITY r 31i STATE ro I CONTRACTOR �+ _ zr G20-6 48' X 30' LETTERS - BLACK BORDER - BUCK BACKGROUND - ORANGE OR MITE REEL R-iNA' � 1% END 24 ROAD FWORK G20-2 LEGEND - BLACK 48" X 24• BORDER - BLACK BACKGROUND - ORANGE REFL AHEAD2. 18' I 131 • `{S T' CW205G-t0 38' % 36' LEGEND - BUCK cm-6a BORDER - BUCK �• X 30• BACKGROUND - ORANGE REEL v LEGEND - BUCK BORDER - BUCK BACKGROUND - ORANGE REEL LEGEND - BLACK BORDER -BLACK BACKGROUND - ORANGE REFL TYPICAL SIGN SUPPORTS FIXED SUPPORTS T �. 411. 23 8' TO 12' NOMINAL 8 N1TH CURB: 6 �2MIN.. 2- POST u 2'MIN. , £j NOMINAL T, X4' uPOST 8' PLAQUE T. WOOD POST SIGN SUPPORT: FOR 38- X 38• AND SMALLER WOOD POST SIGN SUPPORT WARNING SIGNS. AND OTHER SIGNS FOR 48' X 48" WARNING SIGN. HAVING AN AREA NOT EXCEEDING 10 SQ.FT. SIGNS ERECTED ON FIXED SUPPORTS SHALL BE AT A MINIMUM HEIGHT OF Z FEET. EMBEDMENT DEPTH FOR WOOD SIGN SUPPORTS AND POST TYPE BARRICADES SHOULD BE 3 FEET MINIMUM, UNLESS SPECIFIED ELSEWHERE IN THE PLANS. DRIVEABLE SIGN SUPPORTS MAY BE USED AND SHALL BE INSTALLED IN DA ACCORNCE WITH THE MANUFACTURERS RECOMMENDATIONS. PORTABLE SUPPORTS FoeTWoRTH T ROAD 4-----112' WORKAHEAD rROM PAVEMI SERFAC4' MAX. 1 MIN. GENEI3BL 1. ALL SIGN USAGE AND ERECTION SHALL BE IN STRICT ACCORDANCE WITH THE 'TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES FOR STREETS AND HIGHWAYS' (TTMUTCD) LATEST EDITION. 2. THE CONTRACTOR SHALL MAINTAIN EACH SIGN AS DIRECTED BY THE ENGINEER. THE CONTRACTOR SHALL USE THE SIGN DESIGNS SHOWN IN THE STANDARD HIGHWAY SIGN DESIGNS FOR TEXAS" (SHED). ALL WORK ZONE SIGNS PROVIDED AND SHOWN IN THE TMUTCD BUT, NOT DETAILED IN THE PLANS MAY BE USED MEN DIRECTED BY THE ENGINEER. 1. REFLECTORIMD SIGNS SHALL BE CONSTRUCTED OF SHEETING MEETING THE COLOR AND RETRO-REFLLCTVITY REQUIREMENTS OF DMS-8300 OR DMS-8310. 2. MITE SHEETING, MEETING THE REQUIREMENTS OF DMS-B3D0 TYPE C (HIGH SPECIFIC INTENSITY) SHALL BE USED FOR SIGNS WTI WHITE BACKGROUND AND CHANNEUZING DEVICES. 3. ORANGE SHEETING. MEETING THE REQUIREMENTS OF DMS-8300 TYPE E (FLUORESCENT PRISMATIC), SHALL BE USED FOR SGNS WITH ORANGE BACKGROUNDS, BDPPONT6 ANG MDDNTNG HEIGHT 1. REGARDLESS OF THE TYPE OF SUPPORT USED, OR DURATION OF WORK, REWUTORY SIGNS SHOULD NOT BE ERECTED AT HEIGHTS LEM THAN T FEET ABOVE THE PAVEMENT SURFACE. THE CONTRACTOR SHALL FURNISH SIGN SUPPORTS LISTED IN THE-COMPUANT WORK WOOD SIGN POST SUPPORTS ZONE TRAFFIC CONTROL DEVICE UST' (CWZTM). SHALL BE PAINTED WHITE. 2. SIGNS MAY BE ERECTED ON PORTABLE OR FIXED SUPPORTS FOR USE ON CONSTRUCTION PROJECTS TO WARN OR WIDE TRAFFIC THROUGH AND/OR AROUND THE ACTUAL CONSTRUCTION AREA. AND SUBSTRATE MEET CRASHWORT INESS AND LENGTH OF WORK REQUIREMENTS. 4. PORTABLE - SIGNS ERECTED ON PORTABLE SUPPORTS FOR USE ON CONSTRUCTION PROJECTS NORMALLY MEAN SIGNS WHICH ARE USED DURING THE DAYTIME TO WARN OR GUIDE TRAFFIC THROUGH AND/OR AROUND THE ACTUAL CONSTRUCTION AREA, BUT AT THE END OF THE 'WORKDAY SUCH SIGNS ARE REMOVED. 5. PORTABLE SUPPORTS SHALL BE AS SHOWN ON THIS SHEET. SIGNS WITH PORTABLE SUPPORTS MAY BE USED FOR SHORT TERM, SHORT DURATION AND MOBILE OPERATIONS. THE BOTTOM OF THE SIGN SHALL BE A MINIMUM OF ONE (1) FOOT ABOVE THE PAVEMENT SURFACE S. FIXED - SIGNS ERECTED ON FIXED SUPPORTS FOR USE ON CONSTRUCTION PROJECTS NORMALLY MEAN SIGNS THAT ARE TO REMAIN IN PUCE FM BOTH DAYTIME AND NIGHTTIME USAGE TO REGULATE, WARN AND GUIDE TRAFFIC IN ADVANCE OF AND WITHIN THE OMITS OF THE PROJECT INCLUDING THE CROSSROAD APPROACHES. SIGNS ERECTED ON FIXED SUPPORTS SHOULD BE AT A MINIMUM HEIGHT OF SEVEN (Z) FEET. SIGN III—T -1-T% 1. WHERE SIGN SUPPORTS REWIRE THE USE OF WEIGHTS TO KEEP FROM TURNING OVER. THE USE OF SOME TYPE OF SANDBAG IS RECOMMENDED. THE USE OF PIECES OF ROCK. CONCRETE, IRON, STEEL OR OTHER SOUD OBJECTS WILL NOT BE PERMITTED. SANDBAGS SHALL ONLY BE PLACED ALONG OR UPON THE BASE SUPPORTS OF THE DEVICE AMID SHALL NOT BE SUSPENDED ABOVE GROUND LEVEL OR HUNG WITH ROPE. WIRE. CHAINS OR OTHER FASTENERS REMOVING OR COVERING 1. WHEN SIGN MESSAGES MAY BE CONFUSING OR NO LONGER APPLY, THE SIGNS AND SUPPORTS SHALL BE REMOVED FROM ROADWAY AND SHOUMER, OR THE SIGNS SHALL BE COMPLETELY COVERED. TURNING SIGNS FROM MOTORISTS VIEW WILL NOT BE ALLOWED. WHEN SUNS ME COVERED THE MATERIAL USED SHALL BE OPAQUE, SUCH AS HEAVY MIL BLACK PLASTIC. BURLAP SHALL NOT BE USED TO COVER SIGNS. SIGNS SHALL BE REMOVED UPON COMPLETION OF THE WORK. 2. DUCT TAPE OR OTHER ADHESIVE MATERIAL SHALL NOT BE AFFIXED TO SIGN FACE. CITY OF FORT WORTH, TEXAS TRAFFIC CONTROL TYPICAL SIGNS AND BARRICADES REVISED: 08-31-2012 34 71 13-D661 BENCHM4RK5 IEI CB OF EE w8T II S56 FH OF N CB I II I II I II I II I II DATE I REVISION II BY TRAFFIC CONTROL DETAILS KENWOOD AVE & LONGVU E AVE WATERLINE CITY OF FORT WORTH TARRANT COUNTY, TEXAS E I MA 2150 t tal pRBR LIA P.. 2146202600 8u a 350 M,IO y,Texae M50]0 FRN-F-1386 v aRnr WA PROJECT ID W840-0002 DATE. JAN 2024 °i DALLAS K WENDLING psi �=sE DESIGN. DRAWN: SCA E RZ. N/A VE VENT N/A F°R DF ° CONSTRUCTION IEI °F SHEET 15 OF 16 SHEETS 3 N V, HATES I £ BEGIN PROPOSED 1 THE EXISTENCE AND LOCATION OF ALL UNDERGROUND UTILITIES SHOWN ON THE / 6" WATERLINE DRAWINGS WERE OBTAINED FROM AVAILABLE RECORDS AND ARE APPROXIMATE, ILITY NEITHER H N N ASSUMES ANY (n FOR UTILMESANY PRIOR TO CONSTRUCTION THE CONTRACTOR SHALL BE REQUIRED TO TAKE ANY PRECAUTIONARY MEASURES TO PROTECT ALL LINES SHOWN / D — E AND/OR ANY OTHER UNDERGROUND UTILITIES NOT OF RECORD OR NOT SHOWN ON THE PLANS �" \� W 2 CO TRACTOR SHALL VERIFY HORIZONTAL AND VERTICAL LOCATIONS OF ALL s % EXISTING UTILITIES PRIOR TO CONSTRUCTION. IMMEDIATELY NOTFY THE ENGINEER OF ANY DISCREPANCIES „ CP�`P �s�l- s— E%ISTING 8" WATERLINE / I O 3 WATER AND SANITARY SEWER MAIN AND LATERAL SEPARATION SHALL BE MAINTAINED IN ACCORDANCE WITH TCEO GUIDELINES, 30 TAC §290 44(E)(1-4) ' EXISTING 12' - CL a ALL SANITARY SEWER LINES SHALL BE SDR-26 PVC PIPE UNLESS OTHERWISE NOTED. I / BEGIN PROPOSED 12" WATERLINE WATERLINE W 5 ALL PROPOSED WATER LINES ARE 12' C900 CUSS 200 DR 14 OR 16' C905 DR 18 WC PIPE UNLESS OTHERWISE NOTED p W II W W W £ E%ISTING 12" WATERLINE ~ 6. WATERPROOF PLUG SHALL BE INSTALLED IN THE EXPOSED END OF LINE AT THE ss� SHEET 11 IW II X-26265 END OF EACH DAY W STA 0+00 TO END E J PER CITYOF FORT WORTH SPECIFICATION NO WHITE PIPE IS ALLOWED TO BE INSTALLED / Q 8 CONTRACTOR SHALL USE INTERNALLY RESTRAINED PIPE AT JOINTS WITHIN 20-FEET OF ANY BEND OR VALVE IS Y�// EXISTING 6' WATER"' WESTLAND ADBUGN BLOCK fi, WESTLAND ADDITIO BLOCK 6, LOT END PROPOSED J 9 ONE LANE OF TRAFFIC SHALL REMAIN OPEN DURING CONSTRUCTION RESIDENTS AND BUSINESSES SHALL HAVE ACCESS TO DRIVEWAYS AT ALL TIMES, OR SHALL BE PROVIDED WITH A MINIMUM 24-HR NOTICE PRIOR TO DESTRUCTION OF / __ , X-24541 ---- WESTLAND ADDITION BLOCK 6. LOT 4,5_ LOi 6 / 16" WATERLINE I (>') Z 9WESTTAND THEIR DRIVEWAYS -� / ADD ION -- EXISTING i6" WATERLINE WATER STUDY WSS-2022-2263 10 WATER SERVICE SHALL BE MAINTAINED AT ALL TIMES DURING CONSTRUCTION BLOCK 6. LOT 1.2,3 � \ X-Dal 18 I 0 O WESTLAND ADDITION BLOCK 5. LOT 11,12 s SHEET y TO STA 0+00 3+00 Z W i..%" � WESTLAND ADDITION Y � 0' EXIST ROW BLOCK 6, L\8,9 �N. / BENCHMARKS Hl— \\ _ ELY Ai¢�6T�xGHNA INTO EIEV PROPOSED 12" \ T PROPOSED 500' FIRE NORADIUS 50 50. III N. " WATERLINE WESTLAND ADDITION66 BLOCK 6, LOT 10 DOUBLE REOE6 FT OFF FACE CURB Dzaa(JI-INDRD Ary wEE EO MTMERDE / WESTLAND ADDITION BLOCK 6, LOT 22 \ l) WEST CURB OF WESYNA_T ND sETTNE " ID 856 FT NORIN OF N RB, T 0T A 0 FT WESTIAND ADDITION _ \ (/ RE INLET E1. s0a / BLOCK 5, LOT 13 XDOT R W I I WEST1 N, ADDITION \ w W SFa TL4 C. ADDITION BL 6, LOi 21 BLOCK 6, LOT 11 BLOCK \ \ \ EXISTING / LJJ HYD RA RADIUS V DATE REVISION BY WESTLAND ABD�ION $ \ \ WESTIANO ADDITION w BLOCK 6, LOT A - OVERALL SITE PLAN 12 BLOCK 5, LOT 14 Y^ SHEET 10 EN 5TA 3+00 TO D PROPOSED 500' FIRE HYDRANT RADIUS \ N O Q_ KE-1 NWOOD AVE LPL \ / - 4 WESTLAND ADDITION EXISTING BLOCK 5, LOT 15®6 8" SANITARY SEWER X-06819 WESTIAND ADDITION \ RI.pYI Rq/9 l�fpa /A.�Sg/Y a 'T� + �y-+ AVE g BLOCK 6, LOT 1 -R '" � }; y }I °¶9T[,`¶� T I E WATERLINE YF i� ll Jla1L®la1lA® JIa WESTLAND ADDITION \ WESTLAND ADDITION BLOCK 6, LOT 18 / Number of Water Sampling Table CITY OF FORT WORTH BLOCK 5, LOT I6 \ WESTLAND ADDITION BLOCK 6, LOT 15 Location of Water Samoline Numberof Samples TARRANT COUNTY, TEXAS - -- - WEST NO ADDITION 11 1000 LF of Pipe 3 EA BLOCK 6, LOT 17 WEST NO ADDITION 21 Dead End Main 0 EA /A� 21505w Cep presawey PMre 21462800 WESTWJD ADDITION BLOCK 5, LOT IJ EXISTING 8" WATERLINE BLOCK 6, LOT 16 31 Branched Off The Main (Longer Than 20 LF) 0 EA SD. M McKinney, Texas TSOTO FRN-F-136fi X-, D/25 41 Fire Line 2 EA UA PROJECT ID 51 Hydrant 2 EA 01 k�NTBao-0002 W W MAYWOOD ST _ . DATE JAN 2D24 pALS'W-W.G DESIGN WENDLING —ssss� ° Subtotal 7 EA � JLjN DRAWN: SAS BY q _ EXISTING 6" WATERLINE X-1036z END PRoaoseD Total Sample Tested (2 Consecutive Passing) = 14 EA„ eW��D"� SCALE 'D HORZ 1" = 40' VERT N/A 12' WATERLINE 5/12/2ofe SHEET - a Total Estimated Cost for Water Sampling (530/Each) S 420.00 g oa _ (Minimum 4 Water Sample Testingsl of 18 SHEETS u+ CONNECT TO EXISTING 16" WATERLINE WITH TAPPING 1I SLEEVE PND VPLVE / INSTALL 1-12. 11.25'EXISTING 16• BEND /WATERLINE £ 1-12• CLEANING WYE \ \\\41 ' (POLY PIG ACCESS) N CUT. PLUG, T A EXNISTIND BLOG 6CK T ' / \\ \\O - WATERLINE REMOVE EXISTING / FIRHYDRAM / £� CUT, PLUG, ANDE BLOCK \ EXISTING FIRE HYDRANT TO BE 4 EXISTING 6' WATERLINE l (GORY DETAIL D123) REMOVED OHE / PROPOSED 12" NTAAO+03.33 12 IN WL S LL: GATE VALVE 1-12` 11.25' BEND 1 -12' CLEANING WYE \ (POLY PIG ACCESS) PROPOSED 12' C900 4 STA 0+00 00 12 IN WL DR14 PVC WATERLINE Q INSTALL 1-16"xt 2x TAPPING SLEEVE & VALVE CONNECT TO EXISTING CONCRETE INSTALL FIRE HYDRANT I 1G- WL (X-092]8) (CONNECTION TO BE MADE ASSEMBLY BY CONCRETE CONNECTION MANUFACTURER CONTRACTOR INSET SCALE. 1 = 5'SHALL FIELD VERIFY EXACT LOCATION) ROTATED FOR CLARITY N qo \ mo £i'A �O EXISTI \ UR / TEST TM'�F WO E%\5(WG GO �R 361 SNOU\.Di l \ SEE yNiG P4gOW\E WI' DEt NL VIONtN 750 b ER N s8 740 r '6 oa 735 WESTLAND ADDITION 7.n� GENERAL NOTES WESTLAND ADDITION BLOCK 6. LOT 1 BLOCK 6, LOT 22 1 PROPOSED WATER MAINS SHALL HAVE A MINIMUM COVER OF 48-INCHES COVER ABOVE CAUTION. SEE TMUTCO DETAIL 0 10 20 40 THE TOP OF PIPE, UNLESS SHOWN OTHERWISE ON THE DRAWINGS OR DETAILS 5641 (n EXISTING GAS PIPELINES, PLAN 221 FOR TRAFFIC CONTROL L—� STA 2+04 29 12 IN WL 2 VALVES SHALL BE INSTALLED WHERE H DESIGNATED ON THESE PLANS AND SHOP Z CONTRACTOR TO VERIP! INS ALL DRAWINGS PROVIDED TO CITY INSPECTOR AND W LOCATION & CONTACT GAS PROVIDER PRIOR TO 25ILF 1' WATER METER UNE ENGINEER FOR REVIEW PER SECTION 33 12 � STA 0+15.77 12 IN WL CONSTRUCTION GAS METER STA 89 12 IN WL - 20 VAULTS SHALL BE INSTALLED ON ALL W MAINS 16-INCH DIAMETER AND LARGER PER SECTIONS 33 12 20, 33 05 16, & 03 30 Q IN512Lz6" MJ DI TEE N (ATMOS) A2+1] N LL RECONNECT TO WATER 00 3. CONTRACTOR SHALL PROVIDE A CLEANING W 1-FIRE HYDRANT ASSEMBLY w z OPEN CUT & REPAIR 135 METER (SHORT SIDE) _ PIAN AND DISINFECTION PLAN WATER MAINS (C.FW DETAIL D120) (FIRE HYDRANT SHALL rc SY ASPHALT ROADWAY (COFW DETAIL D520) rc n PRIOR TO CONSTRUCTION IN ACCORDANCE WITH SECTION 33 04 bD, PART 1 5, BE WITHIN ROW) FURNISH AND INSTALL N SUBMITTALS W 4. W IMUM JOINT DEFLECTION = 1OP, Z STA 0+18.24 12 IN WL ¢ 300 LF OF 12' AWWA GAS MFEq w CONTRACTORS SHALL ACHIEVE SPECIFIED J INSIALL. u C-900 DR- 14 PVC PIPE (ATMOS) w O DERECTIONS OVER NECESSARY NUMBER OF 1 -12" GATE VALVE & BOX (COFW DET L D126) o \ O rc JOINTS OF PIPE W 5 MINIMUM RADIUS OF CURVE AND MAXIMUM H- • , • EXISTING 6• DI WATERLINE r X-09118 _ • w 3 M DEFLECTION ANGLE OF PIPE JOINTS WILL BE Q RESTRICTED TO 50% OF MANUFACTURER'S • •• 0' ry •1 I (TO BE ABANDONED) I •.T ' .! /` RECOMMENDATON, AFTER WHICH THE USE OF W _N LEALLOWED �+ �'14° J HORIZONTAL OR VERTICAL BENDS WILL BE NO BENDING OF PIPE IS Q N M A W 6 DESIGN IS BASED ON DR-18 AND DR-14 PVC PIPE W J 2 y EX! £ \$£ Et 12 IN L 0+00 o� _l��}ov ,�r�� �✓iTG �jK-k oil 2 1- L 7. ALL WATERLINE PVC PIPE SHOULD BE IN J ACCORDANCE WITH AWWA C900. OR-14 > SPECIFICATION - 33 11 12 PART 2 B " EXISTING CAS LINE - XISIING 6" SS (5-0681815 = 8. 56.3 RESTRAINED JOINTS - ALL VERTICAL Z AND HORIZONTAL FITTINGS AND VALVES SHALL � ]46 �65 99 SS U BE DESIGNED WITH RESTRAINED JOINTS IN J ADDITION TO CONCRETE THRUST BLOCKING. ANCHOR TEES OR ANCHOR COUPLINGS q� i0 3x0 3Ho — — / SHOULD BE USED TO SECURE ALL BRANCH VALVES TO FITTINGS TABLE 5-2 INCLUDES 0 „ - THE MINIMUM LENGTHS OF PIPE TO BE O {I }I RESTRAINED FOR 8-INCH AND 12-INCH PVC O WATER CONTRACTOR SHALL SUBMIT 74A CALCULATIONS FOR REQUIRED RESTRAINT Z CALCULATIONS LENGTHS IN ACCORDANCE WITH THE STA 2+03.85 (24.80' RT) SPECIFICATIONS W Y RE111NE11 U-111 METER (LONG SIDE BY BORE) EXISTING 10" PVC SD EXISTING GAS PIPELINE MARKER (ATMOS)DOUBLE BENCHMARKS 0 - ELY AT 9116 HIBHWAY 550 SUN WESTLAND ADDITION WESTLAND ADDITION DDIE X" OCUR.E�LZEELE'.ELNEN END OUBLE REC ELEV 10 FT INLET FTOFF FACE 786 BLOCK 5, LOT 12 BLOCK 5, LOT 13 III CIRI IF .CNAM ORKTR of A iO R 1+00 2+00 3+00 RECESSED 1.11 ELEV 69 EX iTING GROUPIc _ 300 LF 11i CC9 T40R1�j PVC DATE REVISION BY 750 KENWOOD STA 0+00 - STA 3+00 $ K ENWOOD AVE & 17 LONGVU E AVE WATERLINE N 745 LLJ Z CITY OF FORT WORTH J TARRANT COUNTY, TEXAS Q LJA 2150 uN CenDD, ExpreuwaY PMre 2146202800 n Mull¢ 380 MCIGnney, Texas 75070 ERN -F-138fi 740 LJA PROJECT ID y o NT540-0002 N/ I DATE JAN 2024 D !ALIAS DESIGN WENCLING K WENDL NG s h DRAWN EASLEY 'bf50' SCALE HORZ' 1" 20' r VERT 1= 2' s/17/202J SHEET 9 735 OF 18 SHEETS WEST -AND AE DITION BjPCK 6. LOT 21 STA J+0589 12 IN WL NSTALL 26 LF 1" Wl TER METER LINE O w O i M po Q 3p WLLU _—� x H 55 III WESTIAND ADDITION WESTLAND ADDITION BLOCK 6, LOT A WESTWJD ADDITION BLOCK 6, LOT 18 BLOCK 6, LOT i] OPEN CUT & REPAIR 130 SyASPHALT ROADWAY SEE TMUTCD DETAIL PLAN 221 FOR TRAFFIC CONTROL (COFW DETAIL D520) STA 4+84 59 12 IN WL FURNISH AND INSTALL 280 LF 12" AWWA C-900 IXISTING CAUTION!. ELECTRIC UTILITIES, ISALL 1" WATER METER LINE 1 / DR-14 PVC PIPE CONTRACTOR TO VERIFY LOCATION & CONTACT /2'1�TTT�L` 12 IN WL STA 3+45 81 12 IN WL ELECTRIC PROVIDER PRIOR TO CONSTRUCTION AL+94.9] RECONNECT TO WATER 25 LF 1' WATER METER LINE / METER (SHORT SIDE) STA 3+5692 12 IN WL ALL STA 5+0288 12 IN WL 23 LF 1" WATER METER LINE INSTALL: RECONNECT TO WATER EXISTING 6' DI WATERLINE (X-09118) �," METER (SHORT (To BE ABANDONED) L--• x x KENWOOD AVE ss i 55' \7 IXISTING GAS LIKE 7EXISTING IlEXISTNG 1 EXISTING 10" PVC SD PVC SO 8'1 PVC SO A+56 5(22 46' RT) IG GAS \EG STAKLUU4+84.31I U(2451' RT)OWAILK NNECT TO WATER ( ) METENNELI R (LONG SIDE BY BORE) METER (LONG SIDE BY BORE) �y x STA 5+59.42 12 IN WL II—t 2�LDATE VALVE & BOX (COFW DETAIL 0126) STA 3+05.48 (25.42' RT) STA 3+45.41 (2495' RT) METLUN ER (LONG USIDE BV BORE) METER N(LONG USIDEI BY BORE) WEST -AND ADDITION BLOCK 5, LOT WESTLAND ADDITION WEST—D ADDITION WESTWJD ADDNION IN 8, S54' 1] BLOCK 5, LOT 14 BLOCK 5. LOT 15 BLOCK 5, LOT 16 BLOCK WEST 5. ADDITION BLOCK 5, LOT I] 745 O M Q H e W J U Q ;s ?g $„ 735 s r r 5w E. oa 730 _vQ Z� REMOVE 0 10 20 40 EXISTING FIRE HYDRANT STA L_� 5+56.94 12 IN WL /^\ yh \ ANSI 2 Lx6' MJ DI TEE I -FIRE HYDRANT ASSEMBLY N (COEN DETAIL D120) (FIRE HYDRANT SHALL INSTALL 12" CUT, PLUG. AND BLOCK q GATE VALVE EXISTING 6" WATERLINE (COFW DETAIL D123) 4 E ISTING 8" WLW(X-10]25) W 4 tl W rc EXISTIN WL (X-10362) o INSTALL 12' x C"t�� REDUCER Es I - EXISTI S (X-06859) N J NSAALL V925 12 IN WL 3 1-12x12" MJ DI TEE (RELo16) Box 1CODA2 -12"x6" SS - MJ DI REDUCER y CONNECT TO EXISTING 6" WATERLINE (X-ID362) INSET SCALE: 1" = 5' 1-12"xe" MJ DI REDUCER ROTATED FOR CLARITY CONNECT TO EXISTING 8" WATERLINE (X-10725) EXISTING B" x� \ SOIATION VALVE a+oa 5+ao 12 IN WL s+Oo - 3 3 x on p. SEA _ l EXIST NO GI UN��� o --------�--- �4 z_ __ z. � 1: RCN p7426 280 LF 12' C90 DR1, PVC C.1 PROPOSED WATER MAINS SHALL HAVE A MINIMUM COVER OF 48-INCHES COVER ABOVE ` THE TOP OF PIPE. UNLESS SHOWN OTHERWISE ON THE DRAWINGS OR DETAILS. 5.641 (n 2 VALVES SHALL BE INSTALLED WHERE H DESIGNATED ON THESE PLANS AND SHOP Z DRAWINGS PROVIDED TO Cltt INSPECTOR AND W ENGINEER FOR REVIEW PER SECTION 33 12 20. VAULTS SHALL BE INSTALLED ON ALL W MAINS 16-INCH DIAMETER AND LARGER PER SECTIONS 33 12 20, 33 05 16, & 03 30 O 00 -r O 3 CONTRACTOR SHALL PROVIDE A CLEANING CL PLAN AND DISINFECTION PLAN WATER MAINS PRIOR TO CONSTRUCTON IN ACCORDANCE — WITH SECTION 33 04 40, PART 1.5, W SUBMITTALS 4 MAXIMUM JOINT DEFLECTION - 1 0', Z CONTRACTORS SHALL ACHIEVE SPECIFIED J DEFLECTIONS OVER NECESSARY NUMBER OF JOINTS OF PIPE W 5. MINIMUM RADIUS OF CURVE AND MAXIMUM H DEFLECTION ANGLE OF PIPE JOINTS WILL BE Q RESTRICTED TO 507 OF MANUFACTURER'S RECOMMENDATION, AFTER WHICH THE USE OF HORIZONTAL OR VERTICAL SENOR WILL BE W REQUIRED NO BENDING OF PIPE IS 1 ALLOWED. Q 6 DESIGN IS BASED ON DR-18 AND DR-14 PVC W PIPE ER ] ALL WATERLINE PVC PIPE SHOULD BE IN D ACCORDANCE WITH AWWA C90D, DR-14 > SPECIFICATION - 33 11 12 PART 2 B O 8 5 6 3 RESTRAINED JOINTS - ALL VERTICAL Z AND HORIZONTAL FITTINGS AND VALVES SHALL O J BE DESIGNED WITH RESTRAINED JOINTS IN ADDITION TO CONCRETE THRUST BLOCKING ANCHOR TEES OR ANCHOR COUPLINGS SHOULD BE USED TO SECURE ALL BRANCH VALVES TO 'WINGS TABLE 5-2 INCLUDES p THE T MINIMUM LENGTHS OF PIPE BE O RESTRAINED FOR 8-INCH AND -I INCH PVC O WATER MAINS CONTRACTOR SHALL SUBMIT 3 CALCULATIONS FOR REQUIRED RESTRAINT Z LENGTHS IN ACCORDANCE WITH THE SPECIFICATIONS LLI Y BENCHMARKS OF LOOP zo (J�iu LwA') OON 7+00 B+OD 8+25 I i — — — — DATE REVISION I BY 745 KENWOOD STA 3+00 - - — — — END K�f]EN W7� ®g yOD AVE�E & UE �4c WATERLINE CITY OF FORT WORTH TARRANT COUNTY, TEXAS LJA 21W N hal pres: F..214G.2- sulk w MGGnney, Texas ]SOTO ERN -F-1312 735 01 LJA PROJECT ID y� ss NT540-0002 * / DATE JAN 2024 D !ALIAS K WENDL NG DESIGN WENDLING s 7h DRAWN EASLEY 'bf52O' SCALE L E. VERT 1' = 2' OE'y 02a SHEET ---- ------ 10 730, OF 18 SHEETS SEE TMUTCD DETAIL PLAN 241R OR TOP (2-4A) FOR TRAFFIC CONTROL ON CAMP BOWIE m� NA 0+3662 16 IN WL I ALL 1-16" 45' BEND STA A0 3351 16 IN WL m� 1_16" 22.5 BEND GO CUT, PLUG, AND BLOCK (H EXISTING 16' WATERLINE (GORY DETAIL D123) STA 0+2729 15 IN WL 1N5IA 16LL22 S' BEND NA 0+21 08 16 IN WL 1 STA L 1-16" 225' BEND STA 0+07.22 16 IN WL I1N5 D6� S' BEND STA 0_'. 16 IN WL GIA 1NSi6LL45' BEND 1-16 I CLEANING WYE N'G' PIG ACCESS) STA 0+00.00 16 IN WL 1NS1A16LL " X 16" TAPPING SLEEVE AND VALVE 1DATE VALVE WIN VAULT CONNECT TO EXISTING 16" WL (X-09278) (CONNECTION TO BE MADE 0 BY CONCRETE CONNECTION ? 1 MANUFACTURER CONTRACTOR SHALL FIELD VERIFY EXACT LOCATION) SEE ;HTCP IT 1)-Is ';ND �D R o DETAIL WITHIN CAMP BOWIE EXISTIN 1fi2' SEE SHEET 114 )ANF �ORNpWpOFFC ` J��WITHN CAMPPB (I I II I I EXISTING 12" 15' WATER IATION UTILITY VA i'E EASEMENT E%ISTING \ p IRRIGATION y. VALVE I�X® V V V v v v I I CAUTION!! EXISTING ELECTRIC UTILITIES, CONTRACTOR TO VERIFY LOCATION & CONTACT r ELECTRIC PROVIDER PRIOR T 0 CONSTRUCTION N �� � XI— P'so rvlT "HIS'AND INSTALL _ 145 LF s��a Y5T OPEN CUT &REPAIR 115 w z SY ASPHALT ROADWAY C(Co_ DETAIL D520) 97 _ - Irr 3 LF SEPARATION DISTANCE 1 1 (WATER AND GAS) 3 3 / FURNISH AND INSTALL 33 LF OF 16' DUCTILE IRON WATER LINE GENERAL NOTES. r z-� 1 PROPOSED WATER MAINS SHALL HAVE A MINIMUM COVER OF INCHES COVER ABOVE UNLESS � THE TOP OF PIPE, SHOWN OTHERWISE EXISTING l'— ON THE DRAWINGS OR DUALS. 5.6.4.1 GO 10 20 40 2 VALVES SHALL BE INSTALLED D WHERE TELEVISION 0 DESIGNATED ON THESE PLAINS AND SHOP ~ VAULT ` RAWINGS PROVIDED TO CRY INSPECTOR AND W ENGINEER FOR REVIEW PER SECTION 33 12 L X X— 20. VAULTS SHALL BE INSTALLED ON ALL > — MAINS i6-INCH DIAMETER20,33AND URGER PER SECTIONS 33 12 20, 33 OS i6, & 03 30 O 00 • 3 CONTRACTOR SHALL PROVIDE A CLEANING PIN AND DISINFECTION PLAN WATER MAINS d PRIOR TO CONSTRUCTION IN ACCORDANCE WITH SECTION 33 04 40, PART 1.5, x�l SUBMITTALS W \ `iT 4 MAXIMUM JOINT DEFLECTION CONTRACTORS SHALL ACHIEVE SPECIFIED O SEE SHEEP 1)-TRAFFIC CONTROL DETAILS DEFLECTIONS OVER NECESSARY NUMBER OF J JOINTS OF PIPE 3 TO' (2-4b)-18 FOR WORK WITHIN 5. MINIMUM RADIUS OF CURVE AND MAXIMUM W LONGVUE AVENUE LANES OF TRAFFIC DEFLECTION ANGLE OF PIPE JOINTS WILL BE Q ` RESTRICTED TO SOY. OF MANUFACTURER'S RECOMMENDATION, AFTER WHICH THE USE OF HORIZONTAL OR VERTICAL BENDS WILL BE ' EXI.�TING,]8" OMP SD i gL00UIREDD rv0 BENDING OF PIPE IS Q 6. DESIGN IS BASED ON DR-18 AND DR-14 PVC PIPE --___----1-16' 45' BEND 1-1fi" CLEANING WYE (POLY PIG ACCESS) -- - - - - - - -- 6` CONCRETE-LC=09118) ] ALL WATERLINE PVC PIPE SHOULD BE IN W ACCORDANCE WITH AWNA C900 0 SPECIFICATION - 33 tt 12 PARTT 2 2 B 08 RESTRAINED JOINTS -ALL VERTICAL Z AND AND HORIZONTAL FITTINGS AND VALVES O LONGVUE AVE RM26Z1 (TxDOT) EXISTING GAS LINE IN J BE DESIGNED RESTRAINED JOINTS IN RETE THRUST BLOCKING ADDITION TO CONCRETE ANCHOR TEES OR ANCHOR COUPLINGS �r SHOULD BE USED TO SECURE ALL BRANCH 753 VALVES NGS TABLE 5-2 INCLUDES THE MINIMUM LENGTHS OF PIPE TO BE O 1 - ��� �= � 55 • EXISTING�" z CUT, PLUG, AND BLOCK VO LATION EXISTING 12" WATERLINE �pOT ROW LVE DETAIL D123) E%ISTING 16" u STA I+7834 16 IN WL \ CAUTIONII CONCREE WL a EXISTING 12" CI WATER HE NSTALL (TO BE ABANDONED) (X-092J8) 1 - 16" X 16" TAPPING SLEEVE AND VALVE EXISTING GAS PIPELINES, GATE VALVE WITH VAULT CONTRACTOR TO VERIFY \ CONNECT TO EXIST 16" WL (X-09118) LOCATION & To GAS LXIBIING (CONNECTION TO BE MADE PROVIDER PRIOR TO GAS WESTLAND ADDITION BY CONCRETE PIPE MANUFACTURER CONTRACTOR WEST ND ADDITION CONSTRUCTION MANHOLE BLOCK 6. LOT 7 SHALL FIELD VERIFY EXACT LOCATION) BLOCK 6, LOT 8 m IL 750 2� _ t =8 s8 740 o� $ 735 1 \ 0+00 1+00 1 6 IN WIL 2+00 3 p EXIST NG G�UND m y a �3. m w�r U ools II \ E 1_/NG 1 WA/ EIJNI IN 1 /� GO STEC_ ENC 5' 2 LF 0( Is- INC 1 14 LF 6" W„TERLII 0 00% FL l4�' ^0 1 ^^-XISTII G 8" NATER INE — ) ENCA�MEN1 (ASSI IMED 4') F E ----- FLU Z4 F WATE\INEtPVC ar 100, - TRFCH CATER TOP WA LINE 31 OF i fi•• WA'ERLIN LOWI RING �ITH `SM 111CKF1\ DUCT IR011 PIPE SEE DETA� CoF' DEN IT D112 C 0 0 RESTRAINED FOR 8-INCH AN O 12-INCH PVC O WATER MAINS CONTRACTOR SHALL SUBMIT O M CALCULATIONS FOR REQUIRED RESTRAINT LENGTHS IN ACCORDANCE WRH THE z 1 Y BENCHMARKS SPECIFICATIONS 0 W ELY Ai 9716 HIGHNAY 580 —INTO DRII EEV 3+00 WESTWJD ADDITION BLOCK 6, LOT EXABLE CURB RECESSED EEV 750]66 FT OFF FACE 9 2a ECA. EWAY)sON THE RECE55E0 INLET 4+00 EEv 6Ba osa � DATE REVISION BY 750 LONGVUE STA 0+00 - END LONGVU E AVE -- 745 WATERLINE CITY OF FORT WORTH TARRANT COUNTY, TEXAS A LJA Y 0. LIH 21605w PN�N'RY PMre 214 fi292890 Sulk w — y,—X TSOTO FRN-F-- WA PROJECT ID 740 k W840-OD02 UY DATE JAN 2024 11 I DESIGN WENDLING sZ7 DRAWN: EASLEY g ( Al c� RAW SCALE HORZ 1" = 20' qN VERT = 2' 6/I�/2ofe SHEET 11 735 of 18 SHEETS TYPICAL SIGNS USED IN TRAFFIC SIGNAL CONSTRUCTION AREAS R 1kt ;g• FR-"' �•� K EII P 3 b'D I OBSERVE �L1Y• 5 4°D 4 ._ NAME - ADDRESS 2Y" rD _ 1"R y; _I 42 _2. WARNING q'D 30" CITY 3 SIGNS 4D 3h_ STATE "` R H T .ro STATE LAW .5•Q 8" _ x CONTRACTOR G20 - • - R20-3 LETTE85 -BLACK ' BORDER -BLACK 48" X 30" 3 LETTERS - BLACK R4-Tb LETTERS - BLACK K X 42" BACKGROUND - WHITE REFL. BORDER -BLACK BACKGROUND - ORANGE OR WHITE REFL 24 X 30 SYMBOL - BLACK BORDER - BLACK yI�I BACKGROUND - WHITE REFL L III L� II III Il I5-D R4-8b RIGHT` '�• LO;SED CW20—SR 36° X 36" `H4`• LEGEND — BLACK BORDER —BLACK BACKGROUND — ORANGE REFL TYPE I BARRICADES BARRICADES SHALL NOT BE USED FOR SIGN SUPPORT 2' MIN, VARIABLE MAX. I1 2� I II 2X� OPTIONAL TYPE I(R) 2' MIN.. VARIABLE MAX. II`] 11 I I 2%8 (OPTIONAL) III FOR TYPE 1 AND 2 BARRICADES, BOTH SIDES OF THE RAILS SHALL HAVE REFLECTIVE ORANGE AND REFLECTIVE WHITE STRIPING MEETING THE COLOR AND RETRO-REFECTIATY REQUIREMENTS OF DMS-8300 OR DMS-8310. Hit Yz" R 30" �.. -I 1/2 MILE 3"D DISTANCE PLAQUE 30' X 12" ALTERNATE LEGENDS 2° 1 MILE- z° 1500 FT6"C B"0 1000 FT-C LEHI- 500 FT6•° CW20-5L 48 R=1Yi" ' END 24 ROAD WORK ec 4) ' C20-2 LEGEND - BLACK 48" X 24' BORDER - BLACK BACKGROUND - ORANGE REEL. WORK AHEAD 8 0 y+ Y CW205G-1D 36" X 36- �• LEGEND - BLACK 31 BORDER - BLACK CM-6o BACKGROUND - ORANGE REEL 30" X 30- \\\YYY�i' LEGEND - BLACK BORDER - BLACK BACKGROUND - ORANGE REFL LEGEND - BLACK BORDER - BLACK BACKGROUND - ORANGE REFL. TYPICAL SIGN SUPPORTS FIXED SUPPORTS 6' TO 12, NOMINAL WTH CURB: 4"X4" i 2'MIN, w 6' TO 12' POST WTH CURB. w NOMINAL 2'MIN. aCw POSTST B' PLAQUE T WOOD POST SIGN SUPPORT: FOR 36° X 36" AND SMALLER WOOD POST SIGN SUPPORT: WARNING SIGNS, AND OTHER SIGNS FOR 48" X 48" WARNING SIGN. HAVING AN AREA NOT EXCEEDING 10 SOFT. SIGNS ERECTED ON FIXED SUPPORTS SHALL BE AT A MINIMUM HEIGHT OF ] FEET. EMBEDMENT DEPTH FOR WOOD SIGN SUPPORTS AND POST TYPE BARRICADES SHOULD BE 3 FEET MINIMUM, UNLESS SPECIFIED ELSE ERE IN THE PLANS. DRIVEABLE SGN SUPPORTS MAY BE USED AND SHALL BE INSTALLED IN ACCORDANCE WITH THE MANUFACTURERS RECOMMENDATIONS PORTABLE SUPPORTS FORTWORTH ROAD UTILITY WORK =______ AHEAD AHgAD ROAD rrPAVEMENT ,11- CE �24' MIN 24" MAX. GENEBBL 1. ALL SIGN USAGE AND ERECTION SHALL BE IN STRICT ACCORDANCE WITH THE "TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES FOR STREETS AND HIGHWAYS" (TMUTCD) LATEST ED110N. 2. THE CONTRACTOR SHALL MAINTAIN EACH SIGN AS DIRECTED BY THE ENGINEER. THE CONTRACTOR SHALL USE THE SIGN DESIGNS SHOWN IN THE "STANDARD HIGHWAY SIGN DESIGNS FOR TEXAS" (SHSD). ALL WORK ZONE SIGNS PROVIDED AND SHOWN IN THE TMUTCD BUT, NOT DETAILED IN THE PLANS MAY BE USED WHEN DIRECTED BY THE ENGINEER 1. REFLECTORIZED SIGNS SHALL BE CONSTRUCTED OF SHEETING MEETING THE COLOR AND RETRO-REFLECTIMTY REQUIREMENTS OF DMS-8300 OR DMS-8310. 2. WHITE SHEETING. MEETING THE REQUIREMENTS OF DMS-83M TYPE C (HIGH SPECIFIC INTENSITY) SHALL BE USED FOR SIGNS PATH WHITE BACKGROUND AND CHANNELIZING DEVCES. 3. ORANGE SHEETING, MEETING THE REQUIREMENTS OF DMS-8300 TYPE E (FLUORESCENT PRISMATIC), SHALL BE USED FOR SIGNS WITH ORANGE BACKGROUNDS. 1. REGARDLESS OF THE TYPE OF SUPPORT USED, OR DURATION OF WORK, REGULATORY SIGNS SHOULD NOT BE ERECTED AT HEIGHTS LESS THAN FEET ABOVE THE PAVEMENT SURFACE THE CONTRACTOR SHALL FURNIS- SIGN SUPPORTS USTED IN THE "COMPLIANT WORK WOOD SI% POST SUPPORTS ZONE TRAFFIC CONTROL DEVICE UST• (CWZTCD) SHALL BE PAINTED WHITE. 2. SIGNS MAY BE ERECTED ON PORTABLE OR FIXED SUPPORTS FOR USE ON CONSTRUCTION PROJECTS TO WARN OR GUIDE TRAFFIC THROUGH AND/OR AROUND THE ACTUAL CONSTRUCTION AREA. 3. THE CONTRACTOR IS RESPONSIBLE FOR ENSURING THAT ALL SIGN SUPPORTS AND SUBSTRATE MEET CRASHWORTHINESS AND LENGTH OF WORK REQUIREMENTS. 4. PORTABLE - SIGNS ERECTED ON PORTABLE SUPPORTS FOR USE ON CONSTRUCTION PROJECTS NORMALLY MEAN SIGNS WHICH ARE USED DURING THE DAYTIME TO WARN OR GUIDE TRAFFIC THROUGH AND/OR AROUND THE ACTUAL CONSTRUCTION AREA, BUT AT THE END OF THE WORKDAY SUCH SIGNS ARE REMOVED. 5. PORTABLE SUPPORTS SHALL BE AS SHOWN ON THIS SHEET. SIGNS WITH PORTABLE SUPPORTS MAY BE USED FOR SHORT TERM, SHORT DURATION AND MOBILE OPERATIONS. THE BOTTOM OF THE SIGN SHALL BE A MINIMUM OF ONE (1) FOOT ABOVE THE PAVEMENT SURFACE. 6. FIXED - SIGNS ERECTED ON FIXED SUPPORTS FOR USE ON CONSTRUCTION PROJECTS NORMALLY MEAN SIGNS THAT ARE TO REMAIN IN PLACE FOR TRAFFIC IN ADVANCE OF AND WITHIN THE LIMITS OF THE PROJECT INCLUDING THE CROSSROAD APPROACHES. SIGNS ERECTED ON FIXED SUPPORTS SHOULD BE AT A MINIMUM HEIGHT OF SEVEN (7) FEET. 1. WHERE SIGN SUPPORTS REQUIRE THE USE OF WEIGHTS TO KEEP FROM TURNING OVER, THE USE OF SOME TYPE OF SANDBAG IS RECOMMENDED. THE USE OF PIECES OF ROCK. CONCRETE. IRON. STEEL OR OTHER SOLID ALONG OR UPON THE BASE SUPPORTS OF THE DEVICE AND SHALL NOT BE SUSPENDED ABOVE GROUND LEVEL OR HUNG WITH ROPE. WIRE, CHAINS OR FASTEN RFMOn NG OR tnVTERS - 1. WHEN SIGN MESSAGES MAY BE CONFUSING OR NO LONGER APPLY, THE SIGNS AND SUPPORTS SHALL BE REMOVED FROM ROADWAY AND SHOULDER. OR THE SIGNS SHALL BE COMPLETELY COVERED. TURNING SIGNS MGM MOTORISTS NEW WILL NOT BE ALLOWED. WHEN SIGNS ARE COVERED THE MATERIAL USED SHALL BE OPAQUE. SUCH AS HEAVY MIL BLACK PLASTIC. BURLAP SHALL NOT BE USED TO COVER SGNS. SIGNS SHALL BE REMOVED UPON COMPLETION OF THE WORK. 13ya CITY OF FORT WORTH, TEXAS TRAFFIC CONTROL TYPICAL SIGNS AND BARRICADES REVISED: 08-31-2012 34 71 13-D661 1 II 1 II 1 DATE II REVISION TRAFFIC CONTROL DETAILS K ENWOOD AVE & LONGVU E AVE WATERLINE CITY OF FORT WORTH TARRANT COUNTY, TEXAS I'+AIIII LJA 2160S,N'Ce lE pP 4 Pane 2146202800 Su eM MCIOnney,Texae 7W70 FRN-F-13M LJA PROJECT ID y� Ni840—OD02 =/= DATE JAN 2024 DALIAS K WENDLING DESIGN COW DRAWN COFW �fyy,0 LSCz SCALE HORZN/A VERT N/A 5/i�/2o2a SHEET 15 OF 18 SHEETS T / eaxwrwmEowxnLw 4 �nax, uaTa nwnuxcrnnT � Y u¢ocxca,�c. o a xoxooxxxx a F ! t a . I certify that this plan will be used for the following loeation(s). I rectify that this plan will be used for the following Io<ationlsl. THE FOLLOWING NOTES ARE APPLICABLE TO ALLIYPICAIS H Z ♦� L 1 t ~� �®m n �w a m �xmx M o�re�l _�x�x..x� o Ymw.�xx.e, Ix,.Ux�re..�x�� re,P.ceam w 8 a c,nrenmeap�neP wen Y reP®+x®metre, anxx,.e xx K ® meal iwnwm wm obi reim�w ee mewmwP Y Q m fncp Trm6c Enprex 2� �Inezuw�rewvs�vmwre�wxn'a�u.µ�u,� W w 1It48 _ ns Sri z o I certify thatthis plan will beused forth, following locatirrn(s). L=repsxnynnleet w=wlenmxnxnxw s=Frel.a.P,.e Z Nm amlx zanwm=lmmamml LLf Y BENCHMARKS' PLAN 221 �n 0 — TMUTCD TYPICAL TWO-WAY STREET ONE LANE CLOSURE PLAN ]AIR �y n� �150 ELv AT STts HIDHWAv saD ELLV TM-13 NUBLE \ CURB RECEB 6 CV J6 J66 1OFF FACE 2D C(JIM WAO C. TCP NARRATIVE RECESSED HLET — A-5e or A ID Fr 1 BEFORE THE COMMENCEMENT OF CONSTRUCTION, INSTALL TCP INCLUDING WORK ZONE SIGNAGE AND CHANNELIZING DEVICES 2 CONSTRUCT WATER IMPROVEMENTS a. CONTRACTOR SHALL OPEN CUT AND REPLACE ANY IMPACTED ROADWAY PORTIONS b CONTRACTOR SHALL MAINTAIN DRIVEWAY ACCESS THROUGHOUT THE DURATION OF THE PROJECT CONSTRUCTION DATE REVISION BY CONTRACTOR SHALL USE THE FOLLOWING TXOOT STANDARDS ON TXDOT FACILITIES (LON— nvE &CAMP BOWIE) TRAFFIC CONTROL TCP(1-1)-18 SHALL BE USED WHEN WORK IS BEING DONE ON THE SHOULDER (SEE DETAILS 2 TRAFFIC CONTROL DETAILS 4) — TCP(2-4)-18 SHALL BE USED WHEN WORK IS BEING DONE WITHIN THE LANE OF TRAFFIC ON LONGWE AVE OR CAMP BOWIE BLVD (SEE TRAFFIC CONTROL DETAILS 3) ����®®� AVE— IN THE CASE OF LONGVUE AVE. THE SHOULDER HAS 10' OF WIDTH AND CAN BE USED SIMILAR TO A MULTILANE STREET DURING CONSTRUCTION (2-4b) (SEE TRAFFIC CONTROL DETAILS 3) �l LONGVT TT'1Ls AVE IN THE CASE of CAMP BOWIE BLVD AT THE INTERSECTION OF LONGVLIE AVE, (2-4a) 1� WILL GOVERN (SEE TRAFFIC CONTROL DETAILS 3) WATERLINE T1C1E91D IENE d CONTRACTOR SHALL SEE SHEET TRAFFIC CONTROL DETAILS 2- FOR ALL OTHER FACILITIES Wtl d� 1La1L®1La111 JILa (KERWOOD AVE) CITY OF FORT WORTH CONTRACTOR SHALL LOCATE SIGNS, BARRICADES & CHANNELIZATION DEVICES AS APPROVED TARRANT COUNTY, TEXAS BY THE ENGINEER To MEET FIELD CONDITIONS TO AVOID EITHER BLOCKED DRIVEWAYS OR ACCESS TO PROPERTIES �. LIA 3 PERFORM FINAL CLEANUP 21E0 I IN pressway Phone 2146202E00 Bull w MCKinney,Tews 7W7G FRN-F-IM WA PROJECT ID M840-0002 DATE. JAN 2024 DALLAS K WENDLING DESIGN. CORy PLAN 242 DRAWN: CORM MUTCDf sY ENS SCALE HORZ N/A NA VERT N/A s/I�/zozo SHEET 16 OF 18 SHEETS op 6f� g�€ �= 8 g$o 8aK 005 aid 08� a� k�-Z V IV 4 4 END ROAD WORK11Doczoz 12reoo x y RIGHT LANE x CLOSED Cw20%5gR XXfi � x (Sea no a 41 WORK ,a AHEAD ae�ox la See`noie 11 TCP (2-4.) ONE LANE CLOSED �A.�AD 4?0.x see a II x T t'XXXFT T aw'o%5e. x T END ROAD WORN �I�414 24' CBI T, m 1 36' 36" .. ISre note 0)� •• � ` x LEGEND ® 1. J Barricade ..Cl D111111 Ea xeavr worn van,a le ® oatled ® Fl caning Ar�iaed6oard eM ssaa alo,n9Pcr°ns` Sion Traffic FI PA Q FIa9 no Flogger Isrc ,aIt l ieoB`ar** 9t a lettuce a e «+�Drrz«. °i a0 o I150 �1165'I IBOI 30 evI iu 60'�+ a120^o affe9rOspac 35 60 205 /I 225' 245' 35' ]0' 160' 120' 0 265 295' 320 40' 80' 290' 155' IS 450 195' 540 5' 90' 320' 195' 50 500/I 550 600 1 50' 100' 400' 240' 55 L=W5 550 605 660 55' 110' 500' 295' 60 600/I 660' i20 60' 120' ROD' 350' 65 650 ]15' ]BO 65' 130' i00' 410' ]0 ]00 ]]0' 040 TO' ;40' B00' Ii5' i5 I ]50/ 825' ROD 1 ]5' S0' 900' 540' 3F Convent tonal RocOs Only 3fM Taper lenl'rna nave been rounoed off. 09th TaperlFT) W idtn of Offine T) S=Pasted SooPIUMPxl I TYPICAL USAGEIN I -IR AgBILE 1Ai10 10 RM TAT A Ai10NAR I TAT'NAR s' 1ox X 48' R T Y :ehi'qa- a Yea 5 M 61 ♦ }6 % 36 N. IJXX % 48 x 24 IGH x LANE �r3,�r3, END CLOSED V V 44 'o ie2ox5na ROAD WORKI 'o i XXX FT cwl6-3TP 48" x 24" m 30" x 12" x noe41 TCP (2-40) ROAD WORK AHEAD cno,,D 4F% B' TWO LANES CLOSED GENERAL NOTES 1. F1191 atwachetl 10 sicea wM1ere ahem, me REQUIRED. 2. A control vice it lu 11e1m are REEOUIRECD, exce0t tM1 r,Owle a}m0ol may W a T"m Mm «where i he Plc s, n the 1 moinimame —A' Men aPOroveolly be l Eno in«r.n n 3. IDe d l" lacer la op+lOw 1. 6Fen uaetl, ,t -WU'd be loo fee+ minim" m11 ce e. 4 ldig are not ue e Fegmd maylOemaMwl� mlHleae ion twearatherfMn m a Cw16-3PF auool—tol s. n snwmow vmicle with a TMA award be a«d myt,me It wit W Pw tioom - _fonrmce'v QWIity of. Ift Me m ofIfnot lmgeroI,— buleroa0g conoif ion,r�re ithe traffic control to rmlp in in olwe ce 3 amelizirp Devi cea maY Ee e,Ga}ifWed for Ma Slwdcw 6. REdifionold5hodow -iciee -h — may to, wai+loom In emn clo«d e, on ine RN-1 Org ff tits Paved a, —, nekt to tiv,« Mom In order to TCP (2 }40)o wider .ark Pace. Cw20-5TL 'LEFT LANE 0-ME0'eim. posing tro fic wIM the arrow bond PlaceO in the c assail men r theendro 1ne wergi,p facer. TCP (2-4b) zinc de }t.-.ycfra d aceedn mhn ,ng a ,nfenad for ine area of cmfl,ciing mo-k Inge, of iM entire wmk zone. lTxas Oeparfinent o/Tianaportatlgn wasp TRAFFIC CONTROL PLAN LANE CLOSURES ON MULTILANE CONVENTIONAL ROADS TCP(2-4)-18 BENCHMARKS Itl ATE EA RD HA I CUP. FU EEV IN ONAIN a 8050 85OF A l0N.R II II _ II II II II II II I GATE 11REVISION m' TRAFFIC CONTROL DETAILS 3 KENWOOD ®®D AVE Liz LONGVU E AVE WATERLINE CITY OF FORT WORTH TARRANT COUNTY, TEXAS Ill 6WYWWIllbW LJA 215o Sou"C UII Expressway PW, 214 620 2800 Suite 350 MCKinney,Texaa ]50)0 FRN-F-1386 LJA PROJECT ID NT6402 DAT E JAI JAN 2024 DRAWN &I",ON `s'�'z SCALE HORZN/A r VERT N/A /I ]/2o24 SHEET 17 OF 18 S �T H, e$� on ROAD WORK a W2a-ID AHEAD (Flagn-B See ote 1 f D.VI elizmg / IS-- r J See a 21A 1hannelizin9 Devic (see no+ a zl♦ g � 4 cwzo-ID % 4F ago+B See es 1 6 ]I S1 `.3 es TCP (1-1a) �p WORK SPACE NEAR SHOULDER Sg m Conventional Roads 0 r—END-1 EGEND R DA ROAD WORK charms l izinq I® TYpe 3 Barricade • • Cnonn.lizmg Device. G20-2 See°note 21� �t�y Truck Mounted 46" X 24" ILJ4}e Heavy Work VIhicle ® pitenuator (TMA) (see nose zl♦ ! Trailer Moantea Rortaole Changeable ® FlasM1inq Arrow Board e Message Sign PC— C7 END ! /L 4Sign Traffic Flow See more n m a `T cnannelizine WORK :�A ORK Flag 0-0 Finge.r Devi cxe * AHEAD U.- (See . 2)A a%note 3)A ! mm cwze-ID _— �r�, ! sr arn.,Ia , �'ILmIe g xps�on Ae° X 9e° . V 4 . Dees **agih h- °,`,gmm s g S.00*a — IFla..r y 59Fa I D ices ,X, u er Spme um Distance B B toff.atOPPaer r v iangernr Y- ,n $ , 30 WS2 DI'50' 165� I801 a30' 60' 120' PP SO, or I 35 60 205' 225 245 /� 35' TO' 160' 120' o>- v .. 40 26S' 295/1 320 1 90' BO' 240• 155' m i 1 45 450' 495/11540 //I 45' 90' 320' 195' C •�i m W4 • • �ow� !1 S0' I 600, 4000, 224905' 5060/ 5506555' L.WS 20' S0' 60 660 20 0' 3 50' /600 130' 700' 410'65 650' ]iS 780 0 TO 700'1 0,a"070 0Boo' 475' i5 i50' Iii?SInactiV. 75150' 900, 540' veh ckle ! 9f Conventional Roads Only No+e 31! ** Taper lengths have been rounl d off. BENCHMARKS ' 'Y) Work T M1' le8 o �s'�>•s ! L•LengYM1 of Ta 11F T) W=WidM of of 11—T) S=Poeied Saeed(MPH) a°yc o n:he Min. — J " �:r�pkr°rma a s! TVRIceL usecE ELY AT 97I1 xl�HwAY 1. El- i main inic.evsh. I 4� ! MOBILE HOR T T T50.t 5a Sla Vehancle o! I1I AT i ION RM STATIONAR TTTTO. ART IjI1 high INI ?Mtenno �'� I-e. Ted fr c by } 1 ` DUR� DH S ARi� ARs' T Y B I cVrzB. ECE E(Ev 150166N_ , or, FACE 1111 Oe�iceafai sal siimea. "uil.•}T Si n ioq; " ); -."' a GENERAL NOTES sseO NoaO ANO wen eaMe s.IF I q areli (Se.Deo+e.M14 g& 5) , ShiM1le Vehicdle W ; 2. All treffo oo }Dos iQeV' erel MoxnOfe� REOu1E0U IRED, a HECE58Eo ixLETJ ENV a aoYbHSo of A to IT n I�� CeroM1eOfi i+hasher+rimqul g �Igibe ceps inpge o ° M1i9M1 1ngentInf ll1hinq, p , o for in intenonce°m Hed wM1n appr.V. elby the Engineer, ohs work sire d II II _ " °I fights. ! 3. Ilwcti Ve work vMicles or of r eyipwenf Mould De parked neo' the (Se ater 9 & 51 " right-of-way lira old not polrked on the paved .Mulder. m 4. A $M1adow Vehicle with o .Mold Ee used anytime it m be poai+ione0 l0 to II 1ner in advanceNof the veo of c e hou selY s W affecting peHonnance a gualiry oP rMewwkoeb lP workers orevno onger present but road or work c— ions reo,ire the traffic control m to rempin In place, I— 3 5arrioades Ar other Mannellzmg .,ioea may be sue,tit,t,d for he S—e vehicle and TM.A. 5. Additional Sh— Ve th TAU. mY be o off th • suHace, next r thoeees om'in order to protectrrider work spd°ces. • _ ' • I. See TCP 15-I lfor Moo lderhwork on divided highway¢, expressways and DATE REVISION freeways. • _ ]. Cw21-5 •SHOULDER WORK• sign, may be used in place of CW20-ID TRAFFIC CONTROL 1 ! 'ROAD WOIN AHEAD" si-. for shoulder work on convenrierlal END F -" `� Chonnelizing • _ tad—Y.. DETAILS ROADWORK Devicno ,,•y, czO-z see re z)♦ V m (se. ,lets 2r` L N 77E AVE " - ��• *'anion. DMnn.lizing / ,„,,,, WATERLINE Devices ,TG�[as Department o/Tanaportation �fpgp IS.. note 2)A— ROAD TRAFFIC CONTROL PLAN CITY OFFORT WORTH WORK ROAD WORK ROAD CONVENTIONAL ROAD TARRANT COUNTY, TEXAS AHEAD WORK SHOULDER WORK 48" X CW20-ID 4W 29' AHEAD / /A (see note zl♦ cwzo-ID EJA OAWY9•wri9W. Yw. irAr TCP (1-1 b) iimas-48 TCP (1 -lc) 4e•x4e• Flags- TCP i i 18 2150 SCUM Cenhal ExPressvay PMre 2146202800 see noise I IL ]I See role. I & ]) tcpl 8u. w 11- ©TxopTrte. den McKinney, Texas 73010 FRN-F-13N WORK SPACE ON SHOULDER WORK VEHICLES ON SHOULDER 909 "I " '" ""` LJA FRQECT ID e-9gNT64o-0002 Conventional Roads Conventional Roads a-ss z-Iz 1-97 a le DATE JAN 2024 J DESIGN DAWS ENDLING q 7 DRAWN 3fis2�' SCALE HORSN/A ONAL VERT N/A B/1]/2o2a SHEET 18 OF 18 SHEETS SME Answers Summary SME - Area Engineer Review Review Answer. Require Additional Information Response text: Additional information is required. Abondonement of water line will not be permitted and traffic control plan needs to be revised. SME - Area Engineer Review Review Answer: Require Additional Information Response text: Please provide more details regarding the pavement design proposed for the portion that will be cut and restored. Whenever a utility is required to have cut and restore portions on the pavement, expectation is to cut the entire width of the lane and meet a minimum of 500 feet in length. Depending on the depth required to restore pavement and the proximity to the intersection, the traffic control plan will also have to be revised. Since there's been several revisions already we recommend that we set up a meeting to discuss, please contact Isaac Alva at isaac.alva@txdot.gov to set up the meeting. SME - Area Engineer Review Review Answer. Recommend Denial Response text: Traffic control needs more clarification and needs to be signed and sealed. SME - Area Engineer Review Review Answer: Response text: SME ATTACHMENTS: 1 i THE CITY OF FORT WORTH, PLANS FOR CONSTRUCTION FORT WORTH WATER IMPROVEMENTS TO SERVE KENWOOD AVE & LONGVUE AVE MATTIE PARKER N MAYOR DAVID COOKE CITY MANAGER MICHAEL OWEN, P.E. CITY ENGINEER, TRANSPORTATION AND PUBLIC WORKS DEPARTMENT CHRISTOPHER P. HARDER, P.E. DIRECTOR, WATER DEPARTMENT IPRC RECORD NO. IPRC24-0008 CITY PROJECT NO. 105264 FID NO. XXXXX—XXXXXXX—XXXXXX—XXXXXX FILE NO: X—XXX LOCATION MAP 1 "=2000' MAPSCO NO. 72Q COUNCIL DISTRICT 3 SEPTEMBER 2024 OWNED/DEVELOPED BY: PREPARED BY: PMB VENTANA DEVELOPER SOUTH, LLC WA EngineWing, In*. 4001 MAPLE AVENUE, SUITE 600 2150 South Central Expressway DALLAS, TEXAS Suite 380 CORRESPONDENCE: TAYLOR BAIRD McKinney, Texas 75070 X- 28071 TEXAS % OF CURRENT CONSTRUCTION STANDARDS FOR DEVELOPMENTS OCTBOER 6, 2023, SHALL GOVERN ON THIS PROJECT. — rc� JNIT I — WATER IMPROVEMENTS SHEET NO DESCRIPTION 1. COVER SHEET 2 FINAL PLAT 3 CITY OF FORT WORTH GENERAL NOTES 1 4. CITY OF FORT WORTH GENERAL NOTES 2 5 CITY OF FORT WORTH GENERAL NOTES 3 6. CITY OF FORT WORTH GENERAL NOTES 4 GENERAL CONSTRUCTION NOTES 8 OVERALL SITE PLAN 9. KENWOOD STA 0+00 — STA 3+00 10 KENWOOD STA 3+00 — END 11 LONG STA 0+00 — END 12. WATER DETAILS 1 13 WATER DETAILS 2 14 WATER DETAILS 3 15 TRAFFIC CONTROL DETAILS 16 TRAFFIC CONTROL DETAILS 2 17 18 TRAFFIC CONTROL DETAILS 3 TRAFFIC CONTROL DETAILS 4 DIRECTORS DESIGNEE FOR CONSTRUCTION DATE: PLAN APPROVAL RESOLUTION NO.O1-10-2020 LIA Phone 214.620.2800 REVIEWED PROJECT MANAGER FRN - F-1386 DATE: aanKH�A� NaY• ad+°l icy i Rl ? f0 5lt p i N 22 dG, xl -ID_--i 11 �I ' I+ 3 1---------+ ❑ 16 — I r T't3---- I 15 I --'----- -- erg r.h rr PLAT RZGORD VOLUME 388 64 DE DI"ATI O', STIATE r.at : ike aotlorired a°<°t IOr we,tia<a �Ir,!. l IfF111 4, f 31 of lo� 1.-. 13. 19. 9 a a portlo; o! lot Id ell of lack fi s lend--tici., er. Adaitfor. i ort wor tt. Tarrant Lounty,, ieE.. according o.... ".:.. 1019, Paga l Dead Records °f Ta za.� ounty Texas, ao taraby a0opt Na plat Rereon ea a truer M• t baivl,toi of ]ot, 1^. 13. la. u.d weeue;w Aadu]<n, end a< es:.by aeamae} lf�- forever V. of ;.� !< rear a,ia lo'.e aaa nit° .ar.eea w • iAialAR . •Ta ua `.l� na11Y°pp,appaesed ker:'6o/ = ,on, < rAose a aPNara su�n.ri. et ino'.z ..owleedgad tq ore '. J "R A•D r ,,,-•OF Jere SorL�_�rrs-=m'�raswRAi�°=_ J �1 1201 1AAYv/D0D sT, !{. 'LTANf PU[ICIC IN M1I0 e00. INNRA!Y WJAIV. 1'dA5 W GiAWp MILL a i;IN{D IN %At U PLAT suowlny ar puall raF warfX <f �i {k 5 DI, pNrtr �.B�r9 aNp 7 LOT "A° 13 LOCK 6 rA �aox ars a«�P`• Rhr WECTLANO ADDITION rmr WNDI,• -T - 11 6HNCI A REVISION WNTLARp Appr I Ae1 wpplTlpn To TxE aTT Tpa --T 1J Y OG -cK r WORT H.'rE%AS - OW]IG_ o%me-T GOYNT�, TEXAS. ( wUv ONNISSrON { z > " R: VuEnu"O rlmplsT ONYGN 942 Or App{T oNr"Tp.M,TARYc, six �W wrti, ,A•tr wI{ ` � w.rlw " uN ,T pxpnE: ua-DOaS - c-, TNIS IS TO Gm1pry TxAT 4t M D 4 AS x n<:V - -�.� - •s A;1NR NL A TLASE np I IIun AaE sTxe,Y �• -1 u` AapEOro fAl0. n TNtpL E N ISIN{t - a < iI.- � '` 4NCM1OAGNAAaTS eWT 4 N/p. ar.._ _ _ t`<!f '. GVIL"4111"Itt11A QVIL .IT VOR TE%y E.A.f]AQTEIII GMLENfjI11tLR;SIIRVCY0Z 941 `•"•� 56 RENCHBIARKE 0 MVE E"CE ID _HT R{LEs,{D { NP 3 a e,aD_KD Dr A 1I I II II II II II II II II II II u u u u u u DATE REVISION II BY FINAL PLAT KEN WV OOD AVE & LONGVU E AVE WATERLINE CITY OF FORT WORTH TARRANT COUNTY, TEXAS NA vLOMMYg bw (N✓� 21- Cenhel Erp..W PW. 214 620M Suite M McKinney, Taaea ]BO]D FRN -F lSB6 f WA PROJECT ID M840-0002 °�DATE SEPT 2024 or PPLLlS K WENDLING DESIGN WA DRAWN: WA �FSS, � sE+5'�� SCALE 2 HDRZ N/A i/1n16 VERT N% SHEE ISM FOR ConSBucnoN SES of OF 19 SHEETS GENERAL NOTES PER CITY OF FORT WORTH DIVISION 01 - GENERAL REQUIREMENTS GENERAL 1 THE CONTRACTOR SHALL BE RESPONSIBLE FOR LOCATING ALL UTILITIES, WHETHER PUBLIC OR PRIVATE, PRIOR TO EXCAVATION THE INFORMATION AND DATA SHOWN WITH RESPECT TO EXISTING UNDERGROUND FACILITIES AT OR CONTIGUOUS TO THE SITE IS APPROXIMATE AND BASED ON INFORMATION FURNISHED BY THE OWNERS OF SUCH UNDERGROUND FACILITIES OR ON PHYSICAL APPURTENANCES OBSERVED IN THE FIELD THE CITY AND ENGINEER SHALL NOT BE RESPONSIBLE FOR THE ACCURACY OR COMPLETENESS OF ANY SUCH INFORMATION OR DATA. THE CONTRACTOR SHALL HAVE FULL RESPONSIBILITY FOR REVIEWING AND CHECKING ALL SUCH INFORMATION OR DATA, FOR LOCATING ALL UNDERGROUND FACILITIES, FOR COORDINATION OF THE WORK WITH THE OWNERS OF SUCH UNDERGROUND FACILITIES DURING CONSTRUCTION AND FOR THE SAFETY AND PROTECTION THEREOF AND REPAIRING ANY DAMAGE THERETO RESULTING FROM THE WORK THIS WORK 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. THE CONTRACTOR SHALL NOTIFY ANY AFFECTED OWNERS (UTILITY COMPANIES) OR AGENCIES IN WRITING AT LEAST 48 HOURS PRIOR TO CONSTRUCTION. .NOTIFY TEXAS 811 (1-800-DIG-TESS OR WWWTEXAS811 ORG) TO LOCATE EXISTING UTILITIES PRIOR TO CONSTRUCTION. b.CAUTION! BURIED ELECTRIC LINES MAY EXIST ALONG THIS PROJECT. CONTACT ELECTRICAL PROVIDERS 48 HOURS PRIOR TO EXCAVATION .ONCOR CHAD WHITEHEAD 817-215-6288 ..CAUTION! BURIED GAS LINES MAY EXIST ALONG THIS PROJECT. CONTACT ATMOS ENERGY 48 HOURS PRIOR TO EXCAVATION, AND WITHIN TWO (2) HOURS OF ENCOUNTERING A GAS LINE (1-877-460-7067) d CAUTION! BURIED COMMUNICATION CABLES MAY EXIST ALONG THIS PROJECT. CONTACT COMMUNICATION COMPANIES 48 HOURS PRIOR TO EXCAVATION -AT&T 1-800-288-2020 e.CAULION! WHEN DOING WORK WITHIN 200 FEET OF ANY SIGNALIZED INTERSECTION, THE CONTRACTOR SHALL NOTIFY TRAFFIC MANAGEMENT DIVISION OF CITY OF FORT WORTH T/PW, 72 HOURS PRIOR TO EXCAVATION (817-392-8770) THE CONTRACTOR SHALL PROTECT EXISTING SIGNAL HARDWARE, GROUND BOXES, DETECTION LOOPS, AND UNDERGROUND CONDUIT AT SIGNALIZED INTERSECTIONS. ANY DAMAGES AT SIGNALIZED INTERSECTIONS SHALL BE REPLACED AT THE EXPENSE OF THE CONTRACTOR. THE CONTRACTOR SHALL CONTACT THE CITY AT 817-392-8100 TO PERFORM CONDUIT LINE LOCATES AT SIGNALIZED INTERSECTIONS 72 HOURS PRIOR TO COMMENCING WORK AT THE INTERSECTION f THE CONTRACTOR SHALL NOTIFY THE CITY OF FORT WORTH PROJECT MANAGER 48 HOURS PRIOR TO THE START OF ANY EXCAVATION (MOSADAGE MOHAMMADEEN, P.E.. (817)-392-2443) 2. THE LOCATION OF ALL DRIVEWAYS, RETAINING WALLS, STRUCTURES, ETC WHICH MAY BE SHOWN ON THESE PLANS ARE APPROXIMATE. THE CONTRACTOR SHALL VERIFY THE EXACT SIZE, LOCATION, ELEVATION, AND CONFIGURATION OF ALL STRUCTURES PRIOR TO CONSTRUCTION. 3 PROTECT CONCRETE CURB AND GUTTER, DRIVEWAYS, AND SIDEWALKS THAT ARE NOT DESIGNATED FOR REMOVAL REMOVAL AND REPLACEMENT OF THESE ITEMS SHALL BE AS DESIGNATED IN THE DRAWINGS 4. CONTRACTOR SHALL BE RESPONSIBLE FOR MAINTAINING THE GENERAL SAFETY AT AND ADJACENT TO THE PROJECT AREA, INCLUDING THE PERSONAL SAFETY OF PUBLIC AND PRIVATE PROPERTY CONTRACTOR SHALL PROVIDE TEMPORARY SANITARY SEWER FACILITIES TO AFFECTED PROPERTY OWNERS, IF NECESSARY PER SECTION 01 50 00 TEMPORARY FACILITIES AND CONTROLS. NOT A SEPARATE PAY ITEM. 5 CONTRACTOR'S PERSONNEL SHALL HAVE IDENTIFYING CLOTHING, HATS OR BADGES AT ALL TIMES WHICH IDENTIFY THE CONTRACTOR'S NAME, LOGO OR COMPANY. 6 THE CONTRACTOR SHALL DISTRIBUTE NOTICES (DOOR HANGER) TO ALL AFFECTED PROPERTY OWNERS PRIOR TO BEGINNING WORK ON EACH PROPERTY PER SECTION 01 35 13. 7 THE CONTRACTOR SHALL VIDEO ALL POTENTIALLY IMPACTED PRIVATE PROPERTY AREAS PRIOR TO WORK VIDEOS SHALL INCLUDE DATE, NOTATION, AND AUDIO IDENTIFICATION OF PROPERTY ADDRESS AND MAIN/LATERAL NAME AND STATION NUMBER. THIS PRE -CONSTRUCTION VIDEO OF IMPACTED PROPERTIES SHALL BE CONSIDERED SUBSIDIARY WORK PER SECTION 01 32 33 PRECONSTRUCTION VIDEO 8 CONTRACTOR'S PERSONNEL SHALL HAVE IDENTIFYING CLOTHING OR HATS AT ALL TIMES. THE CONTRACTOR SHALL ALSO HAVE IDENTIFICATION ON ALL VEHICLES 9. CONSTRUCTION ACTIVITIES SHALL BE LIMITED TO THE HOURS OF 7.00 AM TO 5.00 PM MONDAY THRU FRIDAY UNLESS APPROVED OR DIRECTED BY THE CITY. AT THE PRE -CONSTRUCTION MEETING, THE CONTRACTOR SHALL PROVIDE A CONSTRUCTION SCHEDULE IN ACCORDANCE WITH SECTION 01 32 16, AND PROVIDE MONTHLY UPDATES ALONG WITH THE PROGRESS PAYMENT PER GENERAL CONDITIONS, SECTION 00 72 00, ARTICLE 6.04. ANY PROPOSED WORK BEYOND REGULAR WORKING HOURS WILL REQUIRE WRITTEN REQUEST BY THE CONTRACTOR PER GENERAL CONDITIONS, SECTION 00 72 00, ARTICLE 6.02 10 SHOP DRAWINGS SHALL BE SUBMITTED TO THE CITY INSPECTOR, CITY PROJECT MANAGER AT THE PRE -CONSTRUCTION MEETING FOR REVIEW, ANY CONSTRUCTION ACTIVITY, MATERIALS, ETC. THAT ARE IDENTIFIED BY THE CITY AS NON -COMPLIANT WITH THE STANDARD DETAILS AND SPECIFICATIONS SHALL BE REMOVED AND REPLACED WITH MATERIALS THAT CONFORM WITH THE STANDARD DETAILS AND SPECIFICATIONS AT THE CONTRACTOR'S EXPENSE. REFERENCE SECTION 01 33 00 SUBMITTALS AND SECTION 01 60 00 PRODUCT REQUIREMENTS, AND THE GENERAL CONDITIONS. 11 THE CONTRACTOR IS RESPONSIBLE FOR KEEPING STREETS AND SIDEWALKS ADJACENT TO PROJECT FREE OF MUD AND DEBRIS FROM THE CONSTRUCTION PER SECTION 01 74 23 WORK ASSOCIATED WITH THIS ITEM IS CONSIDERED SUBSIDIARY TO VARIOUS ITEMS BID. 12. THE CONTRACTOR SHALL CLEAN UP AND RESTORE THE AREA OF OPERATIONS TO A CONDITION AS GOOD AS OR BETTER THAN THAT WHICH EXISTED PRIOR TO WORK, PER SECTION 01 74 23 13. PRIOR TO SCHEDULING THE PROJECT FINAL, THE CONTRACTOR SHALL PROVIDE REDLINES, CUT SHEETS, FINAL APPROVED PIPE SHOP DRAWINGS, CCTV VIDEO/REPORTS, LINER RESULTS, ETC., PIPE REPORT AND SERVICE REPORT PER SECTIONS 01 77 19, 01 78 39, AND 33 01 31 TO THE CITY FOR REVIEW, REVISIONS, AND FINAL ACCEPTANCE. 14 WHEN IT IS REQUIRED THAT A CONTRACTOR WORK OR ENTER PRIVATE PROPERTY, THE CONTRACTOR SHALL CONTACT THE PROPERTY OWNER 48 HOURS PRIOR TO CONSTRUCTION PER SECTION 01 11 00. 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 15. THE CONTRACTOR SHALL REMOVE FROM THE PROJECT AREA ALL SURPLUS MATERIAL. THIS SHALL BE INCIDENTAL AND NOT A SEPARATE PAY ITEM SURPLUS MATERIALS FROM EXCAVATION INCLUDING DIRT, TRASH, ETC. SHALL BE PROPERLY DISPOSED OF AT A SITE ACCEPTABLE TO THE CITY'S FLOOD PLAIN ADMINISTRATOR IF WITHIN THE CITY LIMITS IF THE LOCATION IS NOT WITHIN THE CITY LIMITS, THE CONTRACTOR SHALL PROVIDE A LETTER STATING SO. SURPLUS MATERIAL MAY NOT BE PLACED IN NATURAL DRAINAGE WAY WITHOUT WRITTEN PERMISSION FROM THE AFFECTED PROPERTY OWNER AND THE CITY 'S FLOOD PLAIN ADMINISTRATOR. IF THE CONTRACTOR PLACES EXCESS MATERIAL IN THE AREAS WITHOUT WRITTEN PERMISSION, CONTRACTOR SHALL RESPONSIBLE FOR ALL DAMAGE RESULTING FROM SUCH FILL AND SHALL REMOVE THE MATERIAL AT THEIR OWN COST 16. COSTS ASSOCIATED WITH PROPOSED CONNECTIONS TO EXISTING FACILITIES SHALL BE INCLUDED IN EACH RESPECTIVE BID ITEM, IF NO SPECIFIC BID ITEM IS INCLUDED. NO SEPARATE PAY, EXCEPT AS SPECIFICALLY INDICATED WITHIN THESE PLANS OR THE CONTRACT DOCUMENTS 17. CONTRACTOR SHALL CONTACT LOCAL SCHOOLS PRIOR TO BEGINNING CONSTRUCTION TO INFORM PRINCIPALS AND ADMINISTRATORS OF CONSTRUCTION IN THE AREA. A NOTE ON THE SCHOOL MARQUEE IS SUGGESTED TO INFORM PARENTS AND STUDENTS OF CONSTRUCTION, CONSTRUCTION DURATION, AND POSSIBLE ALTERNATIVE ROUTES AROUND CONSTRUCTION SITES. ONE LANE SHALL REMAIN OPEN AT ALL TIMES, AND ALL LANES OF TRAFFIC SHALL BE OPEN UP AT THE END OF EACH WORK DAY. 18 STREET USE PERMIT SHALL BE SUBMITTED PER SECTION 01 55 26 TO THE CITY INSPECTOR AND TRW FOR WORK IN CITY ROW 19. THE CONTRACTOR SHALL REMOVE ALL FENCES, LOCATED WITHIN EASEMENTS, INTERFERING WITH CONSTRUCTION OPERATION AND PROVIDE TEMPORARY FENCING DURING CONSTRUCTION REMOVED FENCES, WOODEN OR CHAIN LINK, SHALL BE REPLACED WITH A NEW FENCE OR UNDAMAGED ORIGINAL FENCING. ALL AFFECTED PROPERTY OWNERS SHALL BE NOTIFIED PRIOR TO CONSTRUCTION. REMOVAL AND REPLACEMENT OF EXISTING AND TEMPORARY FENCES PER SECTION 01 11 00 SUMMARY OF WORK, SHALL BE CONSIDERED SUBSIDIARY TO THE PROJECT COST AND REFLECTED IN THE UNIT BID PRICES FOR VARIOUS ITEMS LISTED IN THE PROPOSAL DIVISION 02 - EXISTING CONDITIONS 1. NO SEPARATE PAY ITEM WILL BE MADE FOR THE REMOVAL AND DISPOSAL OF EXISTING PUBLIC FACILITIES (PIPES, VALVES, ETC) WITHIN A PROPOSED UTILITY TRENCH UNLESS OTHERWISE INDICATED WITHIN THE PROJECT SPECIFICATIONS. ITEMS TO BE REMOVED OR ABANDONED OUTSIDE OF A PROPOSED UTILITY TRENCH SHALL BE PAID AS A SEPARATE PAY ITEM PER SECTION 02 41 14 2 CONTRACTOR SHALL PROTECT CONCRETE CURB AND GUTTER, DRIVEWAYS, AND SIDEWALKS THAT ARE NOT DESIGNATED FOR REMOVAL. REMOVAL AND REPLACEMENT OF THESE ITEMS SHALL BE AS DESIGNATED. 3 THE CONTRACTOR SHALL PRESERVE AND PROTECT OR REMOVE AND REPLACE WHEN SHOWN ON THE PLANS (WITH PRIOR APPROVAL OF CITY PARKS AND COMMUNITY SERVICES AND/OR AFFECTED PROPERTY OWNERS) ALL TREES, SHRUBS, HEDGES, RETAINING WALLS, LANDSCAPING, BUILDINGS, WALKS, ETC. IN OR NEAR PROPOSED CONSTRUCTION AREA. IF SPECIFIC BID ITEM(S) ARE NOT INCLUDED, THIS WORK SHALL BE CONSIDERED INCIDENTAL AND NOT A SEPARATE PAY ITEM. 4. WHERE APPLICABLE, TWO (2) PERMANENT PAINTED DRIVE ADDRESSES MUST BE INSTALLED AT THE BASE OF THE CURB ON EACH SIDE OF EVERY DRIVEWAY. ADDRESS SIGNS SHALL BE POSTED IN A POSITION TO BE PLAINLY VISIBLE AND LEGIBLE NUMBERS SHALL BE AT LEAST 3-INCHES IN HEIGHT AND CONTRAST 5. CONTRACTOR SHALL NOT CRACK, BREAK, MAR, OR OTHERWISE DAMAGE TILE STREET NAME MARKERS. IN THE EVENT A TILE STREET NAME MARKER IS LOCATED IN AN AREA OF CONSTRUCTION AND CANNOT BE PROTECTED, CONTRACTOR SHOULD REMOVE THE SECTION OF CURB AND GUTTER CONTAINING THE FULL TILE STREET NAME MARKER CONTRACTOR SHALL REPLACE THE FULL SECTION OF THE CURB AND STREET MARKER, DIVISION 03 - CONCRETE 1 HORIZONTAL BLOCKING FOR WATER LINES HAS BEEN OMITTED FOR CLARITY HOWEVER, BLOCKING SHALL BE CONSTRUCTED AND SHOP DRAWINGS SUBMITTED TO THE CITY INSPECTOR FOR REVIEW, IN ACCORDANCE WITH SECTION 03 30 00. DIVISION 31 - EARTHWORK 1 THE CONTRACTOR MUST REVIEW AND MAINTAIN A COPY OF THE STORM WATER POLLUTION PREVENTION PLAN WITH ALL CONDITIONS, ATTACHMENTS, EXHIBITS, AND PERMIT MODIFICATIONS IN GOOD CONDITION AT THE CONSTRUCTION SITE. THE COMPLETE PERMIT MUST BE AVAILABLE FOR REVIEW UPON REQUEST. 2 EROSION CONTROL MEASURES MAY ONLY BE PLACED IN FRONT OF INLETS, OR IN CHANNELS, DRAINAGE WAYS, OR BORROW DITCHES AT RISK OF CONTRACTOR. CONTRACTOR SHALL REMAIN LIABLE FOR ANY DAMAGE CAUSED BY THE MEASURES, INCLUDING FLOODING DAMAGE, WHICH MAY OCCUR DUE TO BLOCKED DRAINAGE. AT THE CONCLUSION OF ANY PROJECT, ALL CHANNELS, DRAINAGE WAYS, AND BORROW DITCHES IN THE WORK ZONE SHALL BE DREDGED OF ANY SEDIMENT GENERATED BY THE PROJECT OR DEPOSITED AS A RESULT OF EROSION CONTROL MEASURES. 3. THE CONTRACTOR SHALL COMPLY WITH ALL FEDERAL, STATE, AND LOCAL EROSION, CONSERVATION, AND SILTATION ORDINANCES. THE CONTRACTOR SHALL USE SEDIMENT FILTERS OR OTHER MEASURES APPROVED BY THE ENGINEER AND CONSTRUCTION MANAGER TO PREVENT SILT AND CONSTRUCTION DEBRIS FROM CLOGGING STORM SEWER PIPES OR PROPOSED OR EXISTING INLETS, OR FROM BEING TRANSPORTED TO ADJACENT PROPERTIES AND STREET RIGHT-OF-WAYS. ALL EROSION CONTROL DEVICES SHALL BE INSTALLED PRIOR TO SITE DISTURBANCE AND SHALL REMAIN IN PLACE UNTIL FINAL GRADING AND PAVING IS COMPLETE AND PERMANENT SOIL STABILIZATION IS ACHIEVED 4. CONSTRUCTION OPERATIONS SHALL BE MANAGED SO THAT AS MUCH OF THE SITE AS POSSIBLE IS LEFT COVERED WITH EXISTING TOPSOIL AND VEGETATION 5 ALL SLOPES AND AREAS DISTURBED BY CONSTRUCTION SHALL BE GRADED SMOOTH SODDING OR SEEDING SHALL BE PER SECTIONS 32 92 13 "SODDING" OR 32 92 14 BENCHMARKS "NON-NATIVE SEEDING", RESPECTIVELY 6 CONTRACTOR SHALL CONSTRUCT A STABILIZED CONSTRUCTION ENTRANCE AT ALL PRIMARY o - POINTS OF ACCESS. CONTRACTOR IS RESPONSIBLE FOR ENSURING THAT ALL ELY AT 9716 HIGHWAY sm Ei CONSTRUCTION TRAFFIC UTILIZES THE STABILIZED ENTRANCE AT ALL TIMES FOR INGRESS 7m.1e0 AND EGRESS TO THE SITE. N,E CDR CHAPEL CREEK ED WEST 7 SITE ENTRY AND EXIT LOCATIONS SHALL BE MAINTAINED IN A CONDITION WHICH SHALL a[cEs Fr oFs FACE PREVENT TRACKING OR FLOWING OF SEDIMENT ONTO PUBLIC ROADWAYS. ALL SEDIMENT cuaB uEv Tso Tss SPILLED, DROPPED, WASHED, OR TRACKED ON A PUBLIC ROADWAY SHALL BE REMOVED IMMEDIATELY. WHEN WASHING IS REQUIRED TO REMOVE SEDIMENT PRIOR TO ENTRANCE TO N,W CDR OF Pl WEST SERVICE RD eta11"EwamHTCFREEwAll"IB IN. A PUBLIC ROADWAY, IT SHALL BE DONE ON AN AREA STABILIZED WITH CRUSHED STONE Cl A is TT WHICH DRAINS INTO AN APPROVED SEDIMENT BASIN ALL FINES IMPOSED FOR TRACKING RECEssC. wEET EEEv sos oEs ONTO PUBLIC ROADS SHALL BE PAID BY THE CONTRACTOR. 8 CONTRACTOR IS RESPONSIBLE FOR PROPER MAINTENANCE OF THE REQUIRED EROSION CONTROL DEVICES THROUGHOUT THE ENTIRE CONSTRUCTION PROCESS EROSION CONTROLS SHALL BE REPAIRED OR REPLACED AS INSPECTION DEEMS NECESSARY, OR AS DIRECTED BY THE OWNER'S REPRESENTATIVE. ACCUMULATED SILT IN ANY EROSION CONTROL DEVICE SHALL BE REMOVED AND SHALL BE DISTRIBUTED ON SITE IN A MANNER NOT CONTRIBUTING TO ADDITIONAL SILTATION. THE CONTRACTOR IS RESPONSIBLE FOR RE-ESTABLISHING ANY EROSION CONTROL DEVICE WHICH IS DISTURBED. 9. BEFORE ANY EARTHWORK IS DONE, THE CONTRACTOR SHALL STAKE OUT AND MARK THE DATE REVISION BY LIMITS OF CONSTRUCTION AND OTHER ITEMS ESTABLISHED BY THE PLANS THE CONTRACTOR SHALL PROTECT AND PRESERVE CONTROL POINTS AT ALL TIMES DURING CITY OF FORT WORTH THE COURSE OF THE PROJECT. THE GRADING CONTRACTOR SHALL PROVIDE ALL NECESSARY ENGINEERING AND SURVEYING FOR LINE AND GRADE CONTROL POINTS GENERAL NOTES I RELATED TO EARTHWORK. 10. CONTRACTOR STAGING AREA TO BE AGREED UPON BY OWNER PRIOR TO BEGINNING CONSTRUCTION. 1TP1CPaT[A OOD AVE V 4_ 11 TAKE APPROPRIATE MEASURES TO PRESERVE WILDLIFE IN ACCORDANCE WITH APPLICABLE KENWOOD JLJUL�EL''AVV JVllL:Ea L%. FEDERAL, STATE AND LOCAL GUIDELINES DIVISION 32 - EXTERIOR IMPROVEMENTS WATERLINE GENERAL. CITY OF FORT WORTH 1 AT LOCATIONS WHERE THE CURB AND GUTTER ARE TO BE REPLACED, THE CONTRACTOR TARRANT COUNTY, TEXAS SHALL ASSUME ALL RESPONSIBILITY FOR THE RE—ESTABLISHMENT OF EXISTING STREET AND GUTTER GRADES. IF BID ITEM FROM CONSTRUCTION STAKING IS NOT INCLUDED, ESTABLISHMENT OF GRADES SHALL BE CONSIDERED AS A SUBSIDIARY ITEM OF WORK, �� THE COST OF WHICH SHALL BE INCLUDED IN THE PRICE BID IN THE PROPOSAL FOR I„y yq, VARIOUS BID ITEMS 21w Sw aresawey Wore 2labxo 2E00 2 ALL DRIVEWAYS, WHICH ARE OPEN CUT, SHALL HAVE AT LEAST A TEMPORARY DRIVING SumM SURFACE AT THE END OF EACH DAY. THE TEMPORARY SURFACE SHALL BE CONSIDERED MCK1°°'r'T'�'Ts°To FRN-F-13Bfi AS A SUBSIDIARY ITEM OF WORK. THE COST OF WHICH SHALL BE INCLUDED IN THE Pof r UA PROJECT ID PRICE BID IN THE PROPOSAL FOR VARIOUS BID ITEMS. SE W840-0002 �Y DATE SEPT 2024 3 CONTRACTOR SHALL VERIFY WITH CITY PROJECT MANAGER THE LOCATION OF ALL CITY or oam DALUS K WENDLING DESIGN WA OWNED PARKLAND ASSOCIATED WITH AND ADJACENT TO THE PROJECT AND CITY OWNED - ----- -- LAND THAT IS MAINTAINED BY HARD. ADDITIONALLY, THE CONTRACTOR MAY NEED A 'S s DRAWN: WA SEPARATE AGREEMENT IN ORDER TO ACCESS CITY PARKLAND FOR STAGING AND/ORoAi`'ENc,`�N SCALE CONSTRUCTION. CONTACT PARK PLANNER AT 817-392-5764 TO VERIFY NEED FOR �,E, Hpg2 N/A SEPARATE AGREEMENT. o u 4 vERT N/A SHEETIS REVE' DRAIW IS IOT TO BE 3 os CONSTRUCnoHSES OF OF 19 SHEETS SIDEWALKS AND CURB RAMPS 1. THE CURB RAMP STANDARD DETAILS ARE INTENDED TO SHOW TYPICAL LAYOUTS FOR THE CONSTRUCTION OF THE CURB RAMPS. THE INFORMATION SHOWN ON THE STANDARD DETAILS MEET THE REQUIREMENTS SHOWN IN THE "2012 TEXAS ACCESSIBILITY STANDARDS" (TAS) AND THE "2010 ADA STANDARDS FOR ACCESSIBLE DESIGN" BY THE DEPARTMENT OF JUSTICE. 2. THE CONTRACTOR MAY NOT MAKE CHANGES TO THE SIDEWALK AND CURB RAMP LAYOUT WITHOUT APPROVAL OF THE CITY THE CONTRACTOR MAY PROPOSE CHANGES TO THE SIDEWALK AND CURB RAMP LAYOUT DUE TO FIELD CONDITIONS, BUT ANY PROPOSED CHANGES MUST BE APPROVED BY THE CITY. 3. LANDINGS SHALL BE PROVIDED AT THE TOP OR BOTTOM OF CURB RAMPS, AS SHOWN ON DRAWINGS THE LANDING CLEAR LENGTH SHALL BE 5 FEET MINIMUM FROM THE END OF RAMP. THE LANDING CLEAR WIDTH SHALL BE AT LEAST AS WIDE AS THE CURB RAMP, EXCLUDING FLARES THE LANDING SHALL HAVE A MAXIMUM SLOPE OF 2% IN ANY DIRECTION. 4. COUNTER SLOPES OF ADJOINING GUTTERS AND ROAD SURFACES IMMEDIATELY ADJACENT TO THE CURB RAMP SHALL NOT BE STEEPER THAN 5% (20:1) IN ANY DIRECTION 5. CONTRACTOR SHALL PROTECT CONCRETE CURB AND GUTTER, DRIVEWAYS, AND SIDEWALKS THAT ARE NOT DESIGNATED FOR REMOVAL. REMOVAL AND REPLACEMENT OF THESE ITEMS SHALL BE AS DESIGNATED. AT LOCATIONS WHERE THE CURB AND GUTTER ARE TO BE REPLACED, THE CONTRACTOR SHALL ASSUME ALL RESPONSIBILITY FOR THE RE-ESTABLISHMENT OF EXISTING STREET AND GUTTER GRADES ESTABLISHMENT OF GRADE SHALL BE PERFORMED PRIOR TO CONSTRUCTION AND IS NOT A SEPARATE PAY ITEM, BUT SHALL BE CONSIDERED INCIDENTAL TO THE PROJECT PRICE. 6. ALL DRIVEWAYS, SHALL HAVE AT LEAST A TEMPORARY RIDING SURFACE AT THE END OF EACH DAY THE TEMPORARY SURFACE WILL BE CONSIDERED A NON -PAY ITEM 7 CONTRACTOR SHALL SAW CUT EXISTING CURB AND GUTTER, PAVEMENT, DRIVEWAYS, SIDEWALKS AT AREAS WHERE PAVEMENT OR CONCRETE IS TO BE REMOVED. SAW CUTTING SHALL BE CONSIDERED SUBSIDIARY TO THE ITEM BEING INSTALLED. 8 CONTRACTOR SHALL PROVIDE COMPACTED SUBGRADE AS NEEDED TO REPAIR DAMAGED DRIVES, STREETS, WALKS, AND PATIOS DIVISION 33 - UTILITIES GENERAL 1. WHEN IT IS REQUIRED THAT A CONTRACTOR WORK ON PRIVATE PROPERTY WITHIN UTILITY EASEMENTS, THE CONTRACTOR SHALL CONTACT THE PROPERTY OWNER 48 HOURS PRIOR TO CONSTRUCTION. ONCE THE PIPE HAS BEEN INSTALLED OR REHABILITATED, THE CONTRACTOR SHALL IMMEDIATELY COMMENCE SURFACE RESTORATION SURFACE RESTORATION MUST BE COMPLETED TO THE OWNER'S SATISFACTION WITHIN TEN (10) WORKING DAYS FAILURE TO MAINTAIN AND/OR COMPLETE SITE RESTORATION, AS NOTED ABOVE, MAY RESULT IN DEFERMENT OF FURTHER PIPE INSTALLATION ACTIVITIES 2 EXISTING VERTICAL DEFLECTIONS AND PIPE SLOPES SHOWN ON THE PLANS WERE OBTAINED FROM RECORD DRAWINGS AND HAVE NOT BEEN FIELD VERIFIED. SOME PIPELINE SLOPES WERE ADJUSTED TO MATCH SURVEYED MANHOLE FLOW LINES. RIM ELEVATIONS, FLOW LINES, AND HORIZONTAL LOCATIONS OF EXISTING MANHOLES WERE DETERMINED FROM FIELD SURVEY HOWEVER, IF CONFLICTS WITH PAVING, ADDITIONAL FILL, STORM SEWER, DRAINAGE HEADWALLS, INLETS, BRIDGE PIERS, EMBANKMENTS, MSE WALLS, RETAINING WALLS, ABOVE GROUND STRUCTURES, FRANCHISE UTILITIES, ETC. HAVE BEEN IDENTIFIED, THE UTILITIES IN CONFLICT SHALL BE LOCATED AND POTHOLED USING VACUUM EXCAVATION METHOD PER SECTION 33 05 30 PRIOR TO CONSTRUCTION OF THE MAIN CONTRACTOR SHALL PROVIDE ALL POTHOLE DATA AND OTHER DOCUMENTATION OF THESE CONFLICTS (PLANS, SHOP DRAWINGS, SURVEY DATA, ETC) TO THE CITY INSPECTORWATER ENGINEERING, WATER FIELD OPERATIONS, AS PLANS SHALL BE REVISED AND SUBMITTED FOR REVIEW BY THE CITY IN ORDER TO AVOID A CONFLICT. 3. MAINTAIN ALL EXISTING WATER AND SEWER CONNECTIONS TO CUSTOMERS IN WORKING ORDER AT ALL TIMES, EXCEPT FOR BRIEF INTERRUPTIONS IN SERVICE FOR WATER AND SEWER SERVICES TO BE REINSTATED. IN NO CASE SHALL SERVICES BE ALLOWED TO REMAIN OUT OF SERVICE OVERNIGHT 4 PROVIDE AND FOLLOW APPROVED CONFINED SPACE ENTRY PROGRAM IN ACCORDANCE WITH OSHA REQUIREMENTS. CONFINED SPACES SHALL INCLUDE MANHOLES AND ALL OTHER CONFINED SPACES IN ACCORDANCE WITH OSHA'S PERMIT REQUIRED FOR CONFINED SPACES 5 ONLY CITY PREQUALIFIED CONTRACTORS, BY APPROPRIATE WATER DEPARTMENT WORK CATEGORY, SHALL BE ALLOWED TO ADJUST VALVE BOXES, MANHOLES, RING & COVERS, ETC. 6. CONTRACTOR IS RESPONSIBLE FOR ALL TRENCH SAFETY. THE CONTRACTOR SHALL CONSTRUCT THE PROPOSED WORK UTILIZING A TRENCH SAFETY PLAN PREPARED BY A LICENSED PROFESSIONAL ENGINEER IN THE STATE OF TEXAS, FOR THIS PROJECT, IN ACCORDANCE WITH OSHA EXCAVATION SAFETY STANDARDS, FEDERAL AND STATE REQUIREMENTS, PER SECTION 33 05 10 A TRENCH SAFETY PLAN SHALL BE SUBMITTED AT THE PRE -CONSTRUCTION MEETING. THIS WOULD ALSO INCLUDE A GROUND WATER CONTROL PLAN IF CONDITIONS MEETING CRITERIA OUTLINED IN SECTION 33 05 10 EXIST 7 ALL EMBEDMENT AND BACKFILL SHALL BE IN ACCORDANCE WITH SPECIFICATION 33 05 10. CONTRACTOR SHALL PROVIDE THE EMBEDMENT/BACKFILL DENSITY TEST PLAN WHICH OUTLINES TESTING NOTIFICATION, FREQUENCY, TESTING LAB, TEST METHODS, TEST RESULT FORMAT, CONTACT INFORMATION ETC CONTRACTOR SHALL NOTIFY THE CITY INSPECTOR IN WRITING TO OBTAIN SAMPLES AND PERFORM STANDARD PROCTOR TEST IN ACCORDANCE WITH ASTM D698. UPON COMMENCING OF BACKFILL PLACEMENT, CONTRACTOR SHALL SCHEDULE A DEMONSTRATION OF MEANS AND METHODS TO OBTAIN THE REQUIRED DENSITIES DEPTH OF LIFTS FOR BACKFILL SHALL NOT EXCEED 12-INCHES TEST REPORTS SHALL BE POSTED WITHIN 48 HOURS. INCLUDES THE INSTALLATION OF THE TRENCH GEOTEXTILE FABRIC AND UTILITY MARKER TAPE IN ACCORDANCE WITH SECTION 33 05 26 ALL PAVEMENT REPAIR SHALL BE PER SECTIONS 32 01 17, 32 01 18, AND 32 01 29. ALL NON -CONFORMING WORK SHALL BE REMOVED AND REPLACED. 8. EXISTING UTILITY INFORMATION IS PROVIDED FOR INFORMATION ONLY. ALTHOUGH THIS DATA IS SHOWN AS ACCURATELY AS POSSIBLE, THE CONTRACTOR IS CAUTIONED THAT THE CITY AND THE ENGINEER NEITHER ASSUMES NOR IMPLIES ANY RESPONSIBILITY FOR THE ACCURACY OF THE DATA 9, EXISTING UTILITY CROSSINGS SHOWN ON THE PROFILE ARE FROM REFERENCE PLANS, AND FROM INFORMATION OBTAINED FROM THE UTILITY COMPANIES. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO FIELD VERIFY THE HORIZONTAL AND VERTICAL LOCATIONS OF THE EXISTING UTILITIES. WATER 1 PROVIDE THRUST RESTRAINT BY MEANS OF RESTRAINING JOINTS AT FITTINGS AND CONCRETE BLOCKING. WHEN SPECIFICALLY INDICATED ON THE DRAWINGS, PROVIDE THRUST RESTRAINT AT DESIGNATED JOINTS BEYOND THE FITTINGS EACH METHOD SHALL BE CAPABLE OF THRUST RESTRAINT INDEPENDENT OF THE OTHER SYSTEM. THE CONTRACTOR SHALL REFER TO CITY STANDARD DETAILS FOR AREA REQUIRED TO INSTALL CONCRETE BLOCKING. 2. ALL DUCTILE IRON MECHANICAL JOINT FITTINGS SHALL BE RESTRAINED TO PIPE USING RETAINER GLANDS 3 PROPOSED WATER MAINS SHALL HAVE A MINIMUM COVER OF 48-INCHES COVER ABOVE THE TOP OF PIPE, UNLESS SHOWN OTHERWISE ON THE DRAWINGS OR DETAILS. 4. ALL WATER SERVICES SHALL BE INSTALLED ABOVE STORM SEWERS, EXCEPT WHERE SHOWN OTHERWISE IN THE DRAWINGS. 5 ELEVATION ADJUSTMENT AT CONNECTIONS MAY BE MADE WITH BENDS, OFFSETS, OR JOINT DEFLECTIONS. JOINT DEFLECTIONS SHALL NOT EXCEED FIFTY PERCENT (50%) OF MANUFACTURER'S RECOMMENDATIONS. 6 TEMPORARY PRESSURE PLUGS REQUIRED FOR SEQUENCING OF CONSTRUCTION AND TESTING OF PROPOSED WATER LINES SHALL BE CONSIDERED SUBSIDIARY TO THE WORK AND SHALL BE INCLUDED IN THE PRICE BID IN THE PROPOSAL FOR VARIOUS BID ITEMS. 7 12-INCH DIAMETER AND SMALLER WATER MAINS SHALL BE INSTALLED WITH A MINIMUM COVER OF 48-INCHES AND 16-INCH AND LARGER WATER MAINS SHALL BE INSTALLED A MINIMUM COVER OF 60-INCHES, MEASURED FROM TOP OF SURFACE (EXISTING AND PROPOSED) EXCEPT WHERE SHOWN OTHERWISE IN THESE PLANS. 8 VALVES SHALL BE INSTALLED WHERE DESIGNATED ON THESE PLANS IN ACCORDANCE AND SHOP DRAWINGS PROVIDED TO THE CITY INSPECTOR FOR REVIEW PER SECTION 33 12 20. VAULTS SHALL BE INSTALLED ON ALL MAINS 16-INCH DIAMETER AND LARGER PER SECTIONS 33 12 20, 33 05 16, AND 03 30 00. 9 FIRE HYDRANTS SHALL BE A MINIMUM OF 3 FT BEHIND THE BACK OF CURB (MAXIMUM 9 FT.) AND IN LINE WITH THE PROPERTY/LOT LINES EXCEPT WHERE SHOWN OTHERWISE IN THESE PLANS CONSTRUCTION AND SHOP DRAWING SUBMITTALS TO THE CITY INSPECTOR PER SECTION 33 12 40. 10. CONTRACTOR SHALL PROVIDE A CLEANING PLAN AND DISINFECTION PLAN FOR 24-INCH AND LARGER WATER MAINS, PRIOR TO CONSTRUCTION IN ACCORDANCE WITH SECTION 33 04 40, PART 1 5, SUBMITTALS. INSERT CLEANING PIG IN WATER MAIN WHERE DIRECTED. CLEANING PIG SHALL BE PROVIDED BY CONTRACTOR IN ACCORDANCE WITH SECTION 33 04 40 FLUSHING IS ONLY PERMITTED WHEN SPECIALLY DESIGNATED IN THE DRAWINGS, AND THE CONTRACTOR SHALL PROVIDE THE PLAN SUBMITTALS TO THE CITY INSPECTOR, CITY PROJECT MANAGER, WATER FIELD OPERATIONS AND WATER ENGINEERING FOR REVIEW AT LEAST 1 WEEK PRIOR TO START OF CONSTRUCTION. 11 INSTALL CHLORINATION AND SAMPLING POINTS AT DESIGNATED LOCATIONS PER SECTION 33 04 40 12. CORPORATION STOPS SHALL BE TESTED FOR FULL FLOW WHEN THE SYSTEM IS PRESSURE TESTED. CONSTRUCTION AND SHOP DRAWING SUBMITTALS PER SECTION 33 12 10. 13 ALL WATER MAINS CROSSING BELOW STORM SEWER LINES SHALL BE DUCTILE IRON PIPE PER SECTION 33 11 10 AND BACKFILLED WITH CLEM PER SECTION 03 34 13, UNLESS NOTED OTHERWISE. 14. CONTRACTOR SHALL PROVIDE PIPE SHOP DRAWINGS IN ACCORDANCE WITH THE SPECIFICATIONS DETAILED PIPE SHOP DRAWINGS/LAY SCHEDULE WATER MAINS 16-INCH DIAMETER AND LARGER, SIGNED AND SEALED BY A LICENSED PROFESSIONAL ENGINEER IN TEXAS FOR DUCTILE IRON PIPE, CONCRETE, AND STEEL PIPE ARE REQUIRED SUBMITTALS BEFORE START OF CONSTRUCTION ELEVATION ADJUSTMENT AT CONNECTIONS MAY BE MADE WITH BENDS, OFFSETS, OR JOINT DEFLECTIONS (FOR EXAMPLE, PVC JOINT DEFLECTIONS NOT TO EXCEED 50% OF THE MANUFACTURER'S RECOMMENDATIONS PER SECTION 33 11 12) REFERENCE DUCTILE IRON, CONCRETE, AND STEEL PIPE PER SECTIONS 33 11 10, 33 11 13, 33 11 14, FOR THE DEFLECTION REQUIREMENTS. PRIOR TO SCHEDULING THE PROJECT FINAL, THE CONTRACTOR SHALL PROVIDE REDLINES, CUT SHEETS, FINAL APPROVED PIPE SHOP DRAWINGS, ETC., PIPE REPORT AND SERVICE REPORT PER SECTIONS 01 77 19, 01 78 39, AND 33 01 31 TO THE CITY FOR REVIEW, REVISIONS, AND FINAL ACCEPTANCE. 15 ALL NON-STANDARD BENDS SHALL BE MADE BY USING THE CLOSEST STANDARD MJ FITTINGS OR FITTINGS WITH THE REQUIRED JOINT DEFLECTIONS. JOINT DEFLECTIONS AND ASSOCIATED SHOP DRAWING SUBMITTALS, SHALL BE IN ACCORDANCE WITH SECTIONS 33 11 10, 33 11 11, 33 11 13, AND 33 11 14 16 ALL EXISTING ''/. INCH WATER SERVICE LINES SHALL BE REPLACED WITH 1-INCH TYPE K COPPER SERVICE LINES (PER ASTM B88), WITH 1-INCH CORPORATION STOPS AND IF REQUIRED 1-INCH TAPPING SADDLE AND 1-INCH X Y/ INCH REDUCER AT THE %-INCH CURB STOP AS DIRECTED BY THE ENGINEER SHOP DRAWINGS SHALL INDICATE FLARED COPPER TUBING WITH THREAD DIMENSIONS PER AWWA C800 AND SERVICE SADDLES SHALL BE DOUBLE STRAP PER SECTION 33 12 10 17 ALL EXISTING WATER METERS SHALL BE RELOCATED 3 FT. BEHIND THE CURB OR AS DIRECTED BY THE ENGINEER (SECTION 33 12 10). 18. THE CONTRACTOR SHALL INSTALL A 2-INCH TEMPORARY WATER SERVICE MAIN PER SECTION 33 04 30. LARGE DOMESTIC SERVICES (3-INCH AND LARGER) AND FIRE LINES SHALL REQUIRE A LARGER MAIN FOR TEMPORARY WATER SERVICE DURING CONSTRUCTION 19 ALL PVC WATER MAINS 12-INCH DIAMETER AND SMALLER SHALL BE DR-14 PER SECTION 33 11 12 ALL DUCTILE IRON WATER MAINS SHALL BE POLY WRAPPED PER SECTION 33 11 10, 33 11 11. CATHODIC PROTECTION STUDY IS REQUIRED ON ALL PIPES OTHER THAN PVC. IN ACCORDANCE WITH THE RECOMMENDATIONS FROM THE CATHODIC PROTECTION STUDY, THE DRAWINGS AND SPECIFICATIONS FOR CATHODIC PROTECTION SHALL APPLY 20 ALL WATER MAINS SHALL HAVE TEMPORARY PLUGS PER SECTIONS 33 04 40, 33 12 25 AND DETAIL AT THE END OF EACH WORK DAY DEFLECT WATER MAINS AT JOINTS TO CLEAR CURB INLETS. MINIMUM HORIZONTAL SEPARATION FROM OUTER WALL OF MAIN TO OUTER WALL OF INLET SHALL BE 5 FEET. MINIMUM HORIZONTAL SEPARATION FROM OUTER WALL OF MAIN TO OUTER DIAMETER DRILLED SHAFTS, AND OUTER WALL OF HEADWALLS SHALL BE 10 FT 21 UNLESS OTHERWISE NOTED ON THE PLANS, THE GATE VALVES SHALL BE INSTALLED TO LINE UP WITH THE PROPERTY/ROW LINE 22 CONTRACTOR AND CITY INSPECTOR SHALL CONTACT WATER FIELD OPERATIONS PRIOR TO ALL ITEMS BEING REMOVED OR SALVAGED. CONTRACTOR SHALL PROVIDE THE DOCUMENTS TO THE CITY INSPECTOR FOR ALL ITEMS REMOVED AND SALVAGED TO WATER FIELD OPERATIONS WAREHOUSE CONTACT WAREHOUSE SUPERVISOR AND DELIVER ALL SALVAGED MATERIALS TO THE WAREHOUSE LOCATED AT 1608 11TH AVE FORT WORTH TX 76102. SANITARY SEWER' 1. VERIFY THAT ALL CONNECTIONS TO THE SANITARY SEWER SYSTEM ARE FOR SANITARY SEWER ONLY. NOTIFY CITY OF ANY DISCOVERED ILLICIT CONNECTIONS 2 THE CONTRACTOR SHALL BE LIABLE FOR ALL DAMAGES TO PROPERTIES, HOMES, AND BASEMENTS FROM BACKUP, WHICH MAY RESULT DURING THE INSTALLATION OF NEW PIPE AND/OR ABANDONMENT OF EXISTING PIPE. THE CONTRACTOR WILL BE ALLOWED TO OPEN CLEAN OUTS WHERE AVAILABLE THE CONTRACTOR WILL BE RESPONSIBLE FOR ALL CLEAN UP ASSOCIATED WITH OPENING CLEAN OUTS 3 FOR ALL SANITARY SEWER SERVICE CONNECTIONS AT MANHOLES, PROVIDE A HYDRAULIC SLIDE IN ACCORDANCE WITH THE DETAILS 4 THE PROPOSED SANITARY SEWER LINES AT TIMES WILL BE LAID CLOSE TO OTHER EXISTING UTILITIES AND STRUCTURES BOTH ABOVE AND BELOW GROUND THE CONTRACTOR SHALL MAKE NECESSARY PROVISIONS FOR THE SUPPORT AND PROTECTION OF ALL UTILITY POLES, GAS MAINS, TELEPHONE CABLES, SANITARY SEWER MAINS, WATER MAINS, DRAINAGE PIPES, UTILITY SERVICES, AND ALL OTHER UTILITIES AND STRUCTURES BOTH ABOVE AND BELOW GROUND DURING CONSTRUCTION. CONTRACTOR SHALL SUBMIT SHOP DRAWINGS AT THE PRE -CONSTRUCTION MEETING PER SECTION 01 33 00 FOR SUPPORT/PROTECTION OF LARGE DIAMETER WATER MAINS (16-INCH AND LARGER) AND SANITARY SEWER MAINS (15-INCH AND LARGER) FOR REVIEW BY CITY INSPECTOR, WATER ENGINEERING, AND WATER FIELD OPERATIONS PRIOR TO CONSTRUCTION IN THESE AREAS. IN ADDITION, THE CONTRACTOR SHALL SUBMIT A CONTINGENCY PLAN AND EMERGENCY PLAN TO THE SAME PERSONNEL WHICH INCLUDES ACCEPTABLE PIPE MATERIALS ON -SITE FOR REPAIRS THE CONTRACTOR IS LIABLE FOR ALL DAMAGES TO EXISTING WATER AND SANITARY SEWER MAINS AS A RESULT OF THE CONTRACTOR'S OPERATIONS. 5. CONTRACTOR SHALL CONDUCT A PRE -CONSTRUCTION TELEVISION INSPECTION (CCTV) OF ALL EXISTING SANITARY SEWER LINES, WHICH ARE TO BE ABANDONED OR REHABILITATED VIA TRENCHLESS METHODS, TO VERIFY LOCATIONS OF ALL SANITARY SEWER SERVICE CONNECTIONS PRIOR TO CONSTRUCTION OF THE ENTIRE PROJECT. FORMAT OF THE CCTV VIDEO, PLAN EXHIBITS, AND REPORT SHALL BE IN ACCORDANCE WITH SECTION 33 01 31. REPORT SHALL CLEARLY IDENTIFY EXISTING SANITARY SEWER MAIN/LATERAL NUMBER, MANHOLES, STATION NUMBER (FROM AND TO), STREET ADDRESS, PIPE SIZE, PIPE MATERIAL, SERVICE LOCATIONS, PIPE MATERIAL CHANGES, ETC. COPIES OF THE CCTV VIDEO, LAYOUT, MARKED UP PLANS SHOWING LIMITS, AND REPORT SHALL BE PROVIDED TO THE CITY INSPECTOR, CITY PROJECT MANAGER, WATER ENGINEERING, AND WATER FIELD OPERATIONS, AS THE SCHEDULE SHALL ALLOW FOR A REVIEW TIME OF 2 WEEKS. 6. CONTRACTOR SHALL ENSURE THAT ALL ACTIVE SERVICES CAN BE RECONNECTED AND/OR REROUTED TO THE NEW SANITARY SEWER MAIN/LATERAL PER SECTION 33 31 50. CONTACTOR SHALL NOTIFY THE CITY INSPECTOR, CITY PROJECT MANAGER, WATER ENGINEERING, AND WATER FIELD OPERATIONS OF ANY POTENTIAL CONFLICTS PRIOR TO CONSTRUCTION, SO MODIFICATIONS TO THE PLANS CAN BE MADE IF NECESSARY. NOT A SEPARATE PAY ITEM, AS THIS WORK SHALL BE SUBSIDIARY TO THE PRE -CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER LINES. 7 CONTRACTOR SHALL BYPASS PUMP SEWAGE AROUND SECTION OF PIPE PRIOR TO BEING REPLACED OR REHABILITATED PER SECTION 33 03 10. NOT A SEPARATE PAY ITEM FOR LINES 15-INCH DIAMETER AND SMALLER PAYMENT SHALL BE INCIDENTAL TO THE REPLACEMENT OF SEWER. 8. NEW MANHOLES SHALL BE CONSTRUCTED SUCH THAT THE MANHOLE COVER IS AT FINISHED SURFACE GRADE, OR AS NOTED ON THE PLANS. CONCRETE COLLARS PER SPECIFICATION 33 05 13 AND DETAIL SHALL BE INSTALLED WITH ALL NEW MANHOLES (INCLUDING MANHOLES OUTSIDE OF PAVEMENT AND/OR ON EASEMENTS), AS REQUIRED FOR THIS PROJECT. CONCRETE COLLARS IDENTIFIED IN THE FIELD THAT ARE NOT IN COMPLIANCE WITH THE SPECIFICATIONS AND DETAILS (LE INCORRECT COLLAR THICKNESS, NO STEEL REINFORCEMENT) SHALL BE REMOVED AND REPLACED AT THE CONTRACTOR'S EXPENSE. 9. SANITARY SEWER SERVICES LARGER THAN 6-INCH DIAMETER SHALL CONNECT TO A MANHOLE. FOR ALL SANITARY SEWER SERVICE CONNECTIONS AT THE MANHOLE, CONTRACTOR SHALL PROVIDE A HYDRAULIC SLIDE IN ACCORDANCE WITH SECTION 33 39 20 AND STANDARD DETAIL 10 SANITARY SEWER MANHOLES CALLED OUT FOR INTERIOR CORROSION PROTECTION SHALL CONFORM TO SECTION 33 39 60 LINER SYSTEM FOR SANITARY SEWER STRUCTURES. THIS SHALL INCLUDE MANHOLES ON MAINS WITH 3% OR GREATER GRADE, ALL DROP MANHOLES, SIPHONS, JUNCTION STRUCTURES ON LARGE COLLECTOR MAINS 15-INCH DIAMETER AND LARGER, AND OTHER MANHOLES WHERE TURBULENCE IS AN ISSUE 11 ODOR CONTROL IS REQUIRED FOR ALL SANITARY SEWER MANHOLES IN CITY PARK AREAS, PUBLIC SPACES, NEAR RESIDENCES, OR OTHER AREAS AS DETERMINED BY THE CITY ON MAINS 15-INCH DIAMETER AND LARGER STORM DRAIN 1. MAINTAIN THE EXISTING STORM DRAINAGE SYSTEM UNTIL THE PROPOSED SYSTEM IS IN SERVICE. IN NO CASE SHOULD THE CONTRACTOR LEAVE THE EXISTING STORM DRAIN OUT OF SERVICE WHEREBY RUNOFF WOULD CAUSE DAMAGE TO ADJACENT PROPERTY. 2 CONSTRUCT ALL DRAINAGE IMPROVEMENTS FROM THE DOWNSTREAM END TO THE UPSTREAM END TO ALLOW CONTINUED STORM DRAIN SERVICE. IF THE CONTRACTOR PROPOSES TO CONSTRUCT THE SYSTEM OTHERWISE, THE CONTRACTOR SHALL SUBMIT A SEQUENCING PLAN TO THE CITY FOR APPROVAL. BENCHMARKS DOUBLE RECESBED 10 F7 INLET I FT OFF WE II OCR zo (a�iMF avArj o" II II II II I I II II II II II II II PATE REVISION BY CITY OF FORT WORTH GENERAL NOTES 2 K ENWOOD AVE & LO GVUE AVE WATERLINE CITY OF FORT WORTH TARRANT COUNTY, TEXAS LJA OgMMYq, Yw. LJA 2 w8 " Central Expressway Sum 380 PW, 214820280E MCIGn Teems T 0 FRN-F-13H P LJ E o A PROJECT ID U+ NTeao-000z DATE SEPT 2024 �rY� GC oartr DALIAS K WeELADLING °'s crvns ExF°C2� DESIGN WA DRAWN' LJA SCALE HORS N/A a OR a. Vs[ C`0rsm'nory aF VERT N/A SHEE 4 OF 19 SHEETS EROSION CONTROL: 1. ALL PROCEDURES AND MATERIALS USED FOR EROSION CONTROL SHALL BE APPROVED BY THE CITY OF FORT WORTH THE LOCATION OF EROSION CONTROL DEVICES AND THE CONTRACTOR RESPONSIBLE FOR INSTALLATION SHALL BE AS SHOWN IN THE PLANS. ADDITIONAL EROSION CONTROL DEVICES AND/OR ADJUSTMENT OF LOCATIONS FOR EROSION CONTROL MAY OCCUR IF IN THE OPINION OF THE CITY INSPECTOR THE MEASURES TAKEN IN ACCORDANCE WITH THIS PLAN ARE INADEQUATE a EXCAVATION CONTRACTOR TO BE RESPONSIBLE FOR INSTALLATION OF SILT BARRIERS, CHECK DAMS AND CONSTRUCTION ENTRANCE/EXIT. b UTILITY CONTRACTOR (WATER, SEWER & STORM DRAIN) TO BE RESPONSIBLE FOR INSTALLATION OF STAGE 1 AND STAGE 2 INLET PROTECTION. c.OWNER TO BE RESPONSIBLE FOR SEEDING, AND FINAL REMOVAL OF EROSION CONTROLS SILT FENCES SHALL BE MIRAFI 10OX OR APPROVED EQUAL AND INSTALLED PER MANUFACTURER RECOMMENDATIONS. 4. EACH CONTRACTOR SHALL BE RESPONSIBLE FOR MAINTAINING ALL EROSION CONTROL DEVICES ALREADY IN PLACE CONTRACTOR SHALL REMOVE AND REPLACE EROSION CONTROL AS NEEDED FOR CONSTRUCTION OR ACCESS. ALL EROSION CONTROL MUST BE IN PLACE AT THE END OF EACH DAY 5 ALL PERIMETER PROTECTION SHALL BE INSTALLED PRIOR TO EXTENSIVE ON SITE GRADING. 6. IT SHALL BE THE CONTRACTORS RESPONSIBILITY TO USE WHATEVER MEANS ARE NECESSARY TO CONTROL AND LIMIT SILT AND SEDIMENT LEAVING THE SITE. SPECIFICALLY, THE CONTRACTOR SHALL PROTECT ALL PUBLIC STREETS, ALLEYS, STREAMS, STORM DRAIN SYSTEMS AND INLETS FROM EROSION DEPOSITS 7 ALL EROSION CONTROL DEVICES TO BE INSPECTED, CLEANED AND/OR REPLACED AFTER EACH STORM 8. USE OF ON —SITE FUEL STORAGE TANKS IS DISCOURAGED. HOWEVER, IF USED, THE PREVENTION OF HAZARDS TO THE GROUND WATER IS THE SOLE RESPONSIBILITY OF THE CONTRACTOR UTILIZING SAID STORAGE. SEE N.C.T.C.O.G. CONSTRUCTION BMP MANUAL SECTION 4 HAZARDOUS WASTE MANAGEMENT, 9 A CENTRALIZED PIT/WASH BASIN SHALL BE CONSTRUCTED ON —SITE FOR THE PURPOSE OF CONCRETE TRUCK WASHING SEE N C T C 0 G CONSTRUCTION BMP MANUAL SECTION 4 CONCRETE WASTE MANAGEMENT 10. "SEDIMENT BARRIER" INDICATES SILT FENCE OR HAY BALE CHECK DAM (OR A COMBINATION OF THE TWO), AS SELECTED BY THE CONTRACTOR AND APPROVED BY THE CONSULTANT ENGINEER. 11, CONTRACTORS SHALL PARK, STORE EQUIPMENT AND MATERIALS, AND SERVICE VEHICLES AT THE "PARKING AND STORAGE AREA". THE LOCATION OF SAID AREA IS TO BE APPROVED BY THE OWNER OR HIS REPRESENTATIVE AND MAY NOT BE ON EXISTING, PROPOSED OR FUTURE PARK LAND. 12 CONSTRUCTION ENTRANCES ARE TO BE INSTALLED AT ALL POINTS WHERE EQUIPMENT ENTERS OR LEAVES THE SITE. THE LOCATION OF SAME IS TO BE APPROVED BY THE OWNER OR HIS REPRESENTATIVE. 13 AREAS WHERE FINAL GRADE HAS BEEN ACHIEVED MUST RECEIVE PERMANENT SEEDING WITHIN 14 DAYS. 14, EROSION CONTROLS TO REMAIN IN PLACE AND TO BE MAINTAINED UNTIL 70% GRASS HAS BEEN ESTABLISHED 15. EROSION CONTROL MEASURES MAY ONLY BE PLACED IN FRONT OF INLET OR IN CHANNELS, DRAINAGE WAYS OR BORROW DITCHES AT RISK OF CONTRACTOR. CONTRACTOR SHALL REMAIN LIABLE FOR ANY DAMAGE CAUSED BY MEASURES, INCLUDING FLOODING DAMAGE WHICH MAY OCCUR DUE TO BLOCKED DRAINAGE. AT THE CONCLUSION OF ANY PROJECT, ALL CHANNELS, DRAINAGE WAYS AND BORROW DITCHES IN THE WORK ZONE SHALL BE DREDGED OF ANY SEDIMENT GENERATED BY THE PROJECT OR DEPOSITED AS A RESULT OF EROSION CONTROL MEASURES. SANITARY SEWER GENERAL CONSTRUCTION NOTES 1 ALL TRENCH BACK FILL SHALL BE PER DETAIL ON UTILITY DETAIL SHEET UNLESS OTHERWISE NOTED, 2. AT ALL LOCATIONS IN THE PROFILES WHERE SDR-26 PVC PIPE IS SPECIFIED BENEATH WATER LINES, IT IS TO BE BACK FILLED WITH CEMENT STABILIZED SAND AS REQUIRED BY T N.R C C. REGULATION 317 13 (a) (3) FOR A DISTANCE OF 10' EITHER SIDE OF THE WATER LINE. AT OTHER LOCATIONS WHERE SDR-26 IS SPECIFIED, IT IS TO BE BACK FILLED AS NOTED. 3. TYPICAL LOCATION FOR SANITARY SEWER MAINS IS 7' SOUTH OR WEST OF CENTER LINE OF STREET UNLESS OTHERWISE SHOWN 1. ALL TRENCH BACK FILL SHALL BE PER DETAIL ON UTILITY DETAIL SHEET UNLESS OTHERWISE NOTED 2. FIRE HYDRANTS AND VALVES AS SHOWN ON THIS PLAN ARE SYMBOLIC ONLY. INSTALLATION OF SAME IS TO BE IN ACCORDANCE WITH THE DETAIL AND/OR AT THE STATIONS AS NOTED 3. REMOVE ALL CLEANING WYES ONCE THE POLY PIGS HAVE BEEN RUN AND THE LINES ARE CLEAN. PLASTIC METER BOXES ARE REQUIRED FOR 2" AND SMALLER SERVICES. 4. THIS WATER DISTRIBUTION SYSTEM MUST BE CONSTRUCTED IN ACCORDANCE WITH THE CURRENT TEXAS COMMISSION ON ENVIRONMENTAL QUALITY (TCEQ) RULES AND REGULATIONS FOR PUBLIC WATER SYSTEMS 30 TEXAS ADMINISTRATIVE CODE (TAG) CHAPTER 290 SUBCHAPTER D WHEN CONFLICTS ARE NOTED WITH LOCAL STANDARDS, THE MORE STRINGENT REQUIREMENT SHALL BE APPLIED. CONSTRUCTION FOR PUBLIC WATER SYSTEMS MUST ALWAYS, AT A MINIMUM, MEET TCEQ'S "RULES AND REGULATIONS FOR PUBLIC WATER SYSTEMS 5 THE CONTRACTOR SHALL DISINFECT THE NEW WATER MAINS IN ACCORDANCE WITH AWWA STANDARD C-651 AND THEN FLUSH AND SAMPLE THE LINES BEFORE BEING PLACED INTO SERVICE. SAMPLES SHALL BE COLLECTED FOR MICROBIOLOGICAL ANALYSIS TO CHECK THE EFFECTIVENESS OF THE DISINFECTION PROCEDURE WHICH SHALL BE REPEATED IF CONTAMINATION PERSISTS. A MINIMUM OF ONE SAMPLE FOR EACH 1,000 FEET OF COMPLETED WATER LINE WILL BE REQUIRED OR AT THE NEXT AVAILABLE SAMPLING POINT BEYOND 1,000 FEET AS DESIGNATED BY THE DESIGN ENGINEER, IN ACCORDANCE WITH 30 TAG §290.44(F)(3) MATERIAL AND WASTE CONTROL NOTES: 1 ALL MATERIAL AND WASTE SOURCES SHALL BE LOCATED A MINIMUM OF FIFTY (50) FEET AWAY FROM INLETS, SWALES, DRAINAGE WAYS, CHANNELS AND WATERS OF THE U S., IF THE SITE CONFIGURATION PROVIDES SUFFICIENT SPACE TO DO SO IN NO CASE SHALL MATERIAL AND WASTE SOURCES BE CLOSER THAN TWENTY (20) FEET FROM INLETS, SWALES, DRAINAGE WAYS, CHANNELS AND WATERS OF THE U.S SANITARY FACILITIES. 1. SANITARY FACILITIES SHALL BE PROVIDED ON THE SITE, AND THEIR LOCATION SHALL BE SHOWN ON THE ISWM CONSTRUCTION PLAN. THE FACILITIES SHALL BE REGULARLY SERVICED AT THE FREQUENCY RECOMMENDED BY THE SUPPLIER FOR THE NUMBER OF PEOPLE USING THE FACILITY TRASH AND DEBRIS: 1. STORE ALL TRASH AND DEBRIS IN COVERED BINS OR OTHER ENCLOSURES. TRASH AND DEBRIS SHALL BE REMOVED FROM THE SITE AT REGULAR INTERVALS. CONTAINERS SHALL NOT BE ALLOWED TO OVERFLOW CHEMICALS AND HAZARDOUS MATERIALS- 1. THE AMOUNT OF CHEMICALS AND HAZARDOUS MATERIALS SHALL BE STORED IN THEIR ORIGINAL, MANUFACTURER'S CONTAINERS INSIDE OF A SHELTER THAT PREVENTS CONTACT WITH RAINFALL AND RUNOFF HAZARDOUS MATERIAL STORAGE SHALL BE IN ACCORDANCE WITH ALL FEDERAL, STATE AND LOCAL LAWS AND REGULATIONS. STORAGE LOCATIONS SHALL HAVE APPROPRIATE PLACARDS AND SECONDARY CONTAINMENT EQUIVALENT TO 110% OF THE LARGES CONTAINER IN STORAGE. IF AN EARTHEN PIT OR BERM IS USED FOR SECONDARY CONTAINMENT, IT SHALL BE LINED WITH PLASTIC. CONTAINERS SHALL BE KEPT CLOSED EXCEPT WHEN MATERIAL ARE ADDED OR REMOVED. MATERIALS SHALL BE DISPENSED USING DRIP PANS OR WITHIN A LINED, BERMED AREA OR USING OTHER SPILL/OVERFLOW PROTECTION MEASURES. FUEL TANKS 1 ON —SITE FULE TANKS SHALL BE BRAIDED WITH A SECONDARY ENCLOSURE EQUIVALENT TO 110% OF THE TANKS VOLUME. IF THE ENCLOSURE IS AN EARTHEN PIT OR BERM, THE AREA SHALL BE LINED WITH PLASTIC, CONCRETE WASH —OUT WATER. 1 A PIT OR BERMED AREA, LINED WITH PLASTIC, OR A EQUIVALENT CONTAINMENT MEASURE SHALL BE PROVIDED FOR CONCRETE WASHOOUT WATER THE CONTAINMENT SHALL BE A MINIMUM OF 6 CF FOR EVERY 10 CY OF CONCRETE PLACED PLUS A ONE (1) FOOT FREEBOARD. THE DISCHARGE OF WASH —OUT WATER TO DRAINAGE WAYS OR STORM DRAIN INFRASTRUCTURE SHALL BE PROHIBITED HYPER —CHLORINATED WATER FROM WATER LINE DISINFECTION 1. HYPER —CHLORINATED WATER SHALL NOT BE DISCHARGED TO THE ENVIRONMENT UNLESS THE CHORINE CONCENTRATION IS REDUCED TO 4 RPM OR LESS BY CHEMICALLY TREATING TO DECHLORINATE OR BY ON —SITE RETENTION UNTIL NATURAL ATTENUATION OCCURS. NATURAL ATTENUATION MAY BE AIDED BY AERATION. WATER WITH MEASURABLE CHLORINE CONCENTRATION OF LESS THAN 4 PPM IS PROHIBITED FROM BEING DISCHARGED DIRECTLY TO SURFACE WATER. IT SHALL BE DISCHARGED ON TOP VEGETATION OR THROUGH A CONVEYANCE SYSTEM FOR FURTHER ATTENUATION OF THE CHLORINE BEFORE IT REACHES SURFACE WATER. ALTERNATIVELY, PERMISSION FROM THE SANITARY SEWER OPERATOR MAY BE OBTAINED TO DISCHARGE DIRECTLY TOT HE SANITARY SEWER. VEHICLE/EQUIPMENT WASH WATER. 1. VEHICLE AND EQUIPMENT WASHING IS PROHIBITED ON THE SITE UNLESS A LINED BASIN IS PROVIDED TO CAPTURE 100% OF THE WASH WATER. THE WASH WATER MAY BE ALLOWED TO EVAPORATE OR HAULED —OFF FOR DISPOSAL. OIL STABILIZERS: 1 LIME OR OTHER CHEMICAL STABILIZERS SHALL BE LIMITED TO THE AMOUNT THAT CAN BE MIXED AND COMPACTED BY THE END OF EACH WORKING DAY. STABILIZERS SHALL BE APPLIED AT RATES THAT RESULT IN NO RUNOFF. STABILIZATION SHALL NOT OCCUR IMMEDIATELY BEFORE AND DURING RAINFALL EVENTS. SOIL STABILIZERS STORED ON —SITE SHALL BE CONSIDERED A HAZARDOUS MATERIAL AND SHALL MEET ALL THE REQUIREMENTS FOR CHEMICALS AND HAZARDOUS MATERIALS. CONCRETE SAW —CUTTING WATER 1 SLURRY FROM CONCRETE CUTTING SHALL BE VACUUMED OR OTHERWISE RECOVERED AND NOT BE ALLOWED TO DISCHARGE FROM THE SITE. IF THE PAVEMENT TO BE CUT IS NEAR A STORM DRAIN INLET, THE INLET SHALL BE PROTECTED BY SANDBAGS OR EQUIVALENT TEMPORARY MEASURES TO PREVENT THE SLURRY FROM ENTERING THE INLET PARKS AND RECREATION DEPARTMENT NOTES PARK & RECREATION DEPARTMENT (PARD) NOTESPERTAINS TO ALL WORK IN AND THROUGH CITY PARKLAND, LAND MANAGED AND MAINTAINED BY PARD INCLUDING RIGHT—OF—WAY, MEDIANS, ROUNDABOUTS, CORNER CUTS, PARKWAYS, AND MAY PERTAIN TO WORK ADJACENT TO CITY PARKLAND CITY PARKS (CONTACT PARK PLANNER 817-392-5764)- 1. ALL PROPOSED UTILITY IMPROVEMENTS OUTSIDE OF A RECORDED EASEMENT(S) AND LOCATED IN AND/OR THROUGH A PARK SHALL REQUIRE PARKLAND CONVERSION IN ACCORDANCE TO STATE OF TEXAS, PARKS AND WILDLIFE CODE CHAPTER 26 2. CONSTRUCTION EQUIPMENT AND/OR STAGING, MATERIALS STORAGE, AND MATERIALS TESTING MAY NOT OCCUR ON CITY PARKLAND WITHOUT PRIOR WRITTEN APPROVAL FROM PARD. 3. PRIOR TO BEGINNING WORK ON PARKLAND, CONTACT PARD AT 817/392-5764, TO SCHEDULE AN ON —SITE MEETING TO LOCATE PARD UTILITIES, TREE PROTECTION, AND PARKLAND FENCING PROVIDE 72—HOURS MINIMUM NOTICE BENCHMARKS 4 INSTALL FENCING AT PARK PROPERTY LINE TO PROTECT PARKLAND FENCING TO REMAIN UNTIL CONSTRUCTION COMPLETED 5 ALL DISTURBANCE TO EXISTING SOIL, VEGETATION, IRRIGATION, OR EQUIPMENT ON O DIVE— MUST BE REPAIRED OR REPLACED TO EXISTING PRE —CONSTRUCTION CONDITIONS OR Tw+01 w ELY AT 9n8 wON«Av seo Euv BETTER AT NO ADDITIONAL COST TO PARD. 6. SOIL SHALL BE FREE OF CONSTRUCTION DEBRIS AND ROCKS GREATER THAN OE III .11PE�L.IPEEGK�REI 1—INCH BACKFILL WITH CLEAN SOIL PRIOR TO SEEDING OR SODDING. (REFER TO DUBLE REc FT OFF FACE 32 91 19, 32 92 13 AND 32 92 14) curse Euv 750 Tee 7. TURF INSTALLATION MUST COMPLY WITH GEN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 32 92 13—SODDING AND/OR 32 92 14—NON—NATIVE o (IF III IE-11 pvAr)111 NRB SEEDING or A iO rr 8. UPON REQUEST, THE CONTRACTOR SHALL PROVIDE TO PARD A COPY OF RECEssEo 1.11 F_ B9e osa CERTIFICATIONS ON SOIL SOD, SEEDING, AND HYDROMULCHING PRIOR TO II II INSTALLATION; ALONG WITH THE DELIVERY TICKET. (REFER TO 32 92 13 AND 32 92 II II 14 9. ALL EROSION CONTROL MATERIALS AND FENCING TO BE REMOVED, INCLUDING SILT FENCE AND TREE PROTECTION, AT COMPLETION OF PROJECT. CITY TREES (CONTACT CITY FORESTER 817-392-5729, 817-392-5739, 817-392-5738): II II 10. PER CHAPTER PARK & RECREATIONFORESTRY SECTION (PARD—FORESTRY) HAS II II R TREES ON CITY —OWNED PROPERTY INCLUDING RIGHT—OF—WAY JURISDICTION OVER II APPROVAL PLANS DOES NOT CONSTITUTE APPROVAL PROCEED WITHTHWORK DATE REVISION II BY UNTIL CORRESPONDING PERMIT HAS BEEN ISSUED. PERMITS FOR REMOVAL, PLANTING OR PRUNING OF CITY —OWNED TREES SHALL BE OBTAINED FROM CITY OF FORT WORTH PARD—FORESTRY PRUNING REQUIRED FOR PRECONSTRUCTION PURPOSES REQUIRES THE UTILIZATION OF AN ISA—CERTIFIED ARBORIST, AS STATED IN THE PERMIT, AT NO GENERAL NOTES 3 EXPENSE TO PARD CONTACT PARD—FORESTRY: WWW FORTWORTHTEXAS.GOV/DEPARTMENTS/PARKS/SERVICES/FORESTRY OR CIMRFFPFRMITB6FORTVKORTHTFXAS C,OV OR 817/392-5729 OR 817/392-5739 11� TP 1C�Y[�i®®1LY a TREE PROTECTION SHALL BE PUT IN PLACE BEFORE GRADING/CONSTRUCTION AVE_ KENWOOD V L'F�lla L9L BEGINS, BE INSPECTED BY CITY FORESTER AND REMAIN UNTIL COMPLETION OF THE PROJECT. ®NGVUE AVE i.4—FOOT TALL, CHAIN LINK FENCING INSTALLED AT THE TREE DRIPLINE WITH BILINGUAL SIGN ON PROTECTIVE FENCING IN ENGLISH AND SPANISH THAT READS, ��������� "KEEP OUT, TREE PROTECTION AREA" ("NO ENTRE, AREA DE PROTECC16N DE ARBOLES") ii NO ENTRY, GRADING, EXCAVATION, PARKING OR STORING OF EQUIPMENT OR CITY OF FORT WORTH SUPPLIES INSIDE THE PROTECTIVE TREE FENCING WITHOUT CITY FORESTER APPROVAL. TARRANT COUNTY, TEXAS m. ALL WORK INSIDE PROTECTIVE TREE FENCING TO BE DONE BY HAND, UNLESS PRIOR APPROVAL GIVEN BY CITY FORESTER. / /� v. ROOTS 2—INCH OR LARGER SHALL NOT BE CUT WITHOUT CITY FORESTER Y1o. LJALJAlrdI h Central Express way PMre 21482828W 21WSure APPROVAL. ROOTS SHALL BE CLEAN CUT WITH A SAW. B88 v.ALL CUTS ON OAK TREES, INCLUDING ROOTS, SHALL BE PAINTED WITH GENERAL M6caa.y, Ta TS 11—F-1- PURPOSE SPRAY PAINT WITHIN 30 MINUTES OF EXPOSURE TO PREVENT OAK WILT LJA PROJECT ID SPREAD pE ° NT540-0002 b.ASSESSMENT OF DAMAGES TO TREES �+ aarc DATE SEPT 2024 i. THE CONTRACTOR WILL CHECK TREES IN THE CONTRACT AREA BEFORE CONTRACT °i DALL45 K. WENDLING DESIGN WA WORK BEGINS, ANY DAMAGE WILL BE NOTED AND REPORTED TO THE CONTRACT ADMINISTRATOR. ia0a so DRAWN LJA 1,. THE CONTRACT ADMINISTRATOR WILL CONDUCT RANDOM CHECKS OF THE TREESxOrCUNL E"0\fN SCALE H.-N/A DURING THE CONTRACT PERIOD. J1a„ "�11 2. 1 VERT N/A li. A CHECK OF ALL TREES MAY BE MADE AT THE END OF THE CONTRACT PERIOD SHEEP CITY FORESTER, CONTRACT ADMINISTRATOR, AND CONTRACTOR WILL ATTEND THE a0 ar INSPECTION. Fj v. DAMAGES SHALL BE DOCUMENTED BY MEMO TO THE CITY FORESTER WITH COPY ISED FOR COZE,,PlTRP�PES OF OF 19 SHEETS ,.CONTRACTOR MAY HAVE THE OPTION OF REPLACEMENT OR PAYMENT FOR SEVERELY DAMAGED TREES AT A LOCATION TO BE DESIGNATED BY PARD. REPLACEMENT SHALL BE MADE ON A CALIPER INCH PER CALIPER INCH BASIS WITH A MINIMUM SIZE OF REPLACEMENT TREE OF 2-INCH IN CALIPER FOR TREES DAMAGED OR REMOVED WHICH ARE LESS THAN 30-INCH DBH AND 2-INCH PER INCH FOR TREES WHICH ARE 30-INCH DBH OR GREATER. THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE PLANTING, WATERING, MULCHING AND MAINTENANCE OF REPLACEMENT TREES FOR A PERIOD OF NOT LESS THAN 2-YEARS ANY TREE THAT DOES NOT SURVIVE THE 2-YEAR ESTABLISHMENT PERIOD SHALL BE COMPENSATED FOR BY THE CONTRACTOR TO TREE FUND AT A RATE OF $200 PER CALIPER INCH Vi SLIGHT DAMAGE SHALL BE DEFINED, IN THE OPINION OF THE CITY FORESTER, AS DAMAGE THAT MAY COMPARTMENTALIZE EXAMPLES INCLUDE BUT ARE NOT LIMITED TO: SCARRING OF THE TRUNK INTO THE CAMBIAL LAYER Y ' TO 2-INCH IN WIDTH, BUT LESS THAN 1 /3 TRUNK CIRCUMFERENCE; OR BREAKING OF LIMBS LESS THAN 2-INCH IN DIAMETER OR LIMBS LESS THAN 1 /3 TRUNK CALIPER, WHICHEVER IS LESS. SLIGHT DAMAGE SHALL ALSO INCLUDE REMOVAL OR LAYING DOWN OF PROTECTIVE TREE FENCING PRIOR TO END OF CONSTRUCTION; STORING EQUIPMENT OR SUPPLIES WITHIN THE CRITICAL ROOT ZONE (CRZ), OR DISPOSING OF PAINT OR CONCRETE WITHIN THE CRZ, BUT NOT CLOSER TO THE TRUNK THAN 50% RADIUS OF THE CRZ. SLIGHT DAMAGE TO TREES SHALL BE ASSESSED AT A RATE OF $100.00 FOR EACH INSTANCE. EACH DAY TREE FENCING IS NOT PROPERLY PLACED, EQUIPMENT OR SUPPLIES ARE STORED WITHIN CRZ, OR FILL IS STORED WITHIN THE CRZ SHALL BE CONSIDERED ONE INSTANCE ,,MODERATE DAMAGE SHALL BE DEFINED, IN THE OPINION OF THE CITY FORESTER, AS DAMAGE THAT CONTRIBUTES TO THE POOR HEALTH AND REDUCED LONGEVITY OF THE TREE EXAMPLES INCLUDE, BUT ARE NOT LIMITED TO SCARRING OF THE TRUNK INTO THE CAMBIAL LAYER GREATER THAN 2-INCH, BUT LESS THAN 1 /3 THE TRUNK CIRCUMFERENCE; OR BREAKING OF LIMBS MORE THAN 2-INCH IN DIAMETER, BUT LESS THAN 1/3 TRUNK CALIPER MODERATE DAMAGE SHALL ALSO INCLUDE COMPACTION OF SOIL; GRADING OR FILLING IN 20% OF THE CRZ ON 1 OF 4 SIDES, BUT OUTSIDE THE 50% RADIUS OF THE CRZ; OR DISPOSING OF PAINT OR CONCRETE WITHIN 50% RADIUS OF THE CRZ. MODERATE DAMAGES SHALL BE CALCULATED AT A RATE OF % THE ASSESSED VALUE OF THE TREE PER EACH INSTANCE OF DAMAGE. vIISEVERE DAMAGE OR REMOVAL OF TREES IS SUBJECT TO PENALTY OF $200 PER DIAMETER INCH OF TREES REMOVED OR DAMAGED FOR TREES LESS THAN 30-INCH DBH OR $400 PER DIAMETER INCH FOR TREES 30-INCH DBH OR GREATER. SEVERE DAMAGE OR REMOVAL SHALL INCLUDE, BUT IS NOT LIMITED TO SCARRING OF THE TRUNK TO THE CAMBIAL LAYER GREATER THAN 1/3 THE TRUNK CIRCUMFERENCE; UPROOTING OR CAUSING A TREE TO LEAN, OR DAMAGE TO A SCAFFOLDING BRANCH OR ANY BRANCH GREATER THAN 1/3 OF TRUNK CALIPER SEVERE DAMAGE SHALL ALSO INCLUDE: COMPACTION OF SOIL, GRADING OR FILLING MORE THAN 20% OF THE CRZ, OR WITHIN 50% RADIUS OF THE CRZ, OR ON MORE THAN ONE OF 4 SIDES CUTTING 1 /3 OF THE BUTTRESS ROOTS WITHIN 3 TIMES THE DISTANCE OF THE DBH OF THE TRUNK, OR CUTTING 4 ROOTS 4-INCH OR GREATER IN DIAMETER WITHIN 4-FEET OF THE TRUNK SHALL ALSO BE CONSIDERED SEVERE DAMAGE. ix BRANCHES SHALL BE MEASURED AT THE POINT OF ATTACHMENT OR AT THE LATERAL TO WHICH THE BRANCH WOULD BE PRUNED BACK TO ACCORDING TO ANSI STANDARDS TREES CALIPER SHALL BE MEASURED ACCORDING TO ACCEPTED INDUSTRY STANDARDS. TREES GREATER THAN 6-INCH IN CALIPER SHALL BE MEASURED USING DIAMETER AT BREAST HEIGHT (DBH) TREES THAT MUST BE REMOVED DUE TO DAMAGE CAUSED BY THE CONTRACTOR SHALL BE REMOVED BY THE FORESTRY SECTION'S TREE REMOVAL CONTRACTOR AT THE CONTRACTOR'S EXPENSE ..All DAMAGES SHALL BE PAID TO THE CITY TREE FUND. FAILURE TO REPLACE OR PAY FOR DAMAGED TREES SHALL RESULT IN A BREACH OF CONTRACT AND THE CONTRACTOR WILL BE AUTOMATICALLY ASSESSED DAMAGES. DAMAGES AS DESCRIBED HEREIN SHALL BE DEDUCED FROM PAYMENTS OTHERWISE DUE THE CONTRACTOR. LANDSCAPING AND IRRIGATION (CONTACT PARK PLANNER 817-392-5479) 11. ALL PLANTING MATERIAL SHALL BE WARRANTED FOR A PERIOD OF TWO YEARS. A MAINTENANCE BOND SHALL BE POSTED FOR ALL LANDSCAPING MATERIALS (HARDSCAPES, IRRIGATION, PLANTINGS). 12 ALL PLANT IDENTIFICATION TAGS MUST REMAIN ON PLANT MATERIALS FOR PARD INSPECTION. CONTACT PARD 72-HOURS IN ADVANCE FOR INSPECTION OF TREE AND LANDSCAPE PLANTINGS. 13. IRRIGATION SYSTEMS MUST COMPLY WITH TEXAS COMMISSION ON ENVIRONMENTAL QUALITY (TCEQ) TITLE 30, TEXAS ADMINISTRATIVE CODE (TAC) CHAPTER 344, RULES FOR LANDSCAPE IRRIGATION AND CITY OF FORT WORTH TEXAS ORDINANCE NUMBER 18444-01-2009. ANY IRRIGATION SYSTEM THAT IS CONNECTED TO A PUBLIC OR PRIVATE POTABLE WATER SUPPLY MUST BE CONNECTED THROUGH AN APPROVED BACKFLOW PREVENTION ASSEMBLY, AND MUST BE TESTED UPON INSTALLATION, OR REPAIR BY A LICENSED BACKFLOW PREVENTION ASSEMBLY TESTER (BEAT) WHO IS REGISTERED WITH THE CITY OF FORT WORTH WATER DEPARTMENT FOR ADDITIONAL INFORMATION REGARDING PERMITTING, CONTACT DEVELOPMENT SERVICES CUSTOMER SERVICES 817-392-2222. ..ONCE IRRIGATION LINES HAVE BEEN INSPECTED, APPROVED AND 'GREEN TAG' HAS BEEN SUPPLIED, TREES AND PLANTING MATERIALS CAN BE INSTALLED. b.IF EXISTING MEDIAN IS ALTERED, CONTACT PARD 72 HOURS IN 1. ALL PROCEDURES AND MATERIALS USED FOR EROSION CONTROL SHALL BE APPROVED ADVANCE FOR INSPECTION OF ALL IRRIGATION LINES, DEPTH, AND BY THE CITY OF FORT WORTH. PRESSURE PRIOR TO BACKFILLING. CONTACT 817-392-5479. RIGHT-OF-WAY INCLUDING PARKWAYS, MEDIANS, CORNER CLIPS, 2. THE LOCATION OF EROSION CONTROL DEVICES AND THE CONTRACTOR RESPONSIBLE ROUNDABOUTS MAINTAINED BY PARD (CONTACT PARK PLANNER FOR INSTALLATION SHALL BE AS SHOWN IN THE PLANS. ADDITIONAL EROSION CONTROL 817-392-5479): DEVICES AND/OR ADJUSTMENT OF LOCATIONS FOR EROSION CONTROL MAY OCCUR IF 14. SOD SHALL BE REPLACED IN ALL AREAS DISTURBED BY IN THE OPINION OF THE CITY INSPECTOR THE MEASURES TAKEN IN ACCORDANCE WITH THIS PLAN ARE INADEQUATE. CONSTRUCTION SOD SHALL MATCH EXISTING GRASSES, PER SECTION 32 92 13. o EXCAVATION CONTRACTOR TO BE RESPONSIBLE FOR INSTALLATION OF SILT 15 SOIL SHALL BE FREE OF CONSTRUCTION DEBRIS AND ROCKS GREATER BARRIERS, CHECK DAMS AND CONSTRUCTION ENTRANCE/EXIT THAN 1-INCH. BACKFILL WITH CLEAN SOIL PRIOR TO SEEDING OR b.UTIUTY CONTRACTOR (WATER, SEWER & STORM DRAIN) TO BE RESPONSIBLE FOR SODDING (REFER TO 32 91 19, 32 92 13 AND 32 92 14) 16. TURF INSTALLATION MUST COMPLY WITH CFW STANDARD CONSTRUCTION INSTALLATION OF STAGE 1 AND STAGE 2 INLET PROTECTION. SPECIFICATION DOCUMENTS 32 92 13-SODDING AND/OR 32 92 c.OWNER TO BE RESPONSIBLE FOR SEEDING, AND FINAL REMOVAL OF EROSION 14-NON-NATIVE SEEDING. CONTROLS 17. UPON REQUEST, THE CONTRACTOR SHALL PROVIDE TO PARD A COPY 3. SILT FENCES SHALL BE MIRAFI 10OX OR APPROVED EQUAL AND INSTALLED PER OF CERTIFICATIONS ON SOIL, SOD, SEEDING, AND HYDROMULCHING MANUFACTURER RECOMMENDATIONS. PRIOR TO INSTALLATION, ALONG WITH THE DELIVERY TICKET. (REFER TO 32 92 13 AND 32 92 14) 18. ALL DISTURBANCE TO EXISTING SOIL, VEGETATION, OR IRRIGATION MUST 4. EACH CONTRACTOR SHALL BE RESPONSIBLE FOR MAINTAINING ALL EROSION CONTROL DEVICES ALREADY IN PLACE. CONTRACTOR SHALL REMOVE AND REPLACE EROSION BE REPAIRED OR REPLACED TO EXISTING PRE -CONSTRUCTION CONTROL AS NEEDED FOR CONSTRUCTION OR ACCESS ALL EROSION CONTROL MUST CONDITIONS OR BETTER AT NO ADDITIONAL COST TO PARD. BE IN PLACE AT THE END OF EACH DAY. 19. CONSTRUCTION EQUIPMENT AND/OR STAGING, MATERIALS STORAGE, AND MATERIALS TESTING MAY NOT OCCUR ON EXISTING MEDIANS 5 ALL PERIMETER PROTECTION SHALL BE INSTALLED PRIOR TO EXTENSIVE ON SITE MAINTAINED BY PARD WITHOUT PRIOR WRITTEN APPROVAL FROM PARD GRADING. 20 PRE-EXISTING MEDIANS/ROWS WITHIN CONSTRUCTION CONFINES SHALL BE MAINTAINED BY CONTRACTOR FOR HIGH GRASS AND WEEDS EVERY14 DAYS UNTIL CONSTRUCTION COMPLETE AND CITY ACCEPTANCE 6 IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO USE WHATEVER MEANS ARE AFTER FINAL. A NECESSARY TO CONTROL AND LIMIT SILT AND SEDIMENT LEAVING THE SITE. 21 NEW MEDIANS/ROWS SHALL BE WATERED, MOWED, AND MAINTAINED BY SPECIFICALLY, THE CONTRACTOR SHALL PROTECT ALL PUBLIC STREETS, ALLEYS, STREAMS, STORM DRAIN SYSTEMS AND INLETS FROM EROSION DEPOSITS CONTRACTOR UNTIL GRASS COVERAGE IS ESTABLISHED PER CFW SEED/SOD SPECIFICATIONS PRIOR TO CITY ACCEPTANCE. 7 ALL EROSION CONTROL DEVICES TO BE INSPECTED, CLEANED AND/OR REPLACED AFTER EACH STORM. PAVING GENERAL CONSTRUCTION NOTES 8 USE OF ON -SITE FUEL STORAGE TANKS IS DISCOURAGED HOWEVER, IF USED, THE PREVENTION OF HAZARDS TO THE GROUND WATER IS THE SOLE RESPONSIBILITY OF BENCHMARKS THE CONTRACTOR UTILIZING SAID STORAGE. SEE N. C.T.C.O.G. CONSTRUCTION BMP - 1. UTILITY DATA IS PROVIDED FOR INFORMATION ONLY. ALTHOUGH THIS DATA IS MANUAL SECTION 4 HAZARDOUS WASTE MANAGEMENT —INTO - ELv AT a»e xIOHxAv 5e0 EU SHOWN AS ACCURATELY AS POSSIBLE, THE CONTRACTOR IS CAUTIONED THAT THE T50 OWNER AND THE ENGINEER NEITHER ASSUMES NOR IMPLIES ANY RESPONSIBILITY FOR THE ACCURACY OF THIS DATA. 9 A CENTRALIZED PIT WASH BASIN SHALL BE CONSTRUCTED ON -SITE FOR THE PURPOSE / OF CONCRETE TRUCK WASHING. SEE N C.T.0 0 G CONSTRUCTION BMP MANUAL SECTION 2 CONTRACTOR WILL BE RESPONSIBLE FOR FIELD VERIFYING THE LOCATION AND 4 CONCRETE WASTE MANAGEMENT CDOUBLEa[c Elty as 750 s DOFF FACE ELEVATION OF EXISTING UTILITIES PRIOR TO HIS OPERATIONS ID SEE UTILITY PLANS FOR LOCATION OF WATER MAINS, SEWER MAINS, AND UTILITY 10 "SEDIMENT BARRIER" INDICATES SILT FENCE OR HAY BALE CHECK DAM (OR A o (J�iNF WrzIONID ��EETAO OD lEl N "I 11R OF I3. NWTNE CROSSINGS. COMBINATION OF THE TWO), AS SELECTED BY THE CONTRACTOR AND APPROVED BY THE CONSULTANT ENGINEER. Aic L o'A ,0 aECEssEo IxLEr F_ sae osa 4 ALL MATERIAL AND CONSTRUCTION SHALL CONFORM TO APPLICABLE "STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT 11 CONTRACTORS SHALL PARK, STORE EQUIPMENT AND MATERIALS, AND SERVICE VEHICLES II II WORTH" AND "STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION - AT THE "PARKING AND STORAGE AREA" THE LOCATION OF SAID AREA IS TO BE II II N.T C.O G." APPROVED BY THE OWNER OR HIS REPRESENTATIVE AND MAY NOT BE ON EXISTING, � II 5 THE PAVING CONTRACTOR SHALL BE REQUIRED TO CONSTRUCT STANDARD CURBS PROPOSED OR FUTURE PARK LAND II AT ALL STREET INTERSECTIONS 12. CONSTRUCTION ENTRANCES ARE TO BE INSTALLED AT ALL POINTS WHERE EQUIPMENT II II 6. ALL BACK FILL SHALL BE COMPACTED TO 957 STANDARD PROCTOR DENSITY ENTERS OR LEAVES THE SITE. THE LOCATION OF SAME IS TO BE APPROVED BY THE II II (+/-4%) OF OPTIMUM MOISTURE CONTENT. DENSITY TEST RESULTS WILL BE OWNER OR HIS REPRESENTATIVE II II REQUIRED AT THE PRE -CONSTRUCTION MEETING FOR ALL FILL AREAS IN EXCESS II OF 20' UNDERNEATH PROPOSED PAVING 13 AREAS WHERE FINAL GRADE HAS BEEN ACHIEVED MUST RECEIVE PERMANENT DATE REVISION II BY 7. STREET CURB RADII AT STREET INTERSECTIONS SHALL BE 15' UNLESS OTHERWISE SEEDING WITHIN 14 DAYS CITY OF FORT WORTH NOTED, ALL PAVING DIMENSIONS ARE TO BACK OF CURB, UNLESS OTHERWISE NOTED 14 EROSION CONTROLS TO REMAIN IN PLACE AND TO BE MAINTAINED UNTIL 70% GRASS GENERAL NOTES A HAS BEEN ESTABLISHED 8. TYPICAL PAVEMENT SECTION IS TO TRANSITION FROM CROWN SECTION TO TRANSVERSE SECTION WITHIN A DISTANCE OF 50' OF WHERE A VALLEY GUTTER 15 EROSION CONTROL MEASURES MAY ONLY BE PLACED IN FRONT OF INLET OR IN CROSSES A STREET INTERSECTION CHANNELS, DRAINAGE WAYS OR BORROW DITCHES AT RISK OF CONTRACTOR. 7pT[� }�7��y TT� q_ KENWOOD V OOD AVE & 9 SEE PAVEMENT CONSTRUCTION DETAILS SHEET FOR PAVEMENT SECTIONS AND CONTRACTOR SHALL REMAIN LIABLE FOR ANY DAMAGE CAUSED BY MEASURES, CONSTRUCTION DETAILS. INCLUDING FLOODING DAMAGE WHICH MAY OCCUR DUE TO BLOCKED DRAINAGE AT THE®y�q�'vg CONCLUSION OF ANY PROJECT, ALL CHANNELS, DRAINAGE WAYS AND BORROW DITCHES � y�? y7 qT? AVE 1QG'Y Q_ E A' E 10 BLUE REFLECTOR TO BE INSTALLED 1.0' OFFSET FROM CENTERLINE OF STREET ON IN THE WORK ZONE SHALL BE DREDGED OF ANY SEDIMENT GENERATED BY THE FIRE HYDRANT SIDE, FOR PURPOSES OF QUICK HYDRANT LOCATION AT NIGHT PROJECT OR DEPOSITED AS A RESULT OF EROSION CONTROL MEASURES. MSAGfTFAE CITY OFFORT WORTH 1. WATER AND SANITARY SEWER LINES ARE SHOWN FOR REFERENCE ONLY REFER TO CIVIL DRAWINGS FOR EXACT LOCATIONS TARRANT COUNTY, TEXAS 2. ALL STORM DRAIN LINES ARE TO BE CLASS III R.C.P. UNLESS OTHERWISE NOTED. 3 ALL CURVED STORM DRAIN IS TO BE CONSTRUCTED WITH RADIUS PIPE OR IS TO LJA RrI kW "A HAVE ALL JOINTS GROUTED AS NECESSARY IT SHALL BE THE CONTRACTORS 21wJS Central Expressway PW, 214 E202M OPTION AS TO WHICH METHOD TO USE. THERE SHALL BE NO SEPARATE PAY. Selh M MCIGnney, Teems T5 FRN-F-13H 4. ALL AREAS DISTURBED BY CHANNEL EXCAVATION SHALL BE REVEGETATED AS SET UA PROJECT ID FORTH IN THE STORM WATER POLLUTION PREVENTION PLAN WHICH WAS PREPARED SPECIFICALLY FOR THIS PROJECT, OR OTHERWISE PROTECTED AGAINST EROSION BY C NT640-0002 THE USE OF RIP RAP, GABIONS, OR GEOTEXTILES .arc �y"PU_ DATE SEPT 2024 5. ALL INLETS DEEPER THAN 5 FEET SHALL INCLUDE MANHOLE STEPS PER CITY OF FORT WORTH DRAWING NO. S-SD2 MANHOLE STEPS SHALL BE CONSTRUCTED PER or DALIAS K. WENDLING DESIGN WA DRAWN WA DRAWING NO S-SD7 ° °'s crvnc C'\2N SCALE HORZ'N/A VERT N/A /'z/Zaya SHE .a .T 6 "D FO�Orrsm0cnory OF OF 19 SHEETS GRADING GENERAL CONSTRUCTION NOTES 1 ALL CONSTRUCTION TO BE IN ACCORDANCE WITH PROVISIONS OUTLINED IN A. DATA SHEET 79G AND SPECIFICATIONS PREPARED B' SOILS ENGINEER, HOWEVER, ANY Cltt OF FORT WORTH STANDARD AND/OR SPECIFICATION SHALL SUPERSEDE THE ABOVE 2. ALL CLAY SOIL USED AS FILL SHOULD BE COMPACTED TO A DRY DENSITY OF AT LEAST 95 AND NOT EXCEEDING 105 PERCENT OF STANDARD PROCTOR DENSITY AT DETERMINED BY ASTM D-698 THE COMPACTED MOISTURE CONTENT OF HE CLAYS DURING PLACEMENT SHOULD BE AT LEAST OPTIMUM AND NOT EXCEEDING FIVE (5) PERCENTAGE POINTS ABOVE OPTIMUM 3 LIMESTONE OR OTHER ROCK—UKE MATERIALS USED AS FILL SHOULD BE COMPACTED TO AT LEAST 95 PERCENT AND NOT EXCEEDING 105 PERCENT OF STANDARD PROCTOR DENSITY AS DETERMINED BY AS TM D-698 THE COMPACTED MOISTURE CONTENT DURING PLACEMENT SHOULD B S WITHIN P OR MINUS THREE (3) PERCENTAGE POINTS OF OPTIMUM MOISTURE CONTENT NO ROCK LARGER THAN SIX INCHES IN ITS GREATEST DIMENSION SHALL BE USED IN FILL WHEN THE FILL IS PLACED UNDER PADS, STREETS OR ANY OTHER AREAS THAT WILL HAVE ANY TYPE OF STRUCTURES 4 COMPACTION SHOULD BE ACCOMPLISHED BY PLACING THE FILL IN SIX INCH THICK LOOSE LIFTS AND COMPACTING EACH LIFT TO AT LEAST THE SPECIFIED MINIMUM DRY DENSITY. PARTICLE SIZES USED IN FULL SHALL BE LESS THAN SIX (6) INCHES DIAMETER 5. FRONT YARDS TO BE 'DISHED OLD' (SEE TYPICAL SECTION ON GRADING PLANS) 6 GRADING CONTRACTOR IS RESPONSIBLE FOR DISPOSAL OFF —SITE OF ALL EXCAVATED AND CLEARED MATERIAL WHICH SOILS LAB DECLARES UNSUITABLE FOR USE ON —SITE. T CONTRACTOR TO SLOPE ADJACENT GROUND AWAY FROM BUILDING HAD TO ACHIEVE POSITIVE SURFACE DRAINAGE, 8 INITIAL SITE GRADING SHALL BE COMPLETED TO A TOLERANCE OF PLUS OR MINUS ONE TENTH OF ONE FOOT IN STREETS AND PLUS OR MINUS THREE TENTHS OF ONE FOOT FOR BUILDING PADS FINAL BUILDING PAID GRADING, TO B F ON COMPLETION O HAVING AND UTILITY FACILUES, SHALL BE PROVIDED TO A TOLERANCE OF PLUS OR MINUS TWO TENTHS OF ONE FOOT AT ALL FOUR CORNERS AND CENTER OF THE PAD, IN ALL EWALEE, AND LOT CORNERS 9 CONTRACTOR SHALL REPLACE ANY EROSION CONTROL MATERIALS AT THE END OF EACH WORK DAY CONSTRUCTION SAID MATERIALS WERE REMOVED DURING THE DAY FOR EASE OF 10. IF ROCK IS ENCOUNTERED IN THE STREET SUBGRADE. THE ROCK SHALL BE EXCAVATED TO A DEPTH OF SIX INCHES, REMOVED FROM THE STREET, AND NON —ROCK MATERIAL SHALL BE REPLACED FOR THE STREET SUBGRADE ROCK IN STREET PARKWAYS SHALL BE REMOVED AND REPLACED WITH SIX INCHES OF TOP SOIL THIS SHALL BE ACCOMPLISHED BY THE EXCAVATION CONTRACTOR, SUBSIDIARY TO THIS CON- 11 NO HART 11 ANY OR CITY PROPERTYEN E.I PARK) INCLUDING FOOTING. NG W— SHALL BE WITHIN CITY RIGHT—OF—WAY, PAVING GENERAL CONSTRUCTION NOTES 1 UTILITY DATA IS PROVIDED FOR INFORMATION O ALTHOUGH THIS DATA IS SHOWN AS ACCURATELY AS POSSIBLE, THE CONTRACTOR IS CAUTIONEDTHAT THE OWNER AND THE ENGINEER NEITHER ASSUMES NOR IMPLIES ANY RESPONSIBILITY FOR THE ACCURACY OF THIS DATA 2 CONTRACT) WILL BE RESPONSIBLE FOR FIELD VERIFYING THE LOCATION AND ELEVATION OF EXISTING OTIUTIES PRIOR TO HIS OPERATIONS, 3. SEE UTILITY PUNS FOR LOCATION OF WATER MAINS, SEWER MAINS, AND UTILITY CROSSINGS 4. ALL MATERIAL AND CONSTRUCTION SHALL CONFORM TO APPLICABLE 'STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION — Cltt OF FORT WORTH" AND "STANDARD SPECIFICATIONS FOR PUBUC WORKS CONSTRUCTION — 5 THE VISHALL BE REQUIRED TO CONSTRUCT STANDARD CURBS AT ALLSTREETN NTERSECBoNS 6 ALL BACKFILL SHALL BE COMPACTED TO 95% STANDARD PROCTOR DENSITY (+/-4R) OF OPTIMUM MOISTURE CONTENT DENSITY TEST RESULTS WILL BE REQUIRED AT THE PRE—CONSTRUCTION MEETING FOR ALL FILL AREAS IN EXCESS OF 20' UNDERNEATH PROPOSED PAVING NT.0 0O" T STREET CURB RADII AT STREET INTERSECTIONS SHALL BE 15UNLESS OTHERWISE NOTED ALL PAVING DIMENSIONS ARE TO BACK OF CURB, UNLESS OTHERWISE NOTED 8. TYPICAL PAVEMENT SECTION IS TO TRANSTION FROM CROWN SECTION TO TRANSVERSE SECTION WITHIN A DISTANCE OF 50' OF WHERE A VALLEY GUTTER CROSSES A STREET INTERSECTION 9 SEE PAVEMENT CONSTRUCTION DETAILS SHEET FOR PAVEMENT SECTIONS AND CONSTRUCTION DETAILS 10. BLUE REFLECTOR TO BE INSTALLED 1 0' OFFSET FROM CENTERLINE OF STREET ON FIRE HYDRANT SIDE, FOR PURPOSES OF QUICK HYDRANT LOCATION AT NIGHT 11 ALL RIGHT OF WAYS, CORNER CLIPS AND TRAFFIC DIVIDERS WILL BE MAINTAINED AND MOWED BY THE CONTRACTOR FOR HIGH GRASS AND WEED EVERY 14 DAYS 12. ANY RIGHT OF WAYS, CORNER CLIPS AND TRAFFIC DMDERS THAT WERE DISTURBED DURING CONSTRUCTION WILL BE PUT BACK IN THEIR ORIGINAL STATE OR BETTER 13 IN THE EVENT GRASS HAS BEEN DISTURBED IN THE RIGHT OF WAYS. CORNER CLIPS OR TRAFFIC DIVIDERS, CONTRACTOR WILL RESTORE GRASS GRASS WILL BE ESTABLISHED AT 100Y BY THE CONTRACTOR 14 FOR RIGHT OF WAYS, CONTRACTOR WILL USE CLEAN TOP SOIL WITH NO ROCKS TO BACKFILL BEFORE DYING OF SOD OR HYDRO SEEDING 15 GRADING TO BE INSPECTED S BY AGENT WALTER NEWMANING OR SOD EROSION & SEDIMENT CONTROL GENERAL CONSTRUCTION NOTES I PROCEDURESALL MATERIALS USED FOR EROSION CONTROL SHALL BE APPROVED BY THE CITY OF FORT WORTH 2, THE LOCATION OF EROSION CONTROL DEVICES AND THE CONTRACTOR RESPONSIBLE FOR INSTALLATION SHALL BE AS SHOWN IN THE PLANS. ADDITIONAL EROSION CONTROL DEVICES AND/OR ADJUSTMENT OF LOCATIONS FOR EROSION CONTROL MAY OCCUR IF IN THE OPINION OF THE CITY INSPECTOR THE MEASURES TAKEN IN ACCORDANCE WITH THIS PUN ARE INADEQUATE (A) EXCAVATION CONTRACTOR TO BE RESPONSIBLE FOR INSTALLATION OF SILT BARRIERS, CHECK DAMS AND CONSTRUCTION ENTRANCE/EXIT. BEG UTILITY CONTRACTOR (WATER, SEWER E, STORM DRAIN) TO BE RESPONSIBLE FOR INSTALLATION OF STAGE 1 AND STAGE 2 INLET PROTECTION (C) OWNER TO BE RESPONSIBLE FOR SEEDING, AND FINAL REMOVAL OF EROSION CONTROLS 3 SILL FENCES SHALL 10OX OR APPROVED EQUAL AND INSTALLED PER MANUFACTURER RECOMMENDATIONS 4. EACH CONTRACTOR SHALL BE RESPONSIBLE FOR MNNTAINING ALL EROSION CONTROL DEVICES ALREADY IN PLACE CONTRACTOR SHALL REMOVE AND REPLACE EROSION CONTROL AS NEEDED FOR CONSTRUCTION OR ACCESS ALL EROSION CONTROL MUST BE IN PLACE AT THE END OF EACH DAY 5. ALL PERIMETER PROTECTION SHALL BE INSTALLED PRIOR TO EXTENSIVE ON SITE GRADING 6 IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO USE W E NECESSARY TO CONTROL AND LIMITSILT AND SEDIMENT LEAVING THE SITE SPECIFICALLY, THE CONTRACTOR SHALL PROTECT ALL PUBLIC STREETS. ALLEYS, STREAMS, STORM DRAIN SYSTEMS AND INLETS FROM EROSION DEPOSITS Z ALL EROSION CONTROL DEVICES TO BE INSPECTED, CLEANED AND/OR REPLACED AFTER EACH STORM 8 USE OF ON —SITE FUEL STORAGE TANKS IS DISCOURAGED HOWEVER, IF USED, THE PREVENTION OF HAZARDS TO THE GROUND WATER IS THE SOLE RESPONSIBILITY OF THE CONTRACTOR UTILIZING SAID STORAGE SEE NCTC OG CONSTRUCTION BMP MANUAL SECTION 4 HAZARDOUS WASTE MANAGEMENT 9 A CENTRALIZED PIT/WASH BASIN SHALL BE CONSTRUCTED ON —SITE FOR ME PURPOSE OF CONCRETE TRUCK WASHING SEE N.C.TCOG CONSTRUCTION BMP MANUAL SECTION 4 CONCRETE WASTE MANAGEMENT 10 "SEDIMENT BARRIER" INDICATES SILT FENCE, AS SELECTED BY THE CONTRACTOR AND APPROVED BY THE CONSULTANT ENGINEER 11 CONTRACTORS SHALL PARK, STORE EQUIPMENT AND MATERALS. AND SERVICE VEHICLES AT THE "PARK NG AND AREA STORAGE AREA" THE LOCATION OF SAID IS TO BE APPROVED BY THE OWNER OR HIS REPRESENTATIVE AND MAY NOT BE ON EXISUNG, PROPOSED OR FUTURE BANK LAND 12 CONSTRUCTION ENTRANCES ARE TO BE INSTALLED AT ALL POINTS WHERE EQUIPMENT ENTERS OR LEAVES THE SITE THE LOCATION OF SAME IS TO BE APPROVED BY THE OWNER DR HIS REPRESENTATIVE 13. AREAS WHERE FINAL GRADE HAS BEEN ACHIEVED MUST RECEIVE PERMANENT SEEDING WITHIN 14 DAYS 14 ERGSICN CONTRULS TO REMAIN IN PLACE AND TO BE MAINTAINED UNTIL TOM GRASS HAS ESTABLISHED 15 EROSION CONTROL MEASURES MAY ONLY BE PLACED IN FRONT OF INLET OR IN CHANNELS, DRAINAGEWAYS OR BORROW DITCHES AT RISK OF CONTRACTOR. CONTRACTOR CHATIL R DAMAGEWHICH MAY OCCUR ADUE TOABLOCKED EDRAINAGE MEASURES, THE CONCLUSIONOFANY ROJECT ALL CHANNELS, DRAINAGEWAYS AND BOR OW DITCHES IN THE WORK IGNE SHALL BE DREDGED OF ANY SEDIMENT GENERATED BY THE PROJECT OR DEPOSITED AS A RESULT OF EROSION CONTROL MEASURES. 15. SANITARY FACILITIES SHALL BE PROVIDED ON SITE AND REGULARLY SERVICED AS RECOMMENDED BY THE SUPPLIER. TRASH AND DEBRIS SHALL BE STORED IN COVERED BINS OR ENCLOSURES. WATER GENERAL CONSTRUCTION NOTES 1 ALL TRENCH BACKFILL SHALL BE PER DETAIL ON WATER DETAIL SHEET UNLESS OTHERWISE NOTED, 2 FIRE HYDRANTS AND VALVES AS SHOWN ON THIS PLAN ARE SYMBOUC ONLY INSTALLATION OF SAME IS TO BE IN ACCORDANCE WITH THE DETAIL AND/OR AT THE STATIONS AS NOTED 3 REMOVE ALL CLEANING WYES ONCE THE POLY PIGS HAVE BEEN RUN AND THE LINES ARE CLEAN 4 PLASTIC METER BOXES ARE REQUIRED FOR 2' AND SMALLER SERVICES SANITARY SEWER GENERAL CONSTRUCTION NOTES 1 ALL TRENCH BACKFILL SHALL BE PER DETAIL ON SEWER DETAIL SHEET UNLESS OTHERWISE NOTED. 2 AT ALL LOCATIONS IN THE PROFILES WHERE SDR-26 PJC PIPE IS SPECIFIED IN WATER LINES, IT IS TO BE fl4CKFILLED WffH CEMENT STPBILIZED SAND AS REQUIRED BY T.N R CC REGULATION 317 13 (a) (3) FOR A DISTANCE OF 10' EITHER SIDE OF THE WATER LINE AT OTHER LOCATIONS WHERE SDR-26 IS SPECIFIED, IT IS TO BE BACK FILLED AS NOTED. 3. TYPICAL LOCATION FOR SANITARY SEWER MAINS IS T 5' SOUTH OR WEST OF CENTER LINE OF STREET UNLESS OTHERWISE SHOWN STORM DRAIN GENERAL CONSTRUCTION NOTES 1 DRAW NGSD:ORNE%ACT LOCATIONSES ARE SHOWN FOR REFERENCE ONLY REFER TO CIVIL 2 ALL STORM DRAIN LINES ARE TO BE CUSS III R C P UNLESS OTHERWISE NOTED 3. ALL CURVED STORM DRAIN IS TO BE CONSTRUCTED WITH RADIUS PIPE OR IS TO HAVE ALL JOINTS GROUTED AS NECESSARY IT SHALL BE THE CONTRACTORS OPTION AS TO WHICH METHOD TO USE. THERE SHALL BE NO SEPARATE PAY 4. ALL AREAS DISTURBED BY CHANNEL EXCAVATION SHALL BE RE —VEGETATED AS SET FORTH IN THE STORM WATER POLLUTION PREVENTION PUN WHICH WAS PREPARED SPECIFICALLY FOR THIS PROJECT, OR OTHERWISE PROTECTED AGAINST EROSION BY THE USE OF RIP RAP, 5, ALL INLETS DEEPER THAN 5 FEET SHALL INCLUDE MANHOLE STEPS PER CITY OF FORT WORTH DRAWING NO E—SD2 MANHOLE STEPS SHALL BE CONSTRUCTED PER DETAIL D414 6 MAINTAIN THE EXISTING STORM DRAINAGE SYSTEM UNTIL THE PROPOSED SYSTEM IS IN SERVICE IN NO CASE SHOULD THE CONTRACTOR LEAVE THE EXISTING STORM DRAIN OUT OF SERVICE WHEREBY RUN—OFF WOULD CAUSE DAMAGE TO ADJACENT PROPERTY T. CONSTRUCT ALL DRAINAGE IMPROVEMENT FROM THE DOWNSTREAM END TO THE UPSTREAM END TO ALLOW CONTINUED STORM DRAINS SERVICE IF THE CONTRACTOR PROPOSED TO CONSTRUCT THE SYSTEM OTHERWISE, THE CONTRACTOR SHALL SUBMIT A SEQUENCING PLAN TO THE CITY FOR APPROVAL 8, TAKE APPROPRIATE MEASURES TO PRESERVE WILDLIFE IN ACCORDANCE WITH APPLICABLE FEDERAL, STATE AND LOCAL GUIDANCE —.— LEGEND EXISTING NATURAL GAS LINE PROPERTY LINE # EXISTING TRAFFIC LIGHT -- --- EXISTING TXDOT ROW 0 EXISTING SIGN POST EXISTING FIRE HYDRANT DX! EXISTING GATE VALVE 0 TRAFFIC SIGNAL BOX PROPOSED WATERLINE PROPOSED FIRE HYDRANT N PROPOSED GATE VALVE �W EXISTING WATER METER ® EXISTING CLEANOUT Q EXISTING TELEPHONE PEDESTAL ® EXISTING MANHOLE —••— EXISTING SANITARY SEWER —w— EXISTING WATERLINE EXISTING STREET LIGHT —OHE — EXISTING OVERHEAD ELECTRIC EXISTING FENCE 0 O EXISTING MAILBOX EXISTING POWER POLE ASPHALT ROADWAY CONCRETE DRIVE GRAVEL DRIVE ® BENCHMARKS DOUBLE RECESSED 10 FT INLET I R OFF FAI �,q )sORM CE ID OF LOOP zo I'M DATE REVISION BY GENERAL CONSTRUCTION NOTES K ENWOOD AVE & LONGVU E AVE WATERLINE CITY OF FORT WORTH TARRANT COUNTY, TEXAS u^� rw 215050uIM1 Ceni21 p..: �� PXX, 2146202B00 s,I 380 MCIOnney, Texas 750T0 E o FIRM -F-13N LJA PROJECT ID P MRGEFU• oRrtr �rY NT540—OD02 DATE SEPT 2024 oT DALIAS K. WENDLING DESIGN LJA DRAWN LJA Fd'sRCsE'\2 SCALE N/ N/A %jiViol1 H'SXLEA oR of USED OOZE'UcnoN OF. VERT SHEET OF 19 SHEETS nulEy j / /I BEGIN PROPOSED 1 THE EXISTENCE AND LOCATION OF ALL UNDERGROUND UTIL6" WATERLINEITIES SHOWN ON THE I — GS WERE OBTAINED FROM AVAILABLE RECORDS AND ARE APPROXIMATE NOT ER THE OWNER, DEVELOPER, OR Ery HE C TRACTOR SHALL L BE RSIBILItt FOR UTILITIES PRIOR TO CONSTRUCTION. THE CONTRACTOR SHPLL BE REQUIRED V TO TARE ANY PRECAUTIONARY MEASURES TO PROTECT ALL LINES SHOWN ANDANY OTHER UNDERGROUND UTILITIES NOT OF RECORD OR NOT SHOWN THE ON THE PLAINS 2 COMRACiOR SHALL VERIFY HORIZONTAL AND VERTICAL LOCATIONS OF ALL EXISTING UTILITIES PRIOR TO CONSTRUCTION, IMMEDIATELY NOTIFY THE ENGINEER' l� EXISTING 8" WATERLINE 0 OF ANY DISCREPANCIES N. X-09118 3 WATER AND SANITARY SEWER MAIN AND LATERAL SEPARATION SHALL BE MAINTAINED IN ACCORDANCE WIN TIED GUIDELINES, 30 TAC §29G 44(E)(1-4) EXISTING 12• a ALL SANTARY SEWER LINES SHALL BE SDR-26 PVC PIPE UNLESS OTHERWISE 4, BE, IN PROPOSED / WATERLINE I / 0 20 40 80 w NOTED. m i Z 5 ALL PROPOSED WATER LINES ARE C900CLASS 200 DR 14 OR 16" C905 DR 18 PVC PIPE UNLESS OTHERWISESE NOTED � EXISTING 12" WATERLINE Q 6, WATERPROOF PLUG SHALL BE INSTALLED IN THE EXPOSED END OF LINE AT THE - X-26265 END of EACH DAY SHEET 11 STA 0+00 TO ENO LLj ] PER CITY OF FORT WORTH SPECIFICATION NO WHITE PIPE IS ALLOWED TO BE w , ♦ Q INSTALLED W I 8. COMRACTOF SHALL USE INTERNALLY RESTRAINED PIPE AT JOINTS WITHIN WESTIAND WESTLAND ADDITIO g I w 20-FEET OF ANY BEND OR VALVE i ADDITION BLOCK 6, LOT ] EXISTING 6' WATERLINE END PROPOSED 9 ONE LANE OF TRAFFlC SHALL REMAIN OPEN DURING CONSTRUCTION RESIDENTS %-24541 WESTLAND ADDITION BLOCK 6, IN WATERLINE ('J BLOCK 6, LOT 4,5 LOT 6 BE PROVIDE W SHALL HAVE ACCESS i0 DRIVEWAYS AT ALL TIMES. OR SHALL ` I O AND BU51 DIE WITH A MINIMUM 24-HR NOTICE PRIOR TO OBSTRUCTION OF THEIR DRIVEWAYS. - J WESTLAND ADD�I ION- WATER STUDY $ W55-2022-2263 10 WATER SERVICE SHALL BE MAINTAINED AT ALL TIMES DURING CONSTRUCTION \ BLOCK 6. LOT 1,2,3 EXISTING 16 WATERLINE � %-09118 I /w wNN 0 / O WESTLAND ADDITION O BLOCK 5. LOT 11,12 STA 0+00 TO 3+00 z w WEST D ADDITION / Y BLOCK 6, L\8,9 BENCHMARKS ]APPROX � ELY AT 9116 HI6HwAY 6BD S- / PROPOSED 12' \ / PROPOSED 500' FIRE x OF�o1RBov(wM RRExJICEROAY)INVIE"END 3 WATERUNE HYDRANT RADIUS DOUBLE RECRI-ED 10 FTINLET, R OFF FACE R. • WESTLAND ADDITION CURB BLOCK 6, LOT 10 \ u w C.' 2 CHnPIN Rp AND WEST SO NCE Rp WESTLAND ADDITION 11 FT NomH of N \ BLOCK 6, LOT 22 R.RECESSED C.R.GNAPNINUET Eliv BO C. of A ° FI WESTLAND ADDITION BLOCK 5, LOT 13 \ 120' DOT R W W� ySiL''ANWESTLAND ADDITION LLJ BLv rD ADDITION LOT 21 BLOCK 6, LOT 11 w \ EXISTING 500' FIRE / HYDRANT RADIUS p VV O WESTLAND AL 3 Q / DATE REVISION BY x GT - " BLOCK 6. LOT A " - - / LLJ \ % OVERALL SITE PLAN a \ WESTLAND ADDITION w-------- / 3 % `o la BLOCK 5, LOT 14 SHEET 10 r - _ PROPOSED 50 '� Y STA 3+00 TO ENO O \ HYDRANT RADIOS FIRE 1rP lc�Y��%®®D AVE WESTL\ BLOCK 5, LOT / / I 1L�1LLaA®T'IN0'VGVUE AVE BLOCK 5. LOT 15 EXISTING 6" SANITARY SEWER � 3 X-06819 WESTLANB�ADDITION f f 6, LOT 14-R WATERLINE WESTLAND ADDITION \ BLOCK 6, LOT 18 Number) of Water Sampling Table WESTLAND ADDInoN� WEST US ADDITION CITY OF FORT WORTH BLOCK s. LOT 16 �._ BLOCK 6, LOT 15 Location of Wafer Samolinh Numberof Samoles TARRANT COUNTY, TEXAS - I i ---- WE- IT— ADDITION 11 1000 LF of Pipe 3 EA BLOCK 6, LOT 17 WESTLAND ADDITION 2 Dead End Main 0 EA Vq in0. LJA j 215D uN Central tl-1w1 P.. 2146-S. e� BLOCKWESTL5. ADDITION BLOCK 6, LOT 16 _^ q BLOCK s. Loin 31 Branched Off The Main (Longer Than 20 LFI 0 EA NOa6o EXISTING 8" WATERLINE NOR IGnney, Texas ]50]0 ERN -F-138fi 8 X-imz5 41 Fire Line 2 EA c LJA PROJECT ID .,�" NT640-0002 51 Hydrant 2 EA `= DATE SEPT 2024 og / 1 2 w w-- Or M w w w w CST • oS MAYWOOD J DALL15 K. WENDLIN_G DESIGN WENDLING Subtotal 7 EA ge E1� \� DRAWN EASLEY " E--EXISTINC6''ERLIUEWAT_ SIF— 1CALE g X-I03" ND PROPOSED Total Sample Tested (2 Consecutive Passingj = 14 EA 5/1x/m2 VERTT N A 'oE 2" WATERLINE SHE THIOORMr— ET a Total Estimated Cost for Water Sampling (530/Each) 5 420.00 T g A.(Minimum4 Water Sample Testingsj V5E coNSRDCTION °F of 19 SHEETS u+ CONNECT TO EXISTING 16" WATERLINE WITH TAPPING 1I SLEEVE PND VPLVE / INSTALL 1-12. 11.25' EXISTING 16• BEND /WATERLINE £ 1-12• CLEANING WYE \ \\\41 ' (POLY PIG ACCESS) N CUT. PLUG, T A EXNISTIND BLOG 6CK T ' / \\ \\O - WATERLINE REMOVE EXISTING / FIRE HYDRAM / £� CUT, PLUG, AND BLOCK \ EXISTING FIRE HYDRANT TO BE 4 EXISTING 6' WATERLINE l (GORY DETAIL D123) REMOVED 0115 / PROPOSED 12" NTAAO+03.33 12 IN WL S LL: GATE VALVE 1-12` tT25' BEND 1 -12' WYE \ G ACCESS) (POLY PIG ACCESS) PROPOSED 12' C900 4 STA 0+00 00 12 IN WL DR14 PVC WATERLINE Q INSTALL 1-16"xt 2x TAPPING SLEEVE & VALVE CONNECT TO EXISTING CONCRETE INSTALL FIRE HYDRANT I 1G- WL (X-09278) (CONNECTION TO BE MADE ASSEMBLY BY CONCRETE CONNECTION MANUFACTURER CONTRACTOR INSET SCALE. 1 = 5'SHALL FIELD VERIFY EXACT LOCATION) ROTATED FOR CLARITY N qo \ mo m �o EXISTI \ U0 / TEST TM'�F WO E%\5(WG GO �R 3 SNOU\.Di l \ SEE61 yNiG P4gOW\E WI' DEt N�WONM 750 e $E ER S x„ 740 og R oa 735 WESTIAND ADDITION 7.n� GENERAL NOTES WESTIAND ADDITION BLOCK 6. LOT 1 BLOCK 6, LOT 22 1 PROPOSED WATER MAINS SHALL HAVE A MINIMUM COVER OF 48-INCHES COVER ABOVE CAUTION�. SEE TMUTCO DETAIL 0 10 20 40 THE TOP OF PIPE, UNLESS SHOWN OTHERWISE ON THE DRAWINGS OR DETAILS 5641 (n EXISTING GAS PIPELINES, PUN 221 FOR TRAFFIC CONTROL L—� STA 2+04 29 12 IN WL 2 VALVES SHALL BE INSTALLED WHERE H DESIGNATED ON THESE PLANS AND SHOP Z CONTRACTOR TO VERIFY INS nLL TLF DRAWINGS PROVIDED TO CITY INSPECTOR AND W LOCATION & CONTACT GAS PROVIDER PRIOR TO 25 1" WATER METER UNE ENGINEER FOR REVIEW PER SECTION 33 12 CONSTRUCTION STA 2+17 89 12 IN WL 20 VAULTS SHALL BE INSTALLED ON ALL W MAINS 16-INCH DIAMETER AND LARGER PER > STA 0+15.77 12 IN WL N GAS METER - SECTIONS 33 12 20, 33 05 16, & 03 30 Q INS'2Lz6" MJ DI TEE w (ATMOS) RECONNECT TO WATER METER (SHORT SIDE) 00 3. CONTRACTOR SHALL PROVIDE A CLEANING CL 1-FIRE Hch YDRANT ASSEMBLY (CoFW DETAIL D120) (FIRE HYDRANT SHALL z rc OPEN CUT & REPAIR 305 F (4R WIDE) ASPHALT ROAD Y (COFW DETAIL D520) I�I rc o. PUN AND DISINFECTION PLAN WATER MAINS PRIOR TO CONSTRUCTION IN ACCORDANCE — SECTION 33 04 40, PART 1 5, BE WITHIN ROW) FURNISH AND INSTALL SWITH UBMITTALS W 4. MA%`MUM JOINT DEFLECTION = 1.0', Z STA0+18.24 12 IN WL o 300 LF OF 12' AWWA GAS MFEq rc w CONTRACTORS SHALL ACHIEVE SPECIFIED J INSTALL. u C-900 DR- 14 PVC PIPE (ATMOS) w 0 DERECTIONS OVER NECESSARY NUMBER OF 1 -12' GATE VALVE & BOX (COFW DET L D126) Q rc JOINTS OF PIPE W 5 MINIMUM RADIUS OF CURVE AND MAXIMUM H- • , • EXISTING 6• DI WATERLINE r X-09118 _ • w 3 M DEFLECTION ANGLE OF PIPE JOINTS WILL BE Q RESTRICTED TO 50% OF MANUFACTURER'S • •• 0' •1 I (TO BE ABANDONED)I •.T ', RECOMMENDATON. AFTER WHICH THE USE OF W HORIZONTAL OR VERTICAL BENDS WILL BE UIRED" NO BENDING OF PIPE IS Q ALLOWED N x. M W 6 DESIGN IS BASED ON DR-IB AND DR -14 PVC PIPE W J 2 y EX! £ \$£ El 12 IN L 0+00 o� ov , r� ✓iTG -w 2 1 1- L 7. ALL WATERLINE PVC PIPE SHOULD BE IN J ACCORDANCE WITH AWWA C900, DR-14 > SPECIFICATION - 33 11 12 PART 2 B Q " EXISTING CAS LINE - XISTING 6" SS (5-0681815 = 8. 56.3 RESTRAINED JOINTS - ALL VERTICAL Z AND HORIZONTAL FITTINGS AND VALVES SHALL Q 746 �65 99 SS U BE DESIGNED WITH RESTRAINED JOINTS IN J ADDITION TO CONCRETE THRUST BLOCKING. ANCHOR TEES OR ANCHOR COUPLINGS q� i0 3x0 3Ho — — /� SHOULD BE USED TO SECURE ALL BRANCH VALVES TO FITTINGS TABLE 5-2 INCLUDES 0 „ - THE MINIMUM LENGTHS OF PIPE TO BE Q {I }I RESTRAINED FOR 8-INCH AND 12-INCH WC Q WATER MAINS. CONTRACTOR SHALL SUBMIT 74A CAIUCIDLLENGTH TINS FOR REQUACCORDANCE IT RESTRAINT Z LENGTHS IN ACCORDANCE WITH THE STA 2+03.85 (24.80' RT) SPECIFICATIONS W Y RECUNNEc.I U-111 METER (LONG SIDE BY BORE) EXISTING 10" PVC SD EXISTING GAS PIPELINE MARKER (ATMOS)DIE BENCHMARKS 0 - ELY AT 9116 HION- 580 SUN WESTUND ADDITION WESTLAND ADDITION X" OCUR.E�LZEEE'.ELNEN END DOUBLE C RBA REO ELEEE 750 766 R OFF FACE BLOCK 5, LOT 12 BLOCK 5, LOT 13 III CIRI IF C.R.CNAM TRD of A 10 R 1+00 2+00 3+00 RECESSED ELEV 6980590 EX iTING GROUP _ \ 300 LF 11' C961 DR11 PVC DATE REVISION BY 750 KENWOOD STA 0+00 - STA 3+00 K ENWOOD AVE & + M JL®LN GVUJL' AVE WATERLINE N 745 W Z CITY OF FORT WORTH J TARRANT COUNTY, TEXAS n Q LJA 2150 uN Central ExpreuwaY PMre 21462028W 8uk 80 MCIGnney, Texas 75070 ERN -F-138fi LJA PROJECT ID 7�µoE P E OF NT840-0002 OF oArtr d 1� DATE SEPT 2024 DALUS K. WENDLING DESIGN WENDLING DRAWN EASLEY Fd'sicsE'\2� r SCALE HORS ' 1" 20' 9�12 2. a VERY 1' = 2' `SF'DOOUIS R oT SHEET Is S g USE 735 corlsmVcnory OF 19 SHEETS WE NO WESTLAND ADDITION WEST ADDITION ADTITIOry BLOCK 6, LOT A WESTMD ADDITION BLOCK 6, LOT 17 z� SL OR 6, LOT 21 BLOCK 6, LOT IB OPEN CUT & REPPIR 294 LF rSEE TM UTCD DETAIL (4 -FT WIDE) ASPHALT ROADWAY / PLAN 221 FOR TRAFFIC CONTROL - REMOVE 0 10 20 40 (COFW DETAIL D520) T117—ALL. STA 4+8459 12 IN WL EXISTING FIRE CAUTION!! HYDRANT FURNISH AND INSTALL 280 F I° WATER METER LINE STA 3+05.89 12 IN WL LF OF 12" AWWA C-900 EXISTING ELECTRIC UTILITIES, STA 5+56.94 12 IN WL '^ INSTALL OR-14 PVC PIPE CONTRACTOR TO VERIFY IPLL 26 LF 1" WATER METER LINE LOCATION & CONTACT 4+9a.97 12 IN WL 1N�12"x6" MJ DI TEE STA 3+a5 81 12 IN WL ELECTRIC PROVIDER PRIOR 1—FlREHYDRANTASSEMBLYTO CONSTRUCTION CONNECT TO WATER (CoFW DETAIL D120)011LFL"WATER METER LINE iETER (SHORT SIDE) (FlRE HYDRANT SHALL N _ + z STA 3+56.92 12 IN WL BE WITHIN ROW) M E-' INS ALL: STA 5+0288 12 IN WL INSTALL 12' / 23 LF 1" WATER METER LINE INSTALL CUT, PLUG, AND BLOCK '^ GATE VALVE CD11 RECONNECT TO WATER Sr EXISTING 6" WATERLINE F z EXISTING 6'I. DI METER (SHORT (COFW DETAIL D123) f rc WATERLINE (%-09118) A m L _� (To BE ABANDONED) o x x x x ISTING 8' WL (X-10725) w 711� r n 5 EXISTING 6- WL (X-10362) INSTALL 12" X 8" 1 1 w o REDUCER V KENWOOD AVE - QEXISTING 6" SS (X-CUM 6" sq (%-068s9) ❑ ' ' — ss io - � OUT x 9.2x— o STA 5+75 12 IN WL GN 3 s EXISTING GAS LINE 111 EXISTING 6 STA 5+59 42 12 IN WL 1N-12"L S' MJ DI TEE PVC SO INSTALL 2-12" GATE VALVE & BOX SS EXISTING 11 EXISTING 10" STA 4+8431 (2451' RT) 1-12" GATE VALVE & BOX I (COFW DETAIL 1126) la F PVC SD NC SD iFECONNECT TO WATER (DOM DETAIL D126) 1-12"W MJ DI REDUCERim METER (LONG SIDE BY BORE) CONNECT TO EXISTING 6" WATERLINE STA 3+56 51 (22 46' RT) � EXISTING CAS:, (-12%S') INSET SCALE: 1" = 5' METER (ATMOS) ECONNECT TO WATER o 1-12"x8" MJ DI REDUCER ROTATED FOR CLARITY METER (LONG SIDE BY BORE) CONNECT TO EXISTING 8" WATERLINE C UTIONI. 10725 STA ll-3+OS 48 (25.42' RT) STA 3+4541 (2495' RT) E%ISTN GAS PIPELINES, 3 i ( ) CONTRACTOR TO VERIFY I.EXISTING 8" METER (LONG SIDE BY BORE) METER N(LONG SIDEI BY BORE) LOCATION & CONTACT GAS _ _ ^ ISOLATION PROVIDER PRIOR TO 1 - - VALVE C NSTRUCTION WESTLAND ADDITION BLOCK 5, LOT WESTING ADDITION N48S54' 13 BLOCK S. LOT 14 WEUI-AND ADDITION WESTWJD ADDITION BLOCK 5, LOT 15 WESTLAND ADDITION BLOCK 5, LOT 17 BLOCK 5, LOT 16 12 IN WL 3-00 4+00 5+00 6+ p 7+00 745 0 e M N IlI Z g J y 740 = 9L e$ 9� 8 735 rvg 4 00 730 � G'NF MO WATER MAINS SHALL HAVE A MINIMUM COVER INCHES COVER RE THE TOP OF PIPE.E, UNLESS SHOWN OTHERWISE ON THE DRAWINGS OR DETAILS. 5641 (n 2 VALVES SHALL BE INSTALLED WHERE H DESIGNATED ON THESE PLANS AND SHOP Z DRAWINGS PROVIDED TO CITYINSPECTOR AND W ENGINEER FOR REVIEW PER SECTION 33 12 ^ 20. VAULTS SHALL BE INSTALLED ON ALL W MAINS 16—INCH DIAMETER AND LARGER PER wr !V SECTIONS 33 12 20, 33 05 16, & 03 30 0 00 p DPIAN TI \ 3 CONTRACTOR SHALL PROVIDE A CLEANING d AND DISINFECTION PLAN WATER MAINS PRIOR TO CONSTRUCTION IN ACCORDANCE WITH SECTION 33 C4 40, PART 1 5, W SUBMITTALS 4 MAXIMUM JOINT DEFLECTION — 1 0', Z CONTRACTORS SHALL ACHIEVE SPECIFIED J DEFLECTIONS OVER NECESSARY NUMBER OF CUT, PLUG. JOINTS OF PIPE W 5 MINIMUM RADIUS OF CURVE AND MAXIMUM H AND BLOCK EXISTING 6" WATERLINE DEFLECTION ANGLE OF PIPE JOINTS WILL BE Q RESTRICTED TO 507 OF MANUFACTURER'S 2i RECOMMENDATION, AFTER WHICH THE USE OF HORIZONTAL OR VERTICAL BENDS WILL BE W INSTALL 12" X 12" TEE REOUIRED. NO BENDING OF PIPE IS i ALLOWED. Q INSTALL 12" 6 DESIGN IS BASED ON DR —IS AND DR-14 PVC W PIPE GATE VALVE INSTALL 12" X 6" REDUCER ALL WATERLINE PVC PIPE SHOULD BE IN ACCORDANCE WITH AwwA C900. DR-14 i SPECIFICATION — 33 11 12 PART 2 B 0 8, 5.63 RESTRAINED JOINTS — ALL VERTICAL Z AND HORIZONTAL FRTINGS AND VALVES SHALL 0 BE DESIGNED WITH RESTRAINED JOINTS IN I ADDITION TO CONCRETE THRUST BLOCKING ANCHOR TEES OR ANCHOR COUPLINGS -'j' SHOULD BE USED TO SECURE ALL BRANCH VALVES TO FITTINGS TABLE 5-2 INCLUDES p I I I I I I�� IMF I I I I N EXIST NO (r PIPEUND h I -� }- IP�o�p - _ - _ - �a� T o_ T zo_ 11' RCP 280 µr 12 C90f OR19 PVC H 055: mF THE MINIMUM LENGTHS OF PIPE TO BE 0 RESTRAINED FOR 8—INCH AND 12—INCH PVC 0 WATER MAINS. CONTRACTOR SHALL SUBMIT CALCULATIONS FOR REQUIRED RESTRAINT Z LENGTHS IN ACCORDANCE WITH THE SPECIFICATIONS LJ Y 20 "IN TRIIHT T"All ON 11 II II II II II II II II II II II DATE REVISION BY 745 KENWOOD STA 3+00 - END K ENW®®D AVE & LONGVU E AVE 74a WATERLINE CITY OF FORT WORTH TARRANT COUNTY, TEXAS LJA srogkwwim bw LIA 21506wM Csnhel Expressway PMre 214620M Sulk M McKinney, Texes —C FRN-F-1366JWA PROJECT ID 73 V, W840-0002 �Y DATE SEPT 2024 oT osrtr PPLUS K WENDLING ESIGN WENDLING DRAWN: EASLEY �FSS O sfwc'�N SCALE HORZ '" = 20' 4 VERT = 2' -E DOCUMENT IS REUEASUD HEET DRAIW IS NOT TO BE 10 730 USED c10,1ET 1 cnoN OF OF 19 SHEETS NOTES: L 1 CONTRACTOR SHALL PROM'` TEM ORARY WATER SERVICE PER SPECIFICATION 3 04 0 THROUGH THE ENTIRE PROJECT. 1 IE%ISTING TOOT ROW I I tO N N I I $ STA 0+00 00 16 IN WL WC NST 116" X 16" MJDI TEE I mm 2 - 16" N AND VAULT ^\ 1 - ifi" X 12 REDUCER CONNECT TO EX 12' Cl WATERLINE CONNECT TO EX 11" OCR WATERLINE 1 SEE CONNECTION DETAIL 33 12 25-D129 ENSURE CONCRETE CONNECTIONS ARE COMPLETED BY MANUFACTURER SPECIALIZED I o IN CONCRETE PRESSURE PIPE WORK. REMOVE EXISTING 1" IISOLATION VALVE 3 (I 16' GATE VALVE AND VAULT IF UNABLE TO INSTALL AT THUS LOCATION, INSTALL BEFORE 12' REDUCER ON CI LINE (NORTH) OR AFTER 45' PIPE DROP ON CONCRETE LINE DOWN CAMP BOWIE (WEST). EXIST 1 �' Cl WE (X-09278) N LTER ATE 16" GATE VALVE AND VAULT — F LOCATION ( 2' FROM TEE) CONTRACTOR TO iIELD ERIFY EXISTING 16" WATERLINE CON FACT SHALL ENSURE WATERLINE 15 0 T OF SERVICE BEFORE INSTALLATION SUR CONCRETE CONNECTIONS ARE COMPL ED MANUFACTURER SPECIALIZED CO CRETE PRESSURE PIPE WORK CAUTION 750 b e 8 $E oa 735 \ EXISTING IRRIGATION ho VALVE CAUTION!! 1 EXISTING ELECTRIC UTILITIE q. 8r CONTRACTOR TO VERIFY LOCATION & CONTACT ry ELECTRIC PROVIDER PRIOR TO CONSTRUCTON 'm 3 y� y 1 so - URNISH AND INSTALL 100F OF 16" AWWA w ; OR (6.33 Fi WIDE) ASPHALT REPAIR 102 SY OF G IDTH) AND BASE REPAIR PER DETAIL 2 ON SHEET 12. (AREA OUTSIDE OF 97 THE STANDARD 5.3 TRENCH = REPAIR FIT D ILL P IL OFR30NIS'H STEEL ENCASEM ENTF S EPIgN �ORyW� FFWSHOULD RS LOCA ON & CONTACT IGIS 1 WWIE AND-PROONSTRUCTION 0 0+00 z. -_l J 15' WATER EXISTING �GFILIN TELEVISION E45EMENT VAULT X ING 8' VALVE 98 ]53 (TO REMAIN) - D INSTALL 10 LF OF �AWWA C151 TILE IRON WATER PIPE EXISTING 1{ /F� L ISOLATION '_ REMOVE 110 LI OF VALVE fir-" EXISTING 1 W(L NIEP -EXISTING 16" 3 (TO BE AND REPLACED) CONCRETE WL rc (X-09278) o WATERLINE SHALL MAIMAIN E SHAD TEMPORARY WATER SERVICE DURING REMOVE AND REPLACE CONSTRUCTION SEE COFMI 04 30 A LING GAS TITAND ADDITION N, ADDITION 1 MANHOLE BLOCK BLOCK 6, LOT ] 16 IN WL 1+00 EXI— G�UND F^ CONNECT TO EXIST 16' WE (X-09118) CONTRACTOR SHALL FIELD VERIFY EXACT LOCATION SEE CITY OF FT WORTH DETAIL 33 12 25-D129 STA 1+01 90 16 IN WL \ INSTALL: 1 - 1fix8 MJDI TEE 1 - 1fi" GATE VALVE AND VAULT CONNECT PROPOSED 16" WATERLINE TO EXISTING 8- WATERLINE (FH LEAD) 2+00 (XI� col CRFTT WATF '11NF t3118f \� E( IN`12- VATERI INE 18 s ...1- 11 LF C" AV A C151 DUCTILE IF DN ® 0.027, E: ISTING 8" ^^IWI TERL11 E IN TIC PR01 OSEd i6" M\TERLI JETS\7NOT-5 PI AN All W z GENERAL NOTES 1 PROPOSED WATER MAINS SHALL HAVE A MINIMUM COVER INCHES COVER ABOVE THE TOP OF PIPE,E, UNLESS SHOWN OTHERWISE ON THE DRAWINGS OR DETAILS. 5.6.4.1 2 VALVES SHALL BE INSTALLED WHERE 0 10 2D 40 DESIGNATED ON THESE PLANS AND SHOP Z DRAWINGS PROVIDED TO CITY INSPECTOR AND LJ ENGINEER FOR RENEW PER SECTION 33 12 20. VAULTS SHALL BE INSTALLED ON ALL MAINS 16-INCH DIAMETER AND LARGER PER - SECTIONS 33 12 20, 33 05 16, & 03 30 O 00. 3 CONTRACTOR SHALL PROVIDE A CLEANING Ch PLAN AND DISINFECTION PLAN WATER MAINS d PRIOR TO CONSTRUCTION IN ACCORDANCE >� " WITH SECTION 33 04 40. PART 1.5. SUBMITTALS LLJ 4 MAXIMUM JOINT DEFLECTION - 1 0', z CONTRACTORS SHALL ACHIEVE SPECIFIED DEFLECTIONS OVER NECESSARY NUMBER OF J JOINT $ OF PIPE 5 MINIMUM RADIUS OF CURVE AND MAXIMUM DEFLECTION ANGLE OF PIPE JOINTS WILL BE Q ( RESTRICTED TO 50R OF MANUFACTURER'S 3 RECOMMENDATION, AFTER WHICH THE USE OF //�•� HORIZONTAL OR VERTICAL BENDS WILL BE LiJ 18 ST!ff�' \ "tl '1'IfYfYFF .. RE ED NO BENDING OF PIPE IS Q ALLOW ALLOWED. 6. DESIGN IS BASED ON DR-15 AND DR-14 PVC PIPE ] ALL WATERLINE PVC PIPE SHOULD BE IN ACCORDANCE WITH — CEGO. DR-14 SPECIFICATION - 33 11 12 PART 2 B 99 8 5,63 RESTRAINED JOINTS - ALL VERTICAL Z AND HORIZONTAL HTTINGS AND VALVES SHALL LONGWE AVE BE DESIGNED WITH RESTRAINED JOINTS IN O J RM2871 (Tx DOT) EXISTING GAS LINE ADDITION TO CONCRETE THRUST BLOCKING ANCHOR TEES OR ANCHOR COUPLINGS SHOULD BE USED TO SECURE ALL BRANCH ]53 VALVES TO FITTINGS. TABLE 5-2 INCLUDES 0 THE MINIMUM LENGTHS OF PIPE TO BE RESTRAINED FOR 8-INCH AND 12-INCH PVC 0 _ _ WATER MAINS CONTRACTOR SHALL SUBMIT O CALCULATIONS FOR REQUIRED RESTRAINT 3 LENGTHS IN ACCORDANCE WITH THE Z SPECIFICATIONS LLJ Y BENCHMARKS SET ELY AT 9716 HIGINAv —INTO55C SUN WESTLAND ADDITION WESTLAND ADDITION BLOCK 6, LOT 9 750.t 80 DOUBLE 10 FT INLET I CURB RECESS ELEV 750 786 R OFF FACE BLOCK 6, LOT 8 "1 IOR OF I BID ID WEST OF LOOP o (J�IMF FVIAY)8O of A 10 R CURB CUR. CUTAKN R. IN THE _C II I 750 DATE REVISION BY LONGVUE STA 0+00 - END KE4 NWOODTT�� AVE& LO N y��7GVUE' AVE 745 WATERLINE CITY OF FORT WORTH TARRANT COUNTY, TEXAS u^LELo L✓A 2150 uN Ce,DD, E, X,, ay PW, 2146202800 Sal 80 MCIGnney, Texas T50T0 FRN-F-138fi LJA PROJECT ID µ P E OF�,C`\ NT840-0002 DATE SEPT 2024 of oRrtr DALL16 K. WENDLING DESIGN WENDLING DRAWN SCENE BY Fd'siC?EN0x2ASCALE HOFZ' 1" 20' 9�I x�i01a VERT 1' = 2' THIS �. SHEET OR OF 11 735 V8E CON — OF 19 SHEETS NOTE I. ADDITIONAL PAVEMENT RESTORATON PER LATEST UTILITY CONSTRUCTION POLICY REQUIREMENTS 2 FLOWABLE FILL IS REQUIRED TO BACKFILL ALL TRENCHES IN DOWNTOWN STREETS AND OPTIONAL IN OTHER AREAS BACKFILL PER SECTION 33 05 10 3 ONLY SINGLE LIFT OF 3" TYPE "B" HMAC REQUIRED FOR RESIDENTIAL STREETS 4 ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH CI! OF FORT WORTH STANDARD SPECIFICATIONS. loww"Em"". e —ll—' 111=11iOVIDE DENS12 1 "AND THICKNES— TESTING PER — — SECTION 32 12III UNDISTURB 15 PART 3 6 — — SUBGRADE III + I -D IN 5 FULL DEPTH HMAC SAW -CUT (IYP.)� =3' IT co,Tc EXISTING TREATED THE SUBGRADE TIF�.. TACK COATTACK COAT IIII +III NOTE TO DESIGNER: IN ACCORDANCE WITH SECTION + III«+'++`95% COMPACTION'+ FINALIBACUFILL PAVEMENT 33 OS 10, ACCEPTABLE COMMONLYKUSEDFUL WWHERE ILL BE 2% TO +57 OF OPTIMUM++, I I III "+'a MOISTURE CONTENT a — - ALL DEPTHS FOR NON -PAVED AN — So, L CONDITIONS ALLOW + III ACCEPTABLE BACKFILL MATERIAL IN a + ,III ACCORDANCE WITH SECTION 33 OS 1O -�+ hill III 6" MIN AND . ll.a .. .,.ilk ' " J-I _ 12' MAX — — INITIAL BACKFILL - - III TRENCH GEOT—I-E FABRIC UTILITY SAND PER III - SECTION 33 05 10 - ; O ) E—IIOND33005 1DR III I\ 5 - 6' MIN AND ', tBEDDING .I 6' IN TRENCH WALL CLEARANCE (TYP ) NO GROUND GROUND WATER WATER PRESENT PRESENT DETAIL 1 12" AND SMALLER WATER PIPE W/ ACCEPTABLE BACKFILL (D101 & D001) AND ASPHALT PAVEMENT TRENCH REPAIR (D520) ASPHALT TO BE PLACED IN TWO LIFTS -EXISTING HMAC PAVEMENT I III III —II /1 PROVIDE DENSITY 12 — AND THICKNESS TESTING PER SECTION 32 12 UNDISTURBED 16 PART 3 6 III (1 SUBGRADE NOTE TO DESIGNER IN FlNPL BACUNDER ACCORDANCE WITH SECTION 95% COMPACTION'*```+III PAVEMENT 33 OS BACKFILL ACCEPTABLE — + +«t2y, TO +5% OF OPTIMUM+`+ COMMONLYUSEDWIIJL BE HERE _vaa«+« MOISTURE CONTENT «+«+— -ALL DEPTHS FOR NON -PAVED AREAS SOIL CONDITIONS ALLOW - III �IyII1�/ ACCEPTABLE ' BACKFILL MATERAL I i IN ACCORDANCE WITH SECTION 33 G5 10 a +1 6" MIN. AND 12' MAX INITIAL BACKFILL III `TRENCH GEOTEXTILE FABRIC ER II II OS ryd` CRUSHED ROCK PER 10 SECTION 33 05 10 III II 12" MIN. AND 18' MAX TRENCH WALL TRENCH DEPTH TRENCH DEPTH LESS THAN OR GREATER THAN 15% EQUAL TO 15•• GROUND WATER AND NO PRESENT, OR BURIED GROUND WATER STEEL PIPE PER PRESENT SECTION 33 11 14 DETAIL 2 16-24" AND SMALLER WATER PIPE W/ ACCEPTABLE BACKFILL (D102 & D001) AND ASPHALT PAVEMENT TRENCH REPAIR (D520) PLAN NEW uxs wR�AMu�sm F - FoR� CI TV OF FORT WORTH, TEXAS STANDARD FIRE HYDRANT (ELL) 33 72 40-D127 ���/Wmsuae 1 _ PLAN V /� x 7i,��IT� po FoR[:ITV OF FORT WORTH, TEXAS RE p1a i STANDARD FIRE HYDRANT (STRAIGHT) 331240-DT20 BENCHMARK Y AT 9]16 HIGHNAY 560 G ELEV NOBLE RECESSED 10 7 NI- 1 7 OFF ME LJIw tzn fisfi GETG GF A IG Fr RECEssLDL II II II II II II II II II II II II II II II II DATE REVISION II BY WATER DETAILS 1 K ENW®®D AVE & LONGVU E AVE WATERLINE CITY OF FORT WORTH TARRANT COUNTY, TEXAS NA ■rook—ka Ina (r✓� 21 -, Cenhel Expressway PW. 214620M Sum M McKinney, Taxes ]BO]0 FRN-F-1395 f WA PROJECT ID IT 40-0002 eN CAT oRnr E SEPT 2024 os PALUS K ENDLI G DESIGN COFW DRAWN: COFW �FSSi ruisE"G�� SCALE HORZ N/A jz�7024 VERT N/A "lull' 11 SHEET 12 111 COHES OF STRUCnon OF 19 SHEETS m [ XIfI 11 � I R. FoRT W� H GATE VALVE .SAG RFV zo,3 BRANCH GATE VALVE CONNECTION Z Rs D TO LARGE WATER MAIN 33 12 20-D125 TWO GTn OF FORT MRTN•TEzwG Revl ,z CONNECTION TO EXISTING WATER MAINS 3312 25-0129 i =07.70V ORT WORT GITV DF FORT WORT", T`_ FORT WORTH c' R T wRT wGRTH,.11 REwsEO Dsa,-zmz EMBEDMENT FOR WATER SERVICES 33 OS 10-D104 �� WATER TRANSMISSION GATE 33 12 20-D12T VALVE 8 VAULT (16" - 36") HORIZONTAL THRUST BLOCKING TABLE ORTWORT I cITVZOTI WORTHreVA ORTWORT OF HRUSHSLO WATER DISTRIBUTION GATE VALVE 8 BOX HORIZONTAL THRUST BLOCKING (12"AND SMALLER) 331220-D72fi 331100-D730 WATER DETAILS 2 K ENWOOD AVE & LONGVU E AVE WATERLINE CITY OF FORT WORTH TARRANT COUNTY, TEXAS LJA Erd*WWIM bm "A 21w Sa Central Expressway PMre 214 620 2M sum M MPSG y, Teems ]SOTO FRN-F-13H P E o LJA PROJECT ID U+ NTB4o-0002 DATE SEPT 2024 G� aarc DALIAS K. WENDLING DESIGN CON '2 DRAWN' CON owl wsE \. SCALE HORSN/A z4 VERT N/A �J. SHEET II TFE III u5E o101 IE ucnoN oT OF. OF 1935HEET5 L DIP FLANGED END PLUG PLAIN END PRESSURE PWG PRESSURE PLUG CITY OF FORT WORTH, TEXAS PVC, DUCTILE IRON, CONCRETE PRESSURE Pwl°s ro Psmmsalxo w,a .LE "X01P5 I I AND BURIED STEEL PIPE PRESSURE PLUGS `02 41 14-DI23 1 ux m a axa � «a..axc zxnu m«unoxs aE nvuxsr oumng e'uix 1�s'uix wwmuM z ux IVERIICAL nE-DOM BLOCKING TABLET El i T IA va TYPICAL PROFILE .. " oM s<°wx ro os ,ox.stia.° sa. ICI TwlcaL sccnoN NN R7'� I CITYOFFORTWORTH, TL. RT WORTH CREN HATTER TEXAS VERTICAL TIE -DOWN BLOCKING 33 11 00-D132 TRENCH WATER STOP 33 OS 10-D006 a3 ll 3 aP«mn- _ --- gymNBE m pIM CITY OF FORT WORTH, TEXAS 1-INCH WATER SERVICE w.«x� su Ducnl T IR WITH AI ( FIR STEEL CASING HAN 4R" W wa «w °wm° ^srPpnNrR�cPlPfn f-.vx..« a°wroana.MA REvlseD_ 11oT-sole BENCHMARKS 33 12 10-D111 IlO a`c �p SE u u u u u u u u u u u u u u u u DATE REVISION II BY '� CGV OF R PIPERITN TEXAS WATER CARRIER PIPE INSTALLATION IN ReNseo ps.lsxpls STEEL CASING 330524-0106 WATER DETAILS 3 KENWOOD AVE & LONGVUE AVE WATERLINE CITY OF FORT WORTH TARRANT COUNTY, TEXAS NA vgkiewlM YLo^ (r✓� 2150—Cmhel&p..W PMre 2146202000 Sum M Mc..n Tewas ]50]0 FRN-11- f WA PROJECT ID NT 40-0002 �� DATE SEPT 2024 oP oNn DPLUS K ENDLING DESIGN COFW �DRAWN: CO SCALE HORZ N/A "�j,i/101a VERT N/A SHEEf Oa THETIE TO RFOSE 0 THIS DFAIIG IS OT TO BE 14 uGEO FOR NE coNSTRucnoNSES OF OF 19 SHEETS TYPICAL SIGNS USED IN TRAFFIC SIGNAL CONSTRUCTION AREAS 3" bb 31' Y: T' ryib °,b R H T R4-7b LETTERS - BLACK 24" X 30" SYMBOL - BLACK BORDER - BLACK yI�I BACKGROUND - WHITE REEL L III L� II III Il I5-D R4-8b IGHT_" Ail 2 LEGEND - BLACK �. BORDER - BLACK V BACKGROUND - ORANGE REEL. TYPE I BARRICADES BARRICADES SHALL NOT BE USED FOR SIGN SUPPORT I 2' MIN, VA 1�2J (OPTIONAL) TYPE I(R) 2' MIN.. VARIABLE� 11 J 2%8 (OPTIONAL) y FOR TYPE 1 AND 2 BARRICADES, BOTH SIDES OF THE RAILS SHALL HAVE REFLECTIVE ORANGE AND REFLECTVE WHITE STRIPING MEETING THE COLOR AND RETRO-REFLECTIWTY REQUIREMENTS OF DMS-8300 OR DMS-8310. 5 OBSERVE ±'D -lily" WARNING 4'D 42" 4" SIGNS 4'e STATE LAW 8•C R20-3 UETTERII - BLAcrc I" X 42- BORDER - BLACK BACKGROUND - WHITE REFL. R 30" t/2 MILE ,::° DISTANCE PLAQUE 30" X 12" ALTERNATE LEGENDS 1 MILES-° z° 1500 FT6"D B"D 1000 FT-C LEF7I6•D 500 FT6•Q CW20-5L 48 ---------I R_1y NAME - 1 ADDRESS n 30" CITY sib" STATE 30 x' CONTRACTORS G20-6 48" X 30" LETTERS - BLACK BORDER - BLACK BACKGROUND - ORANGE OR WHITE REFL -R=l X" 48'� ' END 24 ROAD WORK ec 4X2' G20-2 LEGEND - BLACK 48^ X 24" BORDER - BLACK BACKGROUND - ORANGE REEL. SIGNAL 4'D ------WOKK 2 AHEAD 8" 0 y+ Y CW205G-,D 36' X 36- 3 LEGEND - BLACK CM-6G BORDER -BLACK 30" X 30• BACKGROUND - ORANGE REEL LEGEND - BLACK BORDER - BLACK BACKGROUND - ORANGE REF_ LEGEND - BLACK BORDER - BLACK BACKGROUND - ORANGE REEL. TYPICAL SIGN SUPPORTS FIXED SUPPORTS PORTABLE SUPPORTS 6' TO 12,TNOMINAL W1TH CURB: 4'X4" i 2'MIN, w 6' TO 12' POST WTH CURB. w NOMINAL 2'MIN. 4"Xa^ w POST 6PLAQUE T WOOD POST SIGN SUPPORT: FOR 36' X 36" AND SMALLER WOOD POST SIGN SUPPORT: WARNING SIGNS, AND OTHER SIGNS FOR 48" X 48" WARNING SIGN. HAVING AN AREA NOT EXCEEDING 10 SO FT. SIGNS ERECTED ON FIX SUPPORTS SHALL BE AT A MINIMUM HEIGHT OF ] FEET. EMBEDMENT DEPTH FOR WOOD SIGN SUPPORTS AND POST TYPE BARRICADES SHOULD BE 3 FEET MINIMUM, UNLESS SPECIFIED ELSEWHERE IN THE PLANS. DRIVEABLE SIGN SUPPORTS MAY BE USED AND SHALL BE INSTALLED IN ACCORDANCE WITH THE MANUFACTURERS RECOMMENDATIONS FORTWORTH ROAD UTILITY WORK =______ AHEAD AHgAD [ROAD �SERFACEPAWMENT II �24' MAX. 12' MIN GENEBBL 1. ALL SIGN USAGE AND ERECTION SHALL BE IN STRICT ACCORDANCE WITH THE 'TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES FOR STREETS AND HIGHWAYS' (TMUTCD) LATEST EDITION. 2. THE CONTRACTOR SHALL MAINTAIN EACH SIGN AS DIRECTED BY THE ENGINEER. THE CONTRACTOR SHALL USE THE SIGN DESIGNS SHOWN IN THE "STANDARD HIGHWAY SIGN DESIGNS FOR TEXAS" (SHSD). ALL WORK ZONE SIGNS PROVIDED AND SHOWN IN THE TMUTCD BUT, NOT DETAILED IN THE PLANS MAY BE USED WHEN DIRECTED BY THE ENGINEER 1. REFLECTORIZED SIGNS SHALL BE CONSTRUCTED OF SHEETING MEETING THE COLOR AND RETRO-REFLECTIMTY REQUIREMENTS OF DMS-8300 OR DMS-8310. 2. WHITE SHEETING. MEETING THE REQUIREMENTS OF DMS-83M TYPE C (HIGH SPECIFIC INTENSITY) SHALL BE USED FOR SIGNS WITH WHITE BACKGROUND AND CHANNELIZING DEVCES. 3. ORANGE SHEETING, MEETING THE REQUIREMENTS OF DMS-8300 TYPE E (FLUORESCENT PRISMATIC), SHALL BE USED FOR SIGNS WITH ORANGE BACKGROUNDS. FHPPnRTRNn MO INTING HFIGHT 1. REGARDLESS OF THE TYPE OF SUPPORT USED, OR DURATION OF WORK, REGULATORY SIGNS SHOULD NOT BE ERECTED AT HEIGHTS LESS THAN FEET ABOVE THE PAVEMENT SURFACE THE CONTRACIGN SHALL FURNISH SIGN SUPPORTS LISTED IN THE 'COMPLIANT WORK WOOD SIG! POST SUPPORTS ZONE TRAFFIC CONTROL DEVICE UST (CWZTCD) SHALL BE PAINTED WHITE. 2. SIGNS MAY BE ERECTED ON PORTABLE OR FIXED SUPPORTS FOR USE ON CONSTRUCTION PROJECTS TO WARN OR GUIDE TRAFFIC THROUGH AND/OR AROUND THE ACTUAL CONSTRUCTION AREA. 3. THE CONTRACTOR IS RESPONSIBLE FOR ENSURING THAT ALL SIGN SUPPORTS AND SUBSTRATE MEET CRASHWORTHINESS AND LENGTH OF WORK REQUIREMENTS. 4. PORTABLE - SIGNS ERECTED ON PORTABLE SUPPORTS FOR USE ON CONSTRUCTION PROJECTS NORMALLY MEAN SIGNS WHICH ARE USED DURING THE DAYTIME TO WARN OR GUIDE TRAFFIC THROUGH AND/OR AROUND THE ACTUAL CONSTRUCTION AREA, BUT AT THE END OF THE WORKDAY SUCH SIGNS ARE REMOVED. 5. PDRTABLE SUPPORTS SHALL BE AS SHOWN ON THIS SHEET. SIGNS WITH RDRTABLE SUPPORTS MAY BE USED FOR SHORT TERM, SHORT DURATION AND MOBILE OPERATIONS. THE BOTTOM OF THE SIGN SHALL BE A MINIMUM OF ONE (1) FOOT ABOVE THE PAVEMENT SURFACE. B. FIXED - SIGNS ERECTED ON FIXED SUPPORTS FOR USE ON CONSTRUCTION PROJECTS NORMALLY MEAN SIGNS THAT ARE TO REMAIN IN PLACE FOR TRAFFIC IN ADVANCE OF AND WITHIN THE LIMITS OF THE PROJECT INCLUDING THE CROSSROAD APPROACHES. SIGNS ERECTED ON FIXED SUPPORTS SHOULD BE AT A MINIMUM HEIGHT OF SEVEN (7) FEET. 1. WHERE SIGN SUPPORTS REQUIRE THE USE OF WEIGHTS TO KEEP FROM TURNING OVER, THE USE OF SOME TYPE OF SANDBAG IS RECOMMENDED. THE USE OF PIECES OF ROCK. CONCRETE. IRON. STEEL OR OTHER SOLID ALONG OR UPON THE BASE SUPPORTS OF THE DEVICE AND SHALL NOT BE SUSPENDED ABOVE GROUND LEVEL OR HUNG WITH ROPE. WIRE, CHAINS OR ER RFMnVNG nR tOnVTERS _ 1. WHEN SIGN MESSAGES MAY BE CONFUSING OR NO LONGER APPLY, THE SIGNS AND SUPPORTS SHALL BE REMOVED FROM ROADWAY AND SHOULDER. 0R THE SIGNS SHALL BE COMPLETELY COVERED. TURNING SIGNS MGM MOTORISTS NEW WILL NOT BE ALLOWED. MEN SIGNS ARE COVERED THE MATERIAL USED SHALL BE OPAQUE. SUCH AS HEAVY MIL BLACK PLASTIC. BURLAP SHALL NOT BE USED TO COVER SIGNS. SIGNS SHALL BE REMOVED UPON COMPLETION OF THE WORK. 13ya CITY OF FORT WORTH, TEXAS TRAFFIC CONTROL TYPICAL SIGNS AND BARRICADES REVISED: 08-31-2012 34 71 13-D661 BENCH` ELY AT 9T16 HI Ol 1 590 EIEv .AT 151.1. 2 (RD JIMIN EEWAv)sEORN 1 II II 1 II II 1 II 1 II 1 II TRAFFIC CONTROL DETAILS K E NWOOD AVE & LONGVU E AVE WATERLINE CITY OF FORT WORTH TARRANT COUNTY, TEXAS LJA Erd6 w iLS kW MA 2153S,N, Cenhal Expressway P,2146202M Gu a M MU6nney,Texae 75070 FRN-F-13M o LJA PROJECT ID E ann '/ \\^ t 1� IN 840-0002 GAT E SEPT 2024 DAUAS K ENDLIN_G DESIGN COW s 40511 a DRAWN' COFIV SCALE HORZ' N/A 1a VERT N/A FOR THE PIMOOE OF SHEE 15 USE COI—ZoN of OF 19 SHEETS eaxwrwnrto�umw >nousxx.aE nwmuwrtonT u¢owcmwcraw E° xoxooxxnncwx m�roags 4 t � Y a 4 a y I certify that this plan will be used for the following loretion(s). I rectify that this plan will be used for the following Ioeationlsl. I'm gal TMUI I rectify that this plan will be used for the following luation(s). TOP NARRATNE 1 BEFORE THE COMMENCEMENT OF CONSTRUCTION, INSTALL TOP INCLUDING WORK ZONE SIGNAGE AND CHANNELIZING DEVICES 2 CONSTRUCT WATER IMPROVEMENTS ° CONTRACTOR SHALL OPEN CUT AND REPLACE ANY IMPACTED ROADWAY PORTIONS b CONTRACTOR SHALL MAINTAIN DRIVEWAY ACCESS THROUGHOUT THE DURATION OF THE PROJECT CONSTRUCTION CONTRACTOR SHALL USE THE FOLLOWING UDOT STANDARDS ON T%DOT FACILITIES (LONGVUE AVE & CAMP BOWIE) — TCP(1-1)-18 SHALL BE USED WHEN WORK IS BEING DONE ON THE SHOULDER (SEE TRAFFIC CONTROL DETAILS 4) TCP(2-4)-18 SHALL BE USED WHEN WORK IS BEING DONE WITHIN THE LANE OF TRAFFIC ON LONGVUE AVE OR CAMP BOWIE BLVD (SEE TRAFFIC CONTROL DETAILS 3) IN THE CASE OF LONGVUE AVE. THE SHOULDER HAS 10' OF WIDTH AND CAN BE USED SIMILAR TO A MULTILANE STREET DURING CONSTRUCTION (2-41b). (SEE TRAFFIC CONTROL DETAILS 3) — IN THE CASE OF CAMP BOWIE BLVD AT THE INTERSECTION OF LONGWE AVE, (2—)WILL GOVERN (SEE TRAFFIC CONTI DETAILS 3) d CONTRACTOR SHALL SEE SHEET 'TRAFFIC CONTROL DETAILS 2- FOR ALL OTHER FACILITIES (KENWOOD AVE) CONTRACTOR SHALL LOCATE SIGNS, BARRICADES & CHANNELIZATION DEVICES AS APPROVED BY THE ENGINEER TO MEET FIELD CONDITIONS TO AVOID EITHER BLOCKED DRIVEWAYS OR ACCESS TO PROPERTIES 3 PERFORM FINAL CLEANUP THE EODU0MNG NOTEi AREA—BLE TG A—PICAB on�Vnam�r��C�xl>�m xvxrxx�xwamex pnmaeryurmn meam �m euanaar a wtlA'uMnwc4walu�unenoNsraize ep �eY T. omr,xrm Ex� 9elw�a�b�,mNgm�myw..�.w�.Nmm��y��tFmS,mn P^iBIN/o.:iYfPad6' !WL[uc HsnJ1Y,AaB9 aeaem Z. t=rA+enxgm Has w=mem aclrtmxrex s=rouse spem Nw aurmmreas=lmmnuml - xsexx � r TRAFFIC CONTROL DETAILS 2 KE�7d� W���y®®D AVE & LONGVUE AVE WATERLINE CITY OF FORT WORTH TARRANT COUNTY, TEXAS WINe MA 2150 uN CeH., Enpressway Phore 2140202300 8u4e w MGOnney, Texas 7SIRO FRN-F-13W C ° LJA PROJECT ID '/ \\ NTB40-0002 T.t 1� DATE SEPT 2024 °f omn DAALD S K WENDIU.G DESIGN COFW I DRAWN COFW SCALE HORZ' N/A I VERT N/A SHEET FOR THE PIR—E OF 16 V5E COusmUCTION � OF 19 SHEETS ROAD ..1 x -• WORK AHEAD 4B �OX I4B" F IaEno Sol e t t r ROAD WORN ROAD _ END x .flx (�j /� /� NFT/43 48- x 24- WORK ,, o v V `L1l0 ' o D AHEAD —ROAD WDRK LANE T <e�Oxl4e Oz0-z IF logs- IB"1 24' CW20-SiL Sre note 11 4E. % 48" _— XXX FT T =.%oat. 4) Vp �• R cwt -xar Sha„Dw.leaic 1. • i •1 ♦ • - A— In+enf li re S. note 0)� w� \ Cwt-Xq ,^ 41' 41" o-11—inil or tyre+naQIQ t wn6)9 L XX CW x 21 Do I•� 1 Sh. ynrygn le na—_ •• inq, x eqh— See loot.. 5 6 6) RIGHT y x LANE �+ CLOSED �. Cw20%5gR 8" 0" XXX FT • % 4B • XX x ea nape 4t CI 24 % 24 END x IGH LANE CLOSED ROAD WORK N fy fy 4 ^ ENO o gazo-s48 ado x z1 `u' WORK ROAD WORK YY ii x 4a.. '^ AHEAD - u, u, t— XXX FT Cwt 6-312 ae20%1D a8" x 24" x 30" % 2" o+e SeeaI n 11 TCP (2-4a) TCP f2-4D) RDA WORK AHEAD cw2o-,,DM. ONE LANE CLOSED TWO LANES CLOSED s a'°xo;e ,I LEGEND ® 3 Barr loo. .. ,n .vice. YP EaO Heovy work Moh,c le ® oUIVed Arniaed6oard eM asna a cnn„gpCMS) Sion Traffic Flow a Flag ILO Flagg., Iiue am„a Taw YX 9fne off-It50 �1 f"' ..; T30 e.I a ffe9rOspacel ,ermm a B T.%—t a 30 a I w—' �I J 120^o 435 - 205 225� 245 35' 0 60 265] 295 320 40' ]0' 160' 120' I 90' 240' 155' I 45 450� 495 I 5' 90 320' 195' I I1540 50 500� 550/ 600% 50' 550� 6051 660 1 55' 100' 400' 240' 1 110' S00' 295' I L=WS fi00 fi60 T20 60' 6� TIS ]BO fi5' �7� 120' 600' 350' 1 I30' TOO' 4I0' 1 ]00 �I T)0 1840� TO' 140'00'4T5' 750 825 900 1 IS' 3F convent tonal ROWs Only 150' 900' 540' I 3FM Taper lent tha nave Deen rounded off. = T.—FT) W=width of OffDo—T) S=Posted SpeealMPHt I qt TYPICAL USAGE I MQBTLE RATION s a,N.nM TEA DNARr I =TATTQNARy GENERAL NOTES Flops o sloes where sn a REQUIRED. oftacnetl 2. A control vice it lu a REOU'RED, rim I syn,Dol npy De it" t"e t molnimoroe work, Men pro dt1 3. IT, d loot t- tacer is opHonol. WFen o.etl, ,t Fmrcerhm.W. 4..mofmM faafatg mO smihesion foceM I.A SMUow MMiGIe wit" o TIA4 .Wald De used oMi,me toerfonnonce' exce0t to aewnere ne Dil s, erne l Eno incerfn n snout. De 00 eel min lmun are noos e AT a CW1E-3aP supp lementol it mm woof Io or- o. °f+Me Mrkofl frMrkeraaare con0if im. t"cmir r� ire e iroffic ol am.l iziro —De. -y De 6. naai+mnoltlSh- vMlale. with — Toy D. ao.i— e, m in. Mm laer A, off +ne paved .,:face, M k TCP (2 f 40)a w, rer cece. CW20-5TL Imtoer present DoleroWo to —in in p me ce 3 e,G.}ifWed for Ma SWdcW I. loon closed Hex+ to +W.e — In order 'LEFT LANE CLOSE -ion. f fo w1M inq fro asedIme n r +heerpod tdof the weroi,g facer. TCP (2-4b) arrow the Too- Placed in ine z!ns ee 1t-ya�9u flte area of omfl,ct,nq moon ao.�not ine M+,re work zone. 1°9 's intended for Jr. a Homo ,Terse Oeparlmenf p/TWaasPaTfawaa TRAFFIC CONTROL PLAN LANE CLOSURES ON MULTILANE CONVENTIONAL ROADS TCP(2-4)-18 II II II I REwsIDN II er TRAFFIC CONTROL DETAILS 3 K ENW®®D AVE & LONGVU E AVE WATERLINE CITY OF FORT WORTH TARRANT COUNTY, TEXAS LJA WW1WIL.Mi kW MA 21 BJ Sou. Cot., Expressway EN., Phore 2146202800 NHanney, Texas 75070 FRN-F-13W c 0 LJA PROJECT ID NT840-0002 �� ann l 1� °f DAT E SEPT 2024 DALIAS K WENDLING s CON' \� a� DESIGN DRAWN' SCALE HORZ' N/A 512 .a TSA£�1 VERT N/A FOR THE PIR—E OF NDD"G To SHEE 17 "E CON51RU`NR OF 19 SHEETS W-VI ROAD WORK CW20-ID AHEAD 4B 4B• IFl,g see hot, 1) Cnonnelizing / Is .. -1a 21� J See Rt - o Cna ing aevroesiz y ce i etl if iM1e o ; ironfran tho fie est trove—le0 way. ow TTM1 pno high ShoVe c With I I.. ngY r toeing, " '- - ing gnis. IS— Notes •� ; AA Cho q DI — Is.. cnof z See a 2)A - o ROAD WORK AHEAD CW20-10 sQF Iagl, ee note, 1 M n TCP (1-lO) WORK SPACE NEAR SHOULDER Conventional Roads END RDAD ROAD WORK WORK q20 X AHEAD Ise. note 2I♦ cw2o-ID 4FI X 48" See note p—�[mmd�nlzing b. oevteli (See a 21♦ V l N 0. I W I II;`7 I '"A I :M whpdow VeM1icleri�i. ; M TM nign I en.irr rnig, ing, Ks Is.. ot..M14 . 51 I K I K m I )• I , END -" ROAD WORK AA G20-2 48" X 29" I See note 2] I yW Cnonnelizing / See note 21A ROAD WORK AHEAD cwzoxlD TCP (1 -1b) F48 lags - see note, 1 & ]l WORK SPACE ON SHOULDER Conventional Roads I LEGEND Chonnelizinq I® Type 3 Bprricatle • • Chpnnelizmg Dewice. (See*note pvy Work Ve He nic le Imtenaf°r ITMA) TrieMounted Portable ChangeableFlohhIlArrow Board M Mesapge Sign PCMS)END sign rraffis Flow ROAD WORK i Flpo 0-0 Flogger U20-246II"(See to2lAIaBInOt 4FA.. g,1- m • arL, /� • �/ FTJx t 5�a Forme lace** M1a n% f osq ^ e�9 19 5 0 u ggeat ituo' er Spore see e n " * oir°we�+ar r Ir 1165 n p tl30T.oAr To on of Di,mnpe 30 2 150 �1 180' 60' 120' ED, L _ - _ ! 3�= 60 205///11I225� 245' 35' 10' 160' 120' m vI ! 40 45 450'. 495/ 540' 45' 90' 320' I95' o 50 500// 550 1 600 - 50' 100' 400' 240' Tory 55 55o BIDS 660 — I10' 500' 295' L.WS 6 0' Work volhAr A,'. menor or 1 cessprf M1e rk an...HE, cmov,nallh seneaooe0 f Io c by de�lcea�pitpll limes. Shinow Venicle M and M1igty M1 'ngenfl ping, sci g o SEElights. .... 4 & 51 I I I cnpnne razing Devi coo (See to 21� • 0 600 660 ]20 120 600 350 A • q ! 65 650). 715 ]80' 65' 130' 700' 410' IILLJJII ! 70 700 %%. ]]0 //I 140 ' ]0' 140' 800' 475' Inactiva ! TS ]50'I 825 / 900 I ]5' I50' 900' 540' K wo ck ! 3f Conventional Ropes Only '^ (See Note 3)! {6{E Toper length. hove been rounoed off. ! L=Length of TO— I, T) W-Width of Off —FT) S-Posted SP,,d(MPH) si I TYPICAL "SAGE K 4V „ ! I`{III UUR. UN 5 00I.H.Y( T RN STATIONARY 5 oI 1 MOBILE ipi IONART of GENERAL NOTES ags attd to steno wneIn—anare REQUIRED. ' _ 2. Aacne All traffic on} of devices illustrmea are REQUIRED, except those ownondd withpiMrtri aqut 6e El eny nc Hed Wh n s pled elAww— p , for in int o e , wt• ppprpv by 1 I Engineer, ons o d 3. l7tiV, work vMioles or oihor epuipwent should be parked n— ine r i ghY-of-way line and not poked on the Dave- shoulder. • 4. A SM1adow Vehicle with ° iMA shoo 10 Ee Used anytime it cm be positiorl 30 to 100 feet in ad.. of the ve of c xpo ureswly • .ffectirq Me perfo,wonk. or pool ity of the work. sIfworkewstor. m longer Grosent but road or work oand iti on, repuire the traffic control to remin in pi pod, TY 3 Barricade, or other channeli zing devices K may be sUb,YiRuted for Ind Shadow Vehiole and TMi. d 5. Adoi ti ono Shadow V. is es With TWA. DDy be positions off the paved , surface, next to tr.. mown In brow, to Drotect wider work .Daces. •I I)for snout der work on divided hignways, expressways and freeway,. • _ ]. CW21-5 SHOULDER WORK' ,ig may be u,ed in place of CW20-ID ! 'ROAD WORK AHEAD' signs for shoulder Work on can tionol W r away.. i E Le I i 1 affic I I 7f = Operations ,Texas Department o/Transportation standard TRAFFIC CONTROL PLAN CONVENTIONAL ROAD SHOULDER WORK TCP (1-1G IME1. TCP(1-1)-18 See notes 1 W 71-Jew WORK VEHICLES ON SHOULDER Conventional Roads �21a I BENCHMARKS' OF ROD, IEI OF N RECEss6b _A NO IN , in OF A Ip F) I II II II II I II DATE I REVISION II BY TRAFFIC CONTROL DETAILS 4 K ENW®®D AVE & LONGVU E AVE WATERLINE CITY OF FORT WORTH TARRANT COUNTY, TEXAS 1 € Ina 2150 t treI presswry L✓A PMre 2146202800 Suite 380 McKinney, Tews ]50]0 FRN-F-1388 WA PROJECT ID M840-0002 awrc DATE. SEPT 2024 °F DALUSK WENGLING DESIGN. "so�s��W DRAWN: SCALE HOPE N/A q VERT N/A F�C�lftAR9 SHEET 1AS DRAWHIG IS HOT TO BE 18 Us coNSTRUCWoN OF OF 19 SHEETS V RIGHT SHOUT CW21-5b I I ; I I I ; 1 I I s I 1 ONG111 b STRIPING E ,a O LD 20 40 \\ M L I \ EDGE OF ASPHALT I3 = V Q BENMACHELY Ai 9Tte HIGHWAv 680 O l 25o.tso — _ LONGVUE AVE _ =9Q 30' = — — SPACING — - 20' SPACING = r` RECI- w R OFF FACE r— 140' — — E _ _ _ _ _ -100 URB ELL/ sDs6 • I D, • l0' • 20' SO, • 30' 30' 10' 20 (a�iBF EwA O�TH N W COR 0 I W RO AND WE CE Rp OF EOCP B RICHi FRE n. • EXISTI 16" CONS (X-0911( wrn curze of w[N s[IN Ro e55 fT AomN of N _j R� O _ C N. cD 1 cHPPIN Ro IN lHE cwlER of A is R RECESSED INLR ELEV 696056 _ IF 8—O S S OnE o II II II t II II II II �II II TYPICAL TRAFFIC BARREL GATE RENSION BY 2G' I TRAFFIC CONTROL • 1 PLAN 20' I 1 • K ENWOOD AVE & 30' 1 1 LONGVU E AVE WATERLINE CITY OF FORT WORTH 1 1 TARRANT COUNTY, TEXAS 30' s1 W� 1 � "A 1 2163E m Central Expressway PMre 214620M sum 3w n7Ncnnay, Terea TSOTO FRN-F-13N LJA PROJECT ID So' NT640- p C 0 002 0 tEL `N \ >•y A -Y�= DATE SEPT 2— • 1 RIGHT F oRm DALIR. WENDLING DESIGN \ SHOULDER g�A6 \ CLOSED A6ss',o� '•E�'� SCALE 30' \\ 200 FEET WEST OF THE TAPERW21 BEGINNING RIGHT HORZ' SIGN— g�1z�zO VERT IGHT SHOULDER P�.L SHEEP RSHOULDER CLOSED 200 R • CW21-51, DR Dr 19 I, corrsmOcnory OF OF 19 SHEETS Texas Departm en t of Transportation Specifications for utility I,nstallations Fort Worth District (revised June,12 2024) Specifications for Utility Installations Fort Worth District TxDOT Directory For Utilities 3,4 TxDOT's Mission Statement 4 Safety 5 Protection of Highway Facilities 5 Use of Explosives 5 Protection of Existing Facilities 5 Deviation From Approved Plans 5 Staking of Utility Lines in Advance of Construction 5 Full -Time Supervision and Inspection 5 Notification of Job Start 5 TxDOT Locates 5,6 Stockpiles on TxDOT ROW 6 Coordination of Work With Highway Contractor or State Forces 6 Work Day Restrictions 6 Inclement Weather 6 Pits 6 Bore and Tunneling Operations 7 Markers 7 Above -Ground Appurtenances 7 Back -Fill of Utility Trenches 8 Site Clean -Up 8 Repair and Replacement of Rip -Rap and Earth Slopes 8 Special Precautions For Erosion Control 8 Seeding Specifications 9 Aesthetics 10 Required Pruning Practices 10 Pruning Suggestions 11 Specifications for Utility Installations 2 Fort Worth District TXDOT DIRECTORY FOR UTILITIES FORT WORTH DISTRICT UTILITY OFFICE Anthony Shaw Utility Coordinator -Permits 817-370-6950 Angel Contreras Utility Coordinator -Back Up Permits 682-238-6350 Doug Fain Utility Coordinator Lead 817-370-6542 Ben Trevino Utility Coordinator 817-307-1617 John Castaneda Utility Coordinator 817-240-0545 Gavino ( Nino) Talamantez Utility Coordinator 817-240-9134 Ryan Crimmings Utility Coordinator 682-328-4854 Rex McClain Utility Coordinator Bill McCoy Utility & Row Manager 817-370-6950 (50) JOHNSON COUNTY AREA OFFICE Daniel Poole, P.E. Area Engineer 817-202-2900 Peter Ross, P.E. Assistant Area Engineer 817-202-2939 (51) WISE & JACK COUNTY AREA OFFICES Edrean Cheng, P.E. Area Engineer 940-626-3400 Oscar Chavez, P.E. Asst. Area Engineer 940-626-3400 (52) NORTH TARRANT COUNTY AREA OFFICE (N. OF I1130) Minh Tran, P.E. Area Engineer 817-399-4302 Alfred Luera, P.E. Assistant Area Engineer 817-399-4302 (54) SOUTH TARRANT COUNTY AREA OFFICE (S. OF I1130) Maribel Rangel, P.E. Area Engineer 817-370-6637 Justin Thomey, P.E. Assistant Area Engineer 817-370-6637 (56) ERATH, HOOD & SOMERVELL COUNTY AREA OFFICES Sarah Horner, P.E. Area Engineer 254-459-7029 Noel Spaar, P.E. Assistant Area Engineer. 254-965-7028 (57) PARKER & PALO PINTO COUNTY AREA OFFICES Korey Coburn, P.E. Area Engineer 682-229-2800 Gary Beck, P.E. Assistant Area Engineer. 682-229-2800 Specifications for Utility Installations 3 Fort worth District DRIVEWAYS/STORM DRAINS/TEMPORARY ACCESS/OVERSIZE /OVERWEIGHT PERMITS Matt Evans, P.E. - District Maintenance Director 817-370-6521 Jennifer Giovando - Office Mgr. 817-370-6524 Christine Jones- AAH, Damage Claims, & OS/OW 817-370-3636 Margaret Jasoo - Access/Driveways & Storm Drains 817-370-6527 FORT WORTH DISTRICT MAINTENANCE OFFICES 111MWN COUNTY MAINTENANCE TBA Maintenance Supervisor 817-202-2900 Bryan Anderson Permit Coordiantor CELL 254-229-0186 David Harlin Inspector CELL 817-202-2916 WISE & JACK COUNTY MAINTENANC, Colt Wright Maintenance Supervisor 940-626-3400 Keith Prochnow Utility Permits Inspector (WISE) 817-296-1956 Jana Robinson Utility Permits Inspector (JACK) 940-567-6611 Wesley Harrison Utility Permit Inspector 817-709-6664 LIM" Scottie Blackburn Maintenance Supervisor 817-569-6992 TBA Utility Permits Inspector 817-569-6992 SOUTH TARRANT COUNTY MAINTENA Justin Derden Maintenance Supervisor 817-370-6903 Issac Avla Utility Permits Inspector 817-370-6909 SOM Jason Medders Maintenance Supervisor 254-965-3511 Reid Harris Utility Permits Inspector 254-965-7046 PLRKER & PALO PINTO CO iNTy MAINTENANCE Clinton Hyatt Maintenance Supervisor 682-229-2800 Matthew Kirby Permit Coordinator 940-328-9624 IIIIIINIIII�ITY CO 817-370-3661 TXDOT'S MISSION STATEMENT The mission of the Texas Department of Transportation is to provide safe, effective and efficient movement of people and goods. SAFETY Specifications for Utility Installations 4 Fort worth District Please refer to the Texas Manual on Uniform Traffic Control Devices (TMUTCD) for questions concerning traffic control plans. httD://ftD.dot.state.tx.us/Dub/txdot-info/trf/tmutcd/2011-rev-2/6.Ddf WHILE WORKING ON THE TXDOT RIGHT OF WAY: HARD HATS, CLASS 3 SAFETY VEST AND STEEL TOED BOOTS ARE REQUIRED AT ALL TIMES. A COPY OF THE UTILITY OWNER'S PERMIT MUST BE ON SITE AT ALL TIMES. PROTECTION OF HIGHWAY FACILITIES All construction operations relative to installation of the Utility shall be conducted in such manner as to protect highway facilities from damage at all times. In addition, all work must be done in strict accordance with all applicable regulations of the occupational Safety and Health Administration (OSHA) of the US Department of Labor. USE OF EXPLOSIVES No explosives shall be used within limits of highway right-of-way without written permission. PROTECTION OF EXISTING UTILITIES Prior to beginning actual construction operations the Utility shall notify all other Utility Companies who may have facilities in the area so they can determine if the proposed construction will conflict with or otherwise damage their facilities. REMEMBER: 1-800-DIG-TESS DEVIATION FROM APPROVED PLANS No changes shall be made to the approved location of utilities without prior authorization of TxDOT. The Utility shall make necessary arrangements with other Utility Owners for moving facilities and/or supporting same during trenching operations. Any poles, anchors, etc. relocated to clear the proposed underground utility line shall be moved toward the highway right-of-way line and location shall be subject to TxDOT approval. All utility lines incorrectly installed shall be removed and laid in proper location at the entire expense of the Utility. STAKING OF UTILITY LINES IN ADVANCE OF CONSTRUCTION Utility lines shall be staked well in advance of construction so that TxDOT can inspect staking to verify that the alignment conforms to requirements set out herein and that there is no conflict with highway facilities. FULL TIME SUPERVISION AND INSPECTION The Utility shall provide competent full-time supervisors or inspectors for all utility installations. NO T/F/CA T/ON OF JOB S TA /4 T 48 Hour notification is required to the area office and maintenance personal within the county of the approved permit. see contact info. Please have the following information ready when you call or submit: • APPROVED PERMIT NO. • STATE HIGHWAY NO. • UTILITY COMPANY • UTILITY SUPERVISOR OR INSPECTOR'S NAME and UTILITY MOBILE NO. • GENERAL CONTRACTOR'S NAME • NAME OF FOREMAN and MOBILE PHONE NO. • START DATE TXDOT LOCATES 48 Hour notification is required for TXDOT locates. BE AWARE!! TXDOT has a considerable investment in traffic signals, lighting, and traffic management system. These systems include underground electric and fiber optic lines. If any of the above facilities are within the limits of the utility Droiect. the utility is required to call the phone numbers listed: Signals and lighting: (817) 370-6656 AERIAL CROSSINGS 72 Hour (3 business days) notification is required for aerial crossings. Specifications for Utility Installations 5 Fort Worth District Crossings on controlled access highways and/or high volume roadways can only be performed on Sunday, between the hours of 3 a.m. to 7 a.m. with police assistance and traffic control. Crossings on non -controlled access roadways and/or low volume roadways can be performed anytime during the week, Monday thru Friday, between the hours of 9 a.m. and 4 p.m. with proper traffic control. LANE CLOSURES 72 Hour (3 business days) notification is required for lane closures prior to the alteration of traffic flow. If a lane closure is required due to an unforeseen situation and after a utility permit has been approved, it will be necessary to call the TxDOT Utility Permit Office at 817-240-9134. A traffic control plan must be submitted and approved by TxDOT prior to lane closures. Note: An Engineer's seal may be required for lane closures on controlled access highways and high volume roadways. STOCKPILES ON TXDOT ROW Stockpiling will be allowed with permission from TxDOT. Once, permission has been granted, stockpiling can start forty-eight hours prior to construction. The stockpile shall be placed on the right of way line or as close as possible without obstructing the curb, pavement, or line of site. All materials must be removed from TxDOT right of way completion of the utility project. COORDINATION OF WORK WITH HIGHWAY CONTRACTOR OR STATE FORCES All work related to the installation of utilities shall be conducted in such manner as not to interfere in any way with highway construction or TxDOT maintenance operations. WORK DAY RESTRICTIONS Except, in cases of emergency, no work will be allowed on Saturdays, Sundays, Federal or State Holidays or at night. EXCEPTIONS MAY BE GRANTED BY TXDOT IF the Utility shows that "off day" work is necessary to avoid service interruptions to the public and the Utility agrees to the following conditions: Obtain TxDOT approval at least 48 hours in advance. The Contractor is required to have sufficient personnel and equipment on the job to efficiently execute the work. The utility will have a supervisor or inspector present on the job at all times while the work is in progress. INCLEMENT WEATHER To ensure the safety of the traveling public, as well as the contractor and his crew and TxDOT agents, no work shall be allowed during inclement weather such as, but not limited to rain, fog, snow and sleet effects visibility and/or traction. PITS All pits shall be excavated and closed within 48 hours. If the utility wishes to leave pits open overnight, reflective barricades must be employed. BORE AND TUNNELING OPERATIONS GENERAL REQUIREMENTS Utilities crossing under surfaced roads within the limits of highway right-of-way shall be placed by auger bore or tunnel method, unless otherwise specifically authorized by TxDOT. Specifications for Utility Installations 6 Fort Worth District Bores or tunnels shall be placed at depths below the roadway structure which are sufficient for superimposed live and dead loads and also prevent collapse of supporting soil between hole and roadway. Boring and tunneling operations shall extend outside of the front slope and clear zone of the highway. Bores Where material beneath pavement is sandy or unstable and will be subject to caving, the hole for the casing shall be bored and cased simultaneously and bored material removed through casing. Cutting face of auger or drill shall not project more than six (6) inches ahead of casing and no water shall be used in connection with drilling. Where material beneath pavement is stable and not subject to caving, and allowed by TxDOT, the hole for the casing may be bored first and casing inserted in the hole immediately after completion of boring. If allowed by TxDOT, water may be used in conjunction with boring. Bore Pit Location Pits excavated for boring or tunneling operations shall be located so that any possible sloughing of sides of pit will not endanger shoulders or pavements and so that barricades can be placed as specified in the TMUTCD. Bore pits should be located at least thirty feet from the edge of the nearest through traffic lane and not less than twenty feet from the edge of pavement on ramps. On low traffic roadways and frontage roads, bore pits should not be less than ten feet from the edge of pavement or five feet from face of curb. Tunneling While hole is being tunneled, casing shall normally be jacked into place as operations progress. Working face of excavation shall not precede advancing end of casing by more than two and one half (2112) feet unless otherwise allowed by TxDOT. Grouting All voids around casing shall be pressure grouted. The grout shall consisting of Portland Cement and washed sand and containing not less than two (2) sacks or Portland Cement per cubic yard of grout. Additional cement shall be added if workability and/or stability cannot be obtained. An air -entraining agent may also be added to the grout mixture to facilitate flow if necessary. Grouting shall be done immediately after casing has been installed in hole in order to avoid any shearing of soil and settlement of over burden above casing. Means shall be provided for proving that voids are filled around 24" diameter and larger casings in the event there is some doubt by TxDOT. TxDOT may require the Utility to install removable plugs at intervals inside the casing. No holes shall be drilled in pavement or shoulders for grouting operations. MARKERS The Utility shall place a readily identifiable and suitable marker at each right-of-way line for highway crossings. Utilities that parallel the right of way shall place a marker every 1500 feet, at intersecting streets, and highway drainage culverts. ABOVE -GROUND APPURTENANCES Above -ground appurtenances, such as pedestals, fire hydrants, meters, etc., shall be located at the right-of-way line. BACKFILL OF UTILITY TRENCHES • DESCRIPTION This specification shall govern backfill of trenches, which have been opened for the removal, adjustment, or installation of utility lines within the limits of highway right-of-way. Except when permission is granted, compacted backfill will be used for utility installations. Backfill shall consist of compacted material obtained Specifications for Utility Installations 7 Fort Worth District from suitable soil excavated from the trench, or from sources outside the highway right-of-way. Material shall be free of rock, lumps, or clods that will not break down under compaction. Backfill material shall be placed in the trench in lavers not to exceed 6" in depth and compacted. Water shall be added as required to facilitate compaction. Compaction shall be done with rollers or mechanical tamps. Use of rollers will be allowed only when such use is not believed detrimental to any highway facility. The tvpe of roller used must be acceptable to TxDOT. When rollers are used, mechanical tamps shall be used along the sides of trench to compact any backfill that cannot be reached with rollers. Compacting shall be continued until a backfill densitv is equal to that of the adiacent, undisturbed material. Where trenches lie within the limits of drainage ditches and channels, which are in solid rock, TxDOT may require 1' of concrete backfill, struck off flush with the top of rock. SITE CLEAN UP The Utility is responsible for site clean up at the end of each workday. Roadways adjacent to the utility construction site shall be kept free from debris, construction materials, and mud. At the end of each day, construction equipment and materials shall be moved as far from the roadway as feasible within the safety rules. If mudding of the roadway occurs at any time, the roadway shall be cleaned immediately. When the utility installation is complete, the right-of-way shall be reshaped to its original condition and the area reseeded or re -sodded to reduce erosion. Should settlement or erosion occur within one (1) year of the utility installation, TxDOT may specify prompt replacement at the utility's expense for bringing the construction site to a satisfactory condition. TxDOT will restore sites that are left at an unsatisfactory condition after notification has been sent to the utility. These sites will be restored to original condition. The utility shall fully reimburse all costs incurred by TxDOT for all repairs made by TxDOT. These costs include, but are not limited to matters of traffic safety, right of way contour, restoration and repairs to all highway structures: including, but not limited to roads, driveways, terrain, landscaping, fences, etc. REPAIR AND REPLACEMENT OF RIPRAP AND EARTH SLOPES Any existing riprap cut by trenching operations shall be replaced and surface of new riprap finished to match that of existing riprap. Concrete riprap shall contain not less than three (3) sacks of cement per cubic yard of concrete. Reinforcing steel shall conform to that of existing riprap. SPECIAL PRECAUTIONS FOR EROSION CONTROL Special precautions should be taken during utility installations to avoid disturbing existing drainage courses. In addition, soil erosion should be held to a minimum and sediment from the construction site should be kept away from the roadway and drain inlets. During construction the roadbed and ditches shall be maintained in such condition to insure proper drainage at all times. Ditches and channels shall be maintained to avoid damage to the roadway. To avoid soil erosion, it is advised and encouraged that the Utility Contractor use all applicable means (i.e. silt fences, hay bails, rock filter dams, etc.) to detour soil from eroding into roadway, ditches, and adjacent property. SEEDING SPECIFICATIONS RURAL AREA WARM -SEASON SEEDING RATE In pounds, Pure Live Seed (PLS.) Mixture for Clay or Tight Soils Mixture for Sandy Soils I Specifications for Utility Installations 0 Fort Worth District Dates I Eastern Section Western Section Feb 1 Green Sprangletop 0.6 Green Sprangletop TO Sideoats Grama (El Reno) 1.8 Sideoats Grama (Haskell or El Reno) May 1 Bermudagrass Little Bluestem 8 11.1 Little InBluestem dia gass (Lometa or Cheyenne) K-R Bluestem 0.7 K-R Bluestem Switchgrass 1.2 Switchgrass (Alamo or Blackwell) Total 6.2 Total 6.9 URBAN AREA WARM -SEASON SEEDING RATE In Pounds, Pure Live Seed (PLS) Mixture for Clay or Tight Soils I Dates Eastern Section Western Section Feb 1 Green Sprangletop 0.9 Green Sprangletop TO Bermudagrass 1.2 K-R Bluestem May 1 K-R Bluestem 1.0 Buffalograss Buffalograss 8.0 Total 11.1 Total 13.1 TEMPORARY COOL -SEASON SEEDING RATE In pounds, Pure Live Seed (PLS) Dates All Sections Feb 1 Tall Fescue 4.0 To Western Wheatgrass 5.0 May 1 Wheat (Red, Winter) 30.0 Total All Sections 0.6 Green Sprangleton 1.8 Sideoats Grama (Haskell) 1.1 Bermudagrass 1.5 Little Bluestem 0.7 Sand Dropseed 1.2 Total 5.4 0.7 2.2 0.9 1.4 0.2 Mixture for Sandy Soils All Sections 1.1 Green Sprangletop 1.1 1.3 K-R Bluestem 1.- 10.7 Buffalograss 1.E TEMPORARY COOL -SEASON LEGUME SEEDING RATE In pounds, Pure Live Seed (PLS) Dates All Sections Aug 15 Crimson Clover to Nov 30 Total TEMPORARY WARM -SEASON SEEDING RATE In pounds, Pure Live Seed (PLS) Dates All Sections May 1 Foxtail Millet to Nov 30 Total Note: Names in parenthesis () represent "improved" varieties of the species shown. Total 3.9 39.0 7.0 7.0 30.0 30.0 Specifications for Utility Installations 9 Fort Worth District AESTHETICS To preserve and protect trees, shrubbery, and other aesthetic features on the highway right-of-way, TxDOT may specify the extent and methods of tree removal, tree trimming, or their replacement. TxDOT may also specify the installation methods of the underground or overhead utility in order to protect and preserve trees and other aesthetic features. REQUIRED PRUNING PRACTICES PRIOR TO CUTTING • Locate utility lines with the least possible interference with trees. • Amount of clearance should be determined by the rate of tree growth. • Remove minimum number of branches to provide adequate clearance. • Maintain adequate clearance for lines, NOT EXCESSIVE CLEARANCE. • ALL pruning shall conform to recognized tree surgery practice. • Preserve natural character of tree. WHERE TO CUT In removing a limb, the cut should be made at a fork where the remaining branch will be at least one third the diameter of the one removed. LIMB REMOVAL 1. In removing branches the cut should be made at a fork with the remaining branch at least one-third the diameter of the one removed. 2. Undercut 1/3 of the way through the limb, 8 to 12 inches from the main stem. 3. Remove limb 4 to 6 inches out from the first cut. 4. Remove stub with an even cut so that a trace (called a "collar") still protrudes (about'/2 inch). 5. All cuts two (2) inches or over shall be painted with an approved tree dressing or paint. * See pg 11. DISPOSAL OF CUTTINGS All pruned wood and brush must be removed from the right of way and disposed of in accordance with the laws and regulations of the community, county, and state. Disease branches (especially those infected with oak wilt) must be properly disposed of to prevent the further spread of the disease. Specifications for Utility Installations 10 Fort Worth District Y PRUNING SUGGESTIONS 0— 1- 311 DESIRABLE TREE MODIFIG I NS PRESERVING SYMPAIETIR UNDESIRABLE TREE MODIFICA71ONS Such irOO-line relationships as illustrated perpsiuctes high mainienance casls and right-of-way unsightliness. DESIRABLE DESIRABLE DESIRABLE UNIDFSI RABLE DESIRABLE H NOE SI RA SLE UN DESIRABLE DESIRABLE R.ernavv Ilrnb 4 ,ram isi tut. al, Un4e out �imb 8 -12' from main Vtm. nA Remove stub Finished cut with an ever, wihh no trace flu6b cut. of slab. r. PROPER LMS REMOVAL (Z'dia. or rno-e) Specifications for Utility Installations I I Fort Worth District 1- 311 DESIRABLE TREE MODIFIG I NS PRESERVING SYMPAIETIR UNDESIRABLE TREE MODIFICA71ONS Such irOO-line relationships as illustrated perpsiuctes high mainienance casls and right-of-way unsightliness. DESIRABLE DESIRABLE DESIRABLE UNIDFSI RABLE DESIRABLE H NOE SI RA SLE UN DESIRABLE DESIRABLE R.ernavv Ilrnb 4 ,ram isi tut. al, Un4e out �imb 8 -12' from main Vtm. nA Remove stub Finished cut with an ever, wihh no trace flu6b cut. of slab. r. PROPER LMS REMOVAL (Z'dia. or rno-e) Specifications for Utility Installations I I Fort Worth District GR-01 60 00 Product Requirements Page 1 of 1 GR-01 60 00 PRODUCT REQUIREMENTS Water Improvements — Kenwood Avenue & Longvue Avenue CPN:105264 FORT WORTH. Approval Spec No. Classsification CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Manufacturer Water & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16) Model No. National Spec Updated: 11-6-24 Size 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. 2504G 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/FiberLlass 33-39-13 (1/8/13) 1/26/99 33 39 13 Fiberglass Manhole Fluid Containment, Inc. I 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 I Western Iron Works, Bass & Hays Foundry f 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-R817S 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 30" ERGO XL Assembly 10/14/13 33 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable) East Jordan Iron Works with Cam Lock/MPIC/T-Gasket ASSHTO M105 & ASTM A536 30" Dia 06/01/17 3405 13 30" Dia. MH Ring and Cover (Lockable) Cl SIP Industries 2280 (32") ASTM A 48 30" Dia. 12/05/23 3405 13 30" Dia. MH Ring and Cover (Hinged & Lockable) Cl SIP Industries 4267WT - Hinged (32") ASTM A 48 30" Dia. CAP-ONE-30-FTW, Composite, w/ Lock 09/16/19 33 05 13 30" Dia. MH Ring and Cover Composite Access Products, L.P. w/o Hing 30" Dia. 10/07/21 3405 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 4811,6011 Manhole, 32" Opening and Flat top, (No 09/03/24 33 39 10 Manhole, Precast Concrete Oldcastle Precast Inc. Transition Cones) ASTM C 478 48" to 84" I.D. 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 Geneva Pipe and Precast (Predl Systems) 48" & 60" I.D. Manhole w/32" Cone 48" & 60" Non Traffic Areas ASTM C-478; ASTM C-923; 03/07/23 33 39 20 Manhole, Precast Concrete AmeriTex Pipe and Products, LLC 48" & 60" I.D. Manhole w/32" Cone 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 For use when Std. MH cannot be 12/29/23 33 39 20 Wastewater Access Chamber Quickstream Solutions, Inc. Type 8 Maintenace Shaft (Poopit) installed due to depth Water & Sewer - Manholes & Bases/Rehab Svstems/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 F1exKrete Technologies Vinyl Polyester Repair Product Misc. Use * From Original Standard Products List 1 FORT WORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 Approval Spec No. I Classsification I Manufacturer Model No. National Spec Size Water & Sewer - Manholes & Bases/Rehab Svstems/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) 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 33 05 16, 33 39 10, RR&C Dampproofing Non-Fibered Spray For Exterior Coating of Concrete 03/19/18 33 39 20 Coating for Corrosion protection(Exterior) Sherwin Williams Grade (Asphatic Emulsion) Structures Only Water & Sewer - Manhole Inserts - Field Operations Use Onlv (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 Casino 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 Casing 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 09/03/24 33 05 13 Casing Spacers Raci (Completely HDPE) Per Manufacturers Requirements (Sewer 8" - 12" (Sewer Only) Applications Only) 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/Evoxv 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 i«o. #95 ra,...hol #99 Pip ASTM C 76 * E1-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. Inc. ASTM C 76 Sewer - Pipe Enlarcment Svstem (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 Sewer - Pipe/Fiberclass 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 ASTM D3262, ASTM D3681, 03/07/23 33 31 13 Fiberglass Pipe (FRP) Future Pipe Industries Fiberstrong FRP ASTM D4161, AWWA M45 ASTM D3262, ASTM D3517, 09/03/24 33 31 13 Fiberglass Pipe (FRP) Superlit Boru Sanayi A.S. Superlit FRP ASTM 3754, AWWA C950 * From Original Standard Products List 2 FORT WORTH. Approval Spec No. I Classsification Sewer - Pipe/Polymer Pipe 4/14/05 Polymer Modified Concrete Pipe 06/09/10 E1-9 Reinforced Polymer Concrete Pipe Sewer - Pipes/HDPE 33-31-23(1/8/13) * High -density polyethylene pipe * High -density polyethylene pipe * High -density polyethylene pipe High -density polyethylene pipe Sewer - Pipes/PVC (Pressure Sewer) 33-11-12 (4/1/13) 12/02/11 33-11-12 DR-14 PVC Pressure Pipe 10/22/14 33-11-12 DR-14 PVC Pressure Pipe Sewer - Pipes/PVC* 33-31-20 (7/1/13) * 33-31-20 PVC Sewer Pipe 12/23/97* 33-31-20 PVC Sewer Pipe * 33-31-20 PVC Sewer Pipe 12/05/23 33-31-20 PVC Sewer Pipe 12/05/23 33-31-20 PVC Sewer Pipe * 33-31-20 PVC Sewer Pipe 05/06/05 33-31-20 PVC Solid Wall Pipe 04/27/06 33-31-20 PVC Sewer Fittings * 33-31-20 PVC Sewer Fittings 3/19/2018 33 31 20 PVC Sewer Pipe 3/19/2018 33 31 20 PVC Sewer Pipe 3/29/2019 33 31 20 Gasketed Fittings (PVC) 10/21/2020 33 31 20 PVC Sewer Pipe 10/22/2020 33 31 20 PVC Sewer Pipe 10/21/2020 33 3120 PVC Sewer Pipe CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 Manufacturer Model No. National Spec Size Amitech USA Meyer Polycrete Pipe ASTM C33, A276, F477 8" to 102", Class V US Composite Pipe Reinforced Polymer Concrete Pipe ASTM C-76 Phillips Driscopipe, Inc. Opticore Ductile Polyethylene Pipe ASTM D 1248 8" Plexco Inc. ASTM D 1248 8" Polly Pipe, Inc. ASTM D 1248 8" CSR Hydro Conduit/Pipeline Systems McConnell Pipe Enlargement ASTM D 1248 Pipelife Jetstream PVC Pressure Pipe AWWA C900 4" thru 12" Royal Building Products Royal Seal PVC Pressure Pipe AWWA C900 4" thru 12" J-M Manufacturing Co., Inc. QM Eagle) SDR-26 (PSI 15) ASTM D 3034 4" - 15" Diamond Plastics Corporation SDR-26 (PSI 15) ASTM D 3034 4" thru 15" Lamson Vylon Pipe SDR-26 (PSI 15) ASTM D 3034 4" thru 15" Vinyltech PVC Pipe SDR-26 (PSI 15) ASTM D3034 4" thru 15" Vinyltech PVC Pipe Gravity Sewer PS 115 ASTM F 679 18" J-M Manufacturing Co, Inc. (JM Eagle) PS 115 ASTM F 679 18" - 28" Diamond Plastics Corporation PS 115 ASTM F-679 18" to 48" Harco SDR-26 (PS 115) Gasket Fittings ASTM D-3034, D-1784, etc 4" - 15" Plastic Trends, Inc.(Westlake) Gasketed PVC Sewer Main Fittings ASTM D 3034 Pipelife Jet Stream SDR 26 (PS 115) ASTM F679 1811- 24" Pipelife Jet Stream SDR 26 ASTM D3034 4"- 15" GPK Products, Inc. SDR 26 ASTM D3034 4"- 15" NAPCO(Westlake) SDR 26 ASTM D3034 4" - 15" Sanderson Pipe Corp. SDR 26 ASTM D3034 4"- 15" NAPCO(Westlake) SDR 26 PS 115 ASTM F-679 1811- 36" * From Original Standard Products List 3 FORT WORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 Approval Spec No. I Classsification Manufacturer Model No. National Spec Size Water - Appurtenances 33-12-10 (07/01/13) 09/03/24 33-12-10 Double Strap Saddle Ford Meter Box Co., Inc. 202B V-2" SVC, up to 16" Pipe 01/18/18 33-12-10 Double Strap Saddle Romac 202NS Nylon Coated AWWA C800 V-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, Inc]. 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 & 61OMT 3/4" and 1" 10/27/87 Curb Stops -Ball Meter Valves McDonald 4603B, 4604B, 6100M, 610OTM and 6101M 1'/2" and 2" FB600-7NL, FB1600-7-NL, FV23-777-W-NL, 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. L22-77NL AWWA C800 2" FB600-6-NL, FB1600-6-NL, FV23-666-W- 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. NL, L22-66NL AWWA C800 1-1/2" FB600-4-NL, FBI600-4-NL, B I 1-444-WR- 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. NL, B22444-WR-NL, L28-44NL AWWA C800 I" B-25000N, B-24277N-3, B-20200N-3, H- AWWA C800, ANSF 61, 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15000N, , H-1552N, H142276N ANSI/NSF 372 2" B-25000N, B-20200N-3, B-24277N-3,H- AWWA C800, ANSF 61, 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15000N, H-14276N, H-15525N ANSI/NSF 372 1-1/2" B-25000N, B-20200N-3,H-15000N, H- AWWA C800, ANSF 61, 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15530N 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-IEPAF FTW Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW39C-12-IEPAF FTW 08/30/06 Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW65C-14-IEPAF FTW Class "A" Concrete Meter Box Bass & Hays CM1337-1312 1118 LID-9 Concrete Meter Box Bass & Hays CMB-I8-Dual 1416 LID-9 Concrete Meter Box Bass & Hays CM1365-1365 1527 LID-9 Water - Bolts, Nuts, and Gaskets 33-11-05 (01/08/13) None Water - Combination Air Release 33-31-70 (01/08/13) * EI-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. 1/211, 1" & 2" * E1-11 Combination Air Release Valve Valve and Primer Corp. APCO #143C, #145C and #147C 111, 2" & 3" Water - Dry Barrel Fire Hvdrants 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 Shop Drawings No. 6461 10/14/87 E-1-12 Dry Barrel Fire Hydrant Mueller Company A-423 Centurion AWWA C-502 Shop Drawing FH-12 01/15/88 E1-12 Dry Barrel Fire Hydrant Mueller Company A-423 Super Centurion 200 AWWA C-502 10/09/87 E-1-12 Dry Barrel Fire Hydrant U.S. Pipe & Foundry Shop Drawing No. 960250 AWWA C-502 09/16/87 E-1-12 Dry Barrel Fire Hydrant American Flow Control (AFC) Waterous Pacer W1367 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 FORT WORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Approval Spec No. �Classsification I Manufacturer I Model No. Water - Pipes/PVC (Pressure Water) 33-31-70 (01/08/13) 12/05/23 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR14 12/05/23 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR18 09/03/24 33-11-12 PVC Pressure Pipe Northern Pipe Products DR14 09/03/24 33-11-12 PVC Pressure Pipe Northern Pipe Products DR18 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR14 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR18 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 14 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 18 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 14 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 18 9/6/2019 33 11 12 PVC Pressure Pipe Underground Solutions Inc. DR14 Fusible PVC 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR18 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR14 9/6/2019 33 11 12 PVC Pressure Pipe Sanderson Pipe Corp. DR14 Water - Pives/Valves & Fittines/Ductile Iron Fittincs 33-11-11 (01/08/13) 07/23/92 E1-07 Ductile Iron Fittings Star Pipe Products, Inc. * E1-07 Ductile Iron Fittings Griffin Pipe Products, Co. * E1-07 Ductile Iron Fittings McWane/Tyler Pipe/ Union Utilities Division 08/11/98 E1-07 Ductile Iron Fittings Sigma, Co. 02/26/14 E1-07 MJ Fittings Accucast 05/14/98 E1-07 Ductile Iron Joint Restraints Ford Meter Box Co./Uni-Flange 05/14/98 E1-24 PVC Joint Restraints Ford Meter Box Co./Uni-Flange 11/09/04 E1-07 Ductile Iron Joint Restraints One Bolt, Inc. 02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint Restraint EBAA Iron, Inc. 02/29/12 33-11-11 PVC Pipe Mechanical Joint Restraint EBAA Iron, Inc. 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. 03/06/19 33-11-11 Mechanical Joint Retainer Glands(PVC) Sigma, Co. 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. 08/10/98 E1-07 MJ Fittings(DIP) Sigma, Co. 10/12/10 E1-24 Interior Restrained Joint System S & B Techncial Products 08/16/06 E1-07 Mechanical Joint Fittings SIP Industries(Serampore) 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) Mechanical Joint Fittings Mechanical Joint Fittings Mechanical Joint Fittings, SSB Class 350 Mechanical Joint Fittings, SSB Class 351 Class 350 C-153 MJ Fittings Uni-Flange Series 1400 Uni-Flange Series 1500 Circle -Lock One Bolt Restrained Joint Fitting Megalug Series 1100 (for DI Pipe) Megalug Series 2000 (for PVC Pipe) Sigma One-Lok SLC4 - SLC10 Sigma One-Lok SLCS4 - SLCS12 Sigma One-Lok SLCE Sigma One-Lok SLDE Bulldog System ( Diamond Lok 21 & JM Mechanical Joint Fittings PVC Stargrip Series 4000 DIP Stargrip Series 3000 EZ Grip Joint Restraint (EZD) Black For DIP EZ Grip Joint Restraint (EZD) Red for C900 DR14 PVC Pipe EZ Grip Joint Restraint (EZD) Red for C900 DR18 PVC Pipe National Spec AWWA C900, AWWA C605, ASTM D1784 AWWA C900, AWWA C605, ASTM D1784 AWWA C900, AWWA C605, ASTM D1784 AWWA C900, AWWA C605, ASTM D1784 AWWA C900 AWWA C900 AWWA C900 AWWA C900 AWWA C900-16 UL 1285 ANSI/NSF 61 FM 1612 AWWA C900-16 UL 1285 ANSI/NSF 61 FM 1612 AWWA C900 AWWA C900 AWWA C900 AWWA C900 AWWA C153 & C110 AWWA C 110 AWWA C 153, C 110, C III AWWA C 153, C 110, C 112 AWWA C153 AWWA Clll/C153 AWWA C111/C153 AWWA C111/Cll6/C153 AWWA C111/Cll6/C153 AWWA C111/C116/C153 AWWA C111/C153 AWWA C111/C153 AWWA Clll/C153 AWWA C153 ASTM F-1624 AWWA C153 ASTM A536 AWWA C111 ASTM A536 AWWA C111 ASTM A536 AWWA C111 ASTM A536 AWWA CI I I ASTM A536 AWWA CI I I Updated: 11-6-24 Size 4"-1 6" 16"-18" 4"-1 6" 16"-18" 4"-12" 16"-24" 4"-12" 1 6"-24" 4"-28" 16"-24" 4" - 8" 16" - 24" 4"- 12" 4'1- 12'1 4"-12" 4" to 36" 4" to 24" 4" to 12" 4" to 42" 4" to 24" 4" to 10" 4" to 12" 12" to 24" 4" - 24" 4" to 12" 4" to 24" 3"-48" 4"-12" 16"-24" * From Original Standard Products List 5 FORT WORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Approval Spec No. I Classsification I Manufacturer Water - Pives/Valves & Fittincs/Resilient Seated Gate Valve* 33-12-20 (05/13/15) Resilient Wedged Gate Valve w/no Gears American Flow Control 12/13/02 Resilient Wedge Gate Valve American Flow Control 08/31/99 Resilient Wedge Gate Valve American Flow Control 05/18/99 Resilient Wedge Gate Valve American Flow Control 10/24/00 E1-26 Resilient Wedge Gate Valve American Flow Control 08/05/04 Resilient Wedge Gate Valve American Flow Control 05/23/91 E1-26 Resilient Wedge Gate Valve American AVK Company 01/24/02 E1-26 Resilient Wedge Gate Valve American AVK Company * E1-26 Resilient Seated Gate Valve Kennedy * E1-26 Resilient Seated Gate Valve M&H * E1-26 Resilient Seated Gate Valve Mueller Co. 11/08/99 Resilient Wedge Gate Valve Mueller Co. 01/23/03 Resilient Wedge Gate Valve Mueller Co. 05/13/05 Resilient Wedge Gate Valve Mueller Co. 01/31/06 Resilient Wedge Gate Valve Mueller Co. 01/28/88 E1-26 Resilient Wedge Gate Valve Clow Valve Co. 10/04/94 Resilient Wedge Gate Valve Clow Valve Co. 11/08/99 E1-26 Resilient Wedge Gate Valve Clow Valve Co. 11/29/04 Resilient Wedge Gate Valve Clow Valve Co. 11/30/12 Resilient Wedge Gate Valve Clow Valve Co. 05/08/91 E1-26 Resilient Seated Gate Valve Stockham Valves & Fittings * E1-26 Resilient Seated Gate Valve U.S. Pipe and Foundry Co. 10/26/16 33-12-20 Resilient Seated Gate Valve EJ (East Jordan Iron Works) 08/24/18 Matco Gate Valve Matco-Norca Water - Pives/Valves & Fittincs/Rubber Seated Butterflv Valve 33-12-21 (07/10/14) * E1-30 Rubber Seated Butterfly Valve Henry Pratt Co. * E1-30 Rubber Seated Butterfly Valve Mueller Co. 1/11/99 E1-30 Rubber Seated Butterfly Valve Dezurik Valves Co. 06/12/03 E1-30 Valmatic American Butterfly Valve Valmatic Valve and Manufacturing Corp 04/06/07 E1-30 Rubber Seated Butterfly Valve M&H Valve 03/19/18 33 1221 Rubber Seated Butterfly Valve G. A. Industries (Golden Anderson) 09/03/24 33 1221 Rubber Seated Butterfly Valve American AVK Company Water - Polvethvlene Encasement 33-11-10 (01/08/13) 05/12/05 E1-13 Polyethylene Encasment 05/12/05 E1-13 Polyethylene Encasment 05/12/05 E1-13 Polyethylene Encasment 09/06/19 33-11-11 Polyethylene Encasment Model No. Series 2500 Drawing # 94-20247 Series 2530 and Series 2536 Series 2520 & 2524 (SD 94-20255) Series 2516 (SD 94-20247) Series 2500 (Ductile Iron) 42" and 48" AFC 2500 American AVK Resilient Seaded GV Series A2361 (SD 6647) Series A2360 for 18"-24" (SD 6709) Mueller 30" & 36", C-515 Mueller 42" & 48", C-515 16" RS GV (SD D-20995) Clow RW Valve (SD D-21652) Clow 30" & 36" C-515 Clow Valve Model 2638 Metroseal 250, requirements SPL #74 EJ F1owMaster Gate Valve & Boxes 225 MR Valmatic American Butterfly Valve. M&H Style 4500 & 1450 AWWA C504 Butterfly Valve AWWA C504 Butterfly Valve Class 250B Flexsol Packaging Fulton Enterprises Mountain States Plastics (MSP) and AEP Ind. Standard Hardware AEP Industries Bullstrong by Cowtown Bolt & Gasket Northtown Products Inc. PE Encasement for DIP National Spec AWWA C515 AWWA C515 AWWA C515 AWWA C515 AWWA C515 AWWA C509 AWWA C515 AWWA C515 AWWA C515 AWWA C515 AWWA C509 AWWA C515 AWWA C515 AWWA C515 AWWA C515 AWWA C 509, ANSI 420 - stem, AWWA/ANSI C115/An21.15 AWWA C-504 AWWA C-504 AWWA C-504 AWWA C-504 AWWA C-504 AWWA C-504 AWWA C-504 AWWA C105 AWWA C105 AWWA C105 AWWA C105 Updated: 11-6-24 Size 16" 30" and 36" 20" and 24" 16" 4" to 12" 42" and 48" 4" to 12" 20" and smaller 4" - 12" 4" - 12" 4" - 12" 16" 24" and smaller 30" and 36" 42" and 48" 4" - 12" 16" 24" and smaller 30" and 36" (Note 3) 24" to 48" (Note 3) 4" - 12" 3" to 16" 4" to 16" 24" 24"and smaller 24" and larger Up to 84" diameter 24" to 48" 30"-54" 24" - 48" 8 mil LLD 8 mil LLD 8 mil LLD 8 mil LLD Water - Samplinc Station 03/07/23 33 12 50 Water Sampling Station Kupferle Foundry Company Eclipse, Number 88 , 12-inch Depth of Bury As shown in spec. 33 12 50 09/02/24 33 i2 50 Mueller Water Products, Inc;a BSS0 r, UDG2 D N This product removed �-rcw ,�Oc� vvvvi-36-rvronvz, C�v-rr�€'�oe$� 10/21/20 04/09/21 04/09/21 Water - Automatic Flusher Automated Flushing System Automated Flushing System Automated Flushing System HG6-A-IN-2-BRN-LPRR(Portable) Mueller Hydroguard HG2-A-IN--2-PVC-018-LPLG(Permanent) Kupferle Foundry Company Eclipse #9800wc Kupferle Foundry Company Eclipse #9700 (Portable) 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 Yellow Highlight indicates recent changes * From Original Standard Products List 6