Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 63495
FORT WORTH, CONTRACT FOR THE CONSTRUCTION OF Water Replacement on Camp Bowie (US Route 377 to Irene Street) City Project No. 105062-3 CSC No. 63495 Mattie Parker David Cooke Mayor City Manager Chris Harder Director, Water Department Lauren Prieur Director, Transportation and Public Works Department Prepared for ®OF ��1 /08/2025 � The City of Fort Worth �TF�,�� // � Water Department .%H�Y.ARREK 963 140/mac`••°••.. o, January 2025 ,t tb.� ln�ir �ea.vl.,R E Kimley)))Horn Texas Registered Engineering Firm F-928 KHA No. 061018457 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX FORT WORTH. "I'll City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 4 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions Last Revised 0005 10 Mayor and Council Communication 07/01/2011 0005 15 Addenda 07/01/2011 0011 13 Invitation to Bidders 02/08/2024 0021 13 Instructions to Bidders 01/17/2024 0035 13 Conflict of Interest Statement 02/24/2020 00 41 00 Bid Form 9/30/2021 00 42 43 Proposal Form Unit Price 01/20/2012 0043 13 Bid Bond 09/11/2017 00 43 37 Vendor Compliance to State Law Nonresident Bidder 06/27/2011 0045 11 Bidders Prequalifications 08/13/2011 00 45 12 Prequalification Statement 09/30/2021 0045 13 Prequalification Application 08/13/2021 00 45 26 Contractor Compliance with Workers' Compensation Law 07/01/2011 00 45 40 Business Equity Goal 06/07/2024 00 52 43 Agreement 3/08/2024 0061 13 Performance Bond 12/08/2023 0061 14 Payment Bond 12/08/2023 0061 19 Maintenance Bond 12/08/2023 00 61 25 Certificate of Insurance 07/01/2011 00 72 00 General Conditions 03/08/2024 00 73 00 Supplementary Conditions 03/08/2024 Division 01 - General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 01 2500 Substitution Procedures 07/01/2011 01 31 19 Preconstruction Meeting 08/17/2012 01 3120 Project Meetings 07/01/2011 01 3216 Construction Schedule 10/06/2023 01 3233 Preconstruction Video 07/01/2011 01 3300 Submittals 12/20/2012 01 35 13 Special Project Procedures 03/11/2022 01 45 23 Testing and Inspection Services 03/09/2020 01 5000 Temporary Facilities and Controls 07/01/2011 01 5526 Street Use Permit and Modifications to Traffic Control 03/22/2021 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 58 13 Temporary Project Signage 07/01/2011 01 6000 Product Requirements 03/09/2020 01 66 00 Product Storage and Handling Requirements 07/01/2011 01 70 00 Mobilization and Remobilization 11/22/2016 01 7123 Construction Staking and Survey 02/14/2018 01 74 23 Cleaning 07/01/2011 01 77 19 Closeout Requirements 03/22/2021 01 78 23 Operation and Maintenance Data 12/20/2012 01 78 39 Project Record Documents 07/01/2011 CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St.) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised June 7, 2024 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 4 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Date Division 32 — Exterior Improvements Modified 32 1723 Pavement Markings 1/08/2025 Date Division 33 - Utilities Modified 33 11 10 Ductile Iron Pipe 8/15/2024 33 11 11 Ductile Iron Fittings 8/15/2024 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: httD:Hfortworthtexas.2ov/t )w/contractors/ or httn s://apps.fortworthtexas.2ov/Proi ectResources/ Division 02 - Existing Conditions Last Revised 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 03 34 13 Controlled Low Strength Material (CLSM) 12/20/2012 03 34 16 Concrete Base Material for Trench Repair 12/20/2012 Division 31 - Earthwork 31 00 00 Site Clearing 03/22/2021 31 25 00 Erosion and Sediment Control 04/29/2021 Division 32 - Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 12/20/2012 32 1123 Flexible Base Courses 12/20/2012 32 1216 Asphalt Paving 6/07/2024 32 13 13 Concrete Paving 6/10/2022 32 1373 Concrete Paving Joint Sealants 12/20/2012 32 1613 Concrete Curb and Gutters and Valley Gutters 12/09/2022 3291 19 Topsoil Placement and Finishing of Roadway Right-of-ways 03/11/2022 32 92 13 Sodding 05/13/2021 Division 33 - Utilities 33 04 30 Temporary Water Services 07/01/2011 33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013 3305 10 Utility Trench Excavation, Embedment, and Backfill 04/02/2021 3305 17 Concrete Collars 03/11/2022 33 05 20 Auger Boring 12/20/2012 33 05 22 Steel Casing Pipe 12/20/2012 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 12/09/2022 CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St.) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised June 7, 2024 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 4 33 05 26 Utility Markers/Locators 33 05 30 Location of Existing Utilities 33 1105 Bolts, Nuts, and Gaskets 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 33 1210 Water Services 1-inch to 2-inch 33 1220 Resilient Seated Gate Valve 33 1225 Connection to Existing Water Mains 33 1240 Fire Hydrants Division 34 - Transportation 3471 13 1 Traffic Control Appendix GC-4.02 Subsurface and Physical Conditions GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GR-01 60 00 Product Requirements END OF SECTION 12/20/2012 12/20/2012 12/20/2012 09/09/2022 02/ 14/2017 05/06/2015 02/06/2013 01/03/2014 1 03/22/2021 1 CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St.) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised June 7, 2024 City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, May 13, 2025 REFERENCE NO.: **M&C 25-0394 LOG NAME: 60WWSCAMPBOWIEP3-CIRCLEC SUBJECT: (CD 3) Authorize Execution of a Contract with William J. Schultz, Inc. dba Circle C Construction Company, in the Amount of $988,305.00, for the Water and Sanitary Sewer Replacement on Camp Bowie Hul-Mont Project, Part 3 and Adopt Appropriation Ordinance to Effect a Portion of Water's Contribution to the Fiscal Years 2025-2029 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of a contract with William J. Schultz, Inc. dba Circle C Construction Company, in the amount of $988,305.00, for the Water and Sanitary Sewer Replacement on Camp Bowie Hul- Mont project, Part 3; and 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water and Sewer Capital Projects Fund in the amount of $1,146,605.00, transferred from available PayGo funds within the Water and Sewer Fund, for the purpose of funding the Water and Sanitary Sewer Replacement on Camp Bowie Hul-Mont project (City Project No. 105062) to effect a portion of Water's contribution to the Fiscal Years 2025-2029 Capital Improvement Program. DISCUSSION: This project provides for the replacement of existing cast iron water mains on the following street and alley: Street From To Camp Bowie 201 feet east of the Camp West 700 feet, Boulevard (West) Bowie Boulevard / Mark's then 50 feet Place intersection south Alley between Alta Mere Drive and Irene Camp Bowie Boulevard North 610 feet Drive The project was advertised for bids on January 29, and February 5, 2025, in the Fort Worth Star - Telegram. On February 25, 2025, the following bids were received: Bidder Amount Time of Completion William J. Schultz, Inc. dba Circle $988,305.00 180 Calendar C Construction Company Days JGra-Tex Utilities, Inc. $1,038,556.00 1 IA&M Construction Utility Inc. $1,193,474.00 1 lWoody Contractors, Inc. 11$1,368,825.001 Venus Construction, Inc. 11$1,413,699.001 In addition to the contract amount, $108,885.00 is required for project management, material testing and inspection, and $49,415.00 is provided for project contingencies. Approximately 1,360 linear feet of cast iron water pipe will be replaced as part of this project. This project will have no impact on the Water Department's operating budget when completed. It is the practice of the Water Department to appropriate its CIP plan throughout the Fiscal Year, instead of within the annual budget ordinance, as projects commence, additional funding needs are identified, and to comply with bond covenants. The actions in the M&C will appropriate funds in support of the Water's portion of the City of Fort Worth's Fiscal Years 2025-2029 Capital Improvement Program, as follows: 60WWSCAMPBOWIEP3-CIRCLEC Capital Project FY2025 CIP Budget Revised Fund Name Appropriations Authority Adjustment FY2025 Name Budget 105062 W&S — W/SS Capital Repl. Projects Camp $0.00 This M&C $1,146,605.00 $1,146,605.00 — Fund Bowie 56002 Hul — Mont. Funding is currently available in the Transfer to Water/Sewer account of the Water and Sewer Fund for the purpose of funding the Water and Sewer Replacement on Camp Bowie Hul-Mont project. FY2025 — Water PAYGO Appropriations per City Ordinance 27101-09-2024 FY2025 Original adopted PayGo FY2025 Amended PayGo (includes any council actions subsequent to budget adoption) YTD PayGo approved for/Moved to Capital Projects This M&C FY2025 Remaining PayGo Balance $92,597,771.00 $92,597,771.00 ($42,155,774.00) ($1,146,605.00) $49,295,392.00 Note: there may be other pending actions or recently approved actions that are not reflected in the table due to timing. Appropriations for the Water and Sanitary Sewer Replacement on Camp Bowie Hul-Mont project are as depicted below: Fund W&S Capital Projects Fund 56002 Project Total Existing Appropriations $3,090,452.00 $3,090,452.00 Additional project Total* Appropriations $1,146,605.00 $4,237,057.00 $1,146,605.00 �$4,237,057.00 *Numbers rounded for presentation purposes. Business Equity: The Business Equity Division placed a 12.89 percent business equity goal on this solicitation/contract. William J. Schultz, Inc. dba Circle C Construction Company, will be exceeding the goal at 13.04 percent, meeting the City's Business Equity Ordinance. Any changes in subcontractors will be reviewed by the Business Equity Division. The project is located in COUNCIL DISTRICT 3. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are available in the Water and Sewer Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the W&S Capital Projects Fund for the W/SS Repl Camp Bowie Hul-Mont project to support the above recommendations and execution of the contract. Prior to any expenditure being incurred, the Water Department has the responsibility of verifying the availability of funds. FUND IDENTIFIERS (FIDs): TO Fund Department Account Project ProgramActivity Budget Reference # Amount ID I ID Year (Chartfield 2) FROM Fund Department Account Project Program ctivity Budget Reference # Amount ID ID Year (Chartfield 2) CERTIFICATIONS: Submitted for Citv Manaqer's Office by: Jesica McEachern (5804) Originating Department Head: Chris Harder (5020) Additional Information Contact: Preeti KC (5467) ATTACHMENTS 1. 60WWSCAMPBOWIEP3-CIRCLEC FID Table (WCF 03.05.25).xlsx (CFW Internal) 2. 60WWSCAMPBOWIEP3-CIRCLEC fund avail.docx (CFW Internal) 3.60WWSCAMPBOWIEP3-CIRCLEC.pdf (Public) 4. Compliance Memo.pdf (CFW Internal) 5. Form 1295.pdf (CFW Internal) 6.ORD.APP 60WWSCAMPBOWIEP3-CIRCLEC 56002 A025(r2).docx (Public) 7. PBS CPN 105062.pdf (CFW Internal) 8. SAM.gov search Circle C.docx (CFW Internal) 60WWSCAMPBOWIEP3-CIRCLEC FID Table 2 56002 0600430 105062 2025 $1,146,605.00 2 56001 0609020 5956001 $1,146,605.00 2 56002 0600430 4956001 105062 001780 9999 ($1,146,605.00) 2 2 2 2 1 2 2 56002 0600430 5110101 105062 001780 9999 $20,754.00 Staff Costs - Construction 56002 0600430 5310350 105062 001785 9999 $51,886.00 Staff Costs - Inspection 56002 0600430 5550102 105062 001780 9999 $2,000.00 Public Outreach 56002 0600430 5740010 105062 001780 9999 $49,415.00 Project contingencies 56002 0600430 5740010 105062 001780 9999 $988,305.00 To pay contractor 56002 0600430 5310350 105062 001784 9999 $8,302.00 Soil Lab - TPW Staff Costs 56002 0600430 5330500 105062 001784 9999 $25,943.00 Soil Lab - Consultant 56002 2060000 105062 RETAIN Combo Code 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 0005 10 - 1 MAYOR AND COUNCIL COMMUNICATION (M&C) Page 1 of 1 SECTION 00 0510 MAYOR AND COUNCIL COMMUNICATION (M&C) [Assembler: For Contract Document execution, remove this page and replace with the approved M&C for the award of the project. M&C insert shall be on blue paper.] END OF SECTION CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St.) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised July 1, 2011 ADDENDUM NO. 1 CITY OF FORT WORTH WATER DEPARTMENT WATER REPLACMENTS ON CAMP BOWIE (PART 3: US ROUTE 377 TO IRENE STREET) City Project No. 105062-3 Addendum No. 1. Issue Date: February 04, 2025 Bid Opening Date: February 27, 2025 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. INFORMATION 1. An updated bid workbook excel file with editable cells (unit price only) has been included with the addendum and reflects quantity changes described below SPECIFICATIONS 1. Specification 00 42 43 — Proposal Form is replaced in its entirety by the attached. • Revised line item 17 to reflect the volume ofgrout needed to complete the proposed water line abandonments. 2. Specification 00 1113 — Invitation to Bidders is replaced in its entirety by the attached. • MODIFY Bid Opening and Pre -Bid meeting dates as follows: o Bid Opening — 2:00 P.M. CST, Thursday, February 27', 2025 o Pre -Bid Meeting — Virtually, 10:00 A.M. CST, February 121h, 2025 CONTRACTOR QUESTIONS Is an estimated cost available? • The Engineer's Opinion of Probable Construction Cost is approximately $1.09 Million. 2. Can you also please confirm the correct pre -bid meeting date and time? The Spec book says 2/11 at 2 and bonfire says 2/12 at 10. • The Pre -Bid Meeting will be held virtually on February 12th at 10: 00 AM. The link to the meeting has been posted on Bonfire. ADDENDUM NO. 1 /& 511.6Zk1 ADDENDUM NO. 1 TOf�tY SHOLOLA, P.E. ASSISTANT DIRECTOR, WATER DEPARTMENT By the signature affixed below, Addendum No. In is hereby incorporated into and made part of the above referenced Invitation to Bid. COMPANY NAME: L �rcli (. (r o ST�u soh SIGNATURE: NOTE: Company name and signature must b t, a same as on the original bid documents. Failure to return this form with your sealed bid may constitute o�inds for rejection of your offer. ADDENDUM NO. 1 ADDENDUM NO.2 CITY OF FORT WORTH WATER DEPARTMENT WATER REPLACMENTS ON CAMP BOWIE (PART 3: US ROUTE 377 TO IRENE STREET) City Project No. 105062-3 Addendum No. 2. Issue Date: February 25, 2025 Addendum No. 1 Issue Date: February 04, 2025 Bid Opening Date: February 27, 2025 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. INFORMATION 1. An updated bid workbook excel file with editable cells (unit price only) will be available in the Project's Bonfire Folder. PLANS 1. Sheet 12 - DELETE Sheet 12 and REPLACE with Sheet 12A as attached. 2. Sheet 17 - DELETE Sheet 17 and REPLACE with Sheet 17A as attached. SPECIFICATIONS 1. Specification 00 21 13 — Instruction to Bidders o The following language has been added to Evaluation of Bids and Award of Contract: • Bidders shall also e-mail the completed Business Equity forms and all applicable letters of intent to the City Project Manager no later than 1:30 PM on the third City Business Day after bid opening date, exclusive of the bid opening date. 2. Specification 00 42 43 — Proposal Form o The following bid items have been added: • Removal and Replacement of 18"Storm • Large Stone Riprap, dry 3. Specification 00 45 40 — Business Equity Goal o The following language has been added to Submittal of Required Documentation: • Bidders shall also e-mail the completed Business Equity forms and all applicable letters of intent to the City Project Manager no later than 1:30 PM on the third City Business Day after bid opening date, exclusive of the bid opening date. CONSTRUCTION PLANS 1. Sheet 4 — Added project specific note, "Existing pavement markings damaged by surface repair to be replaced to match existing pavement marking configuration and follow current city standards. ADDENDUM NO.2 ADDENDUM NO.2 Labor and materials for pavement marking repair to be paid for with "Pavement Marking" bid item." 2. Sheet 18 — Added sheet note, "Existing pavement markings damaged by surface repair to be replaced to match existing pavement marking configuration and follow current city standards. Labor and materials for pavement marking repair to be paid for with "Pavement Marking" bid item." CONTRACTOR OUESTIONS, 1. There is storm drain crossing the water line in a few spots. Can we get a remove 18" Storm Drain and remove 24" Storm Drain item? o A revised proposal form and editable excel file has been issued as part of this Addendum for removal and replacement of 18" storm drain. There are no crossings of the 24" storm drain that are to be constructed by open cut. 2. Item 17 - Water line grout is 1 CY. I did a takeoff and came up with 20 Cy. Can y'all up the quantity of the item? o A revised proposal form and editable excel file was issued with Addendum No. 1 to include 19 CY of grout to complete the proposed water line abandonments. 3. Is the unit for pay item 34 supposed to be for each or square yards? o Pay item 34 for 6" flexible base, Type A, GR-1 shall be paid for by square yards. An updated proposal form has been issued as part of this Addendum. 4. On sheet 12 of the plans where the 30 x 10 bore pit is at station 4+15. There is a power pole that will be in the middle of the bore pit. The city will need to coordinate with the utility company to get that moved. The contractor has no authority over that. o Per note 5 on sheet 12 it is the contractor's responsibility to coordinate any needed relocation, or protection of the power pole with the utility owner. Contractor is expected to coordinate the relocation, or protection of the power pole with the contact listed on sheet 2 of the plans. All work associated with the relocation or protection of the power pole is considered subsidiary to the various items bid. 5. We need items for 6" GV 3 EA and 6" PVC water pipe 40 LF. o A revised proposal form and editable excel file has been issued as part of this Addendum. 6. Item 34 - 6" Flexible Base - What is this item for? Also it is bid by the EA it should be bid by the CY. The existing alley at the beginning of Water Line A is gravel. Please refer to sheet 18 for the limits of the gravel pavement repair. ADDENDUM NO.2 ADDENDUM NO.2 All other terms and conditions remain unchanged. TONY SHOLOLA, P.E. ASSISTANT DIRECTOR, WATER DEPARTMENT rrrrrrr■rr■r■■r■■rrrrrrrrrrr■■■■rrrr�rrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrr■ By the signature affixed below, Addendum No. 1 is hereby incorporated into and made part of the above referenced Invitation to Bid. COMPANY NAME: ��.,/ a lie C C'on sfia e-A,'o in SIGNATURE: NOTE: Company name and signature must e e same as on the original bid documents. Failure to return this form with your sealed bid may constitut gr unds for rejection of your offer. ADDENDUM NO.2 ADDENDUM NO. 3 CITY OF FORT WORTH WATER DEPARTMENT WATER REPLACMENTS ON CAMP BOWIE (PART 3: US ROUTE 377 TO IRENE STREET) City Project No. 105062-3 Addendum No. 3. Issue Date: February 26, 2025 Addendum No. 2. Issue Date: February 25, 2025 Addendum No. 1 Issue Date: February 04, 2025 Bid Opening Date: February 27, 2025 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. INFORMATION 1. Update to answer on Contractor's question no. 4 issued on Addendum 2. CONTRACTOR QUESTIONS 1. On sheet 12 of the plans where the 30 x 10 bore pit is at station 4+15. There is a power pole that will be in the middle of the bore pit. The city will need to coordinate with the utility company to get that moved. The contractor has no authority over that. o Per note 5 on sheet 12 it is the contractor's responsibility to coordinate any needed relocation, or protection of the power pole with the utility owner. Contractor is expected to coordinate the relocation, or protection of the power pole with the contact listed on sheet 2 of the plans. All work associated with coordination for the relocation or protection of the power pole is considered subsidiary to the various items bid. All other terms and conditions remain unchanged. TONY SHOLOLA, P.E. ASSISTANT DIRECTOR, WATER DEPARTMENT By the signature affixed below, Addendum No. 1 is hereby incorporated into and made part of the above referenced Invitation to Bid. COMPANY NAME: SIGNATURE: NOTE: Company name and signature mu a the same as on the original bid documents. Failure to return this form with your sealed bid may constit grounds for rejection of your offer ADDENDUM NO.3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 000515-1 ADDENDA Page 1 of 1 SECTION 00 0515 ADDENDA [Assembler• For Contract Document execution, remove this page and replace with any addenda issued during bidding.] END OF SECTION CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St.) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised July 1, 2011 0011 13 INVITATION TO BIDDERS Paget of 3 SECTION 00 1113 INVITATION TO BIDDERS RECEIPT OF BIDS Electronic bids for the construction of Water Replacements on Camp Bowie (US Route 377 to Irene Street) ("Project") will be received by the City of Fort Worth via the Procurement Portal htti)s:Hfortworthtexas.bonfirehub.com/aortal/?tab=oDenOaaortunities, under the respective Project until 2:00 P.M. CST, Thursday, February 20, 2025. Bids will then be opened publicly and read aloud beginning at 2:00 PM CST at New City Hall, 100 Fort Worth Trail, Fort Worth, Texas on the Mezzanine of New City Hall (NCH); Room MZ10 12. Your submissions must be uploaded, finalized and submitted prior to the Project's posted due date. The City strongly recommends allowing sufficient time to complete this process (ideally a week prior to the deadline) to begin the uploading process and to finalize your submission. Uploading large documents may take time, depending on the size of the file(s) and your Internet connection speed. The Bonfire portal can be accessed using Microsoft Edge, Google Chrome, or Mozilla Firefox. JavaScript must be enabled. Browser cookies must be enabled. Electronic submission is subject to electronic interface latency, which can result in transmission delays. All bidders or proposers assume the risk of late transmission/ submission. The City shall not be held liable if an interested bidder or proposer is unable to submit a complete bid/response before the published deadline due to transmission delays or any other technical issues or obstructions. The City strongly recommends allowing sufficient time to complete the submission process (ideally a week before the deadline) to begin the uploading process and to finalize your submission to give adequate time in the event an issue arises. All submissions must be submitted electronically prior to the close date and time under the respective Project via the Procurement Portal: httDS://fortworthtexas.bonfirehub.com/Dortal/?tab=ODenODDortunities Failure to submit all completed required information listed in the respective Solicitation will be grounds for rejection of a bid as non -responsive. No late bids/proposals shall be accepted. Bids delivered in any other manner than using the Bonfire Platform (Procurement Portal) will not be accepted or considered. If, upon being opened, a submission is unreadable to the degree that material conformance to the requirements of the procurement specifications cannot be ascertained, such submission will be rejected without liability to the City, unless such bidder provides clear and convincing evidence (a) of the content of the submission as originally submitted and (b) that the unreadable condition of the Electronic Bid was caused solely by error or malfunction of the Bonfire Platform (Procurement Portal). Failure to scan a clear or readable copy of a bid into the system does not constitute and shall not be considered an error or malfunction of the Bonfire Platform (Procurement Portal). Bidders are encouraged to fully review each page of every document within their submission prior to submitting to ensure all documents are clear, legible, and complete. CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St.) STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 105062-3 Revised 2/08/24 0011 13 INVITATION TO BIDDERS Page 2 of 3 SUPPORT For technical questions, visit Bonfire's help forum at https://vendorsupport.gobonfire.com/hc/en- us Contact the Bonfire support team at Support@GoBonfire.com or by calling 1-800-354-8010. To get started with Bonfire, watch this five-minute training video: Vendor Registration and Submission [VIDEO] — Bonfire Vendor Support (gobonfire.com) GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: • 808 LF of 12-Inch DR-14 PVC Water Line by Open Cut • 424 LF of 12-Inch PC 350 Ductile Iron Water Line by Open Cut • 186 LF of 12-Inch Ductile Iron Water Carrier Pipe in 24" Steel Casing by Other than Open Cut • 36 LF of 8-Inch DR-14 PVC Water Line by Open Cut • 200 LF of Residential Asphalt Paving Repair • 575 LF of Arterial Asphalt Paving Repair • 2,185 SY of Asphalt Mill and 2" Type D Overlay PREQUALIFICATION Certain improvements included in this project must be performed by a contractor or designated subcontractor who is pre -qualified by the City at the time of bid opening. The procedures for qualification and pre -qualification are outlined in the Section 3 of 00 21 13 — INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained via the Procurement Portal httl)s://fortworthtexas.bonfirehub.com/portal/?tab=ol2enOpportunities, under the respective Project. Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. EXPRESSION OF INTEREST To ensure potential bidders are kept up to date of any new information pertinent to this project, all interested parties should indicate their intent to bid in the Procurement Portal by selecting "yes" under the Intent to Bid section. All Addenda will be posted in the Procurement Portal httDS://fortworthtexas.bonfirehub.com/portal/?tab=o_nenOD_DOrtunities, under the respective Project. PREBID CONFERENCE — Web Conference A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, and time via a web conferencing application: DATE: February I Ith, 2025 TIME: 2:00 PM Invitations with links to the web conferencing application will be distributed directly to those who have submitted an Expression of Interest. CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St.) STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 105062-3 Revised 2/08/24 0011 13 INVITATION TO BIDDERS Page 3 of 3 If a prebid conference is held, the presentation and any questions and answers provided at the prebid conference will be issued as an Addendum to the call for bids. If a prebid conference is not being held, prospective bidders should direct all questions about the meaning and intent of the Bidding Documents electronically through the Vendors discussions section under the respective Project via the Procurement Portal. If necessary, Addenda will be issued pursuant to the Instructions to Bidders. CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject any or all bids. AWARD City will award a contract to the Bidder presenting the lowest price, qualifications and competencies considered. ADVERTISEMENT DATES January 29, 2025 February 5, 2025 END OF SECTION CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St.) STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 105062-3 Revised 2/08/24 0021 13 INSTRUCTIONS TO BIDDERS SECTION 00 2113 INSTRUCTIONS TO BIDDERS 1. Defined Terms Page 1 of 9 1.1. Capitalized terms used in these INSTRUCTIONS TO BIDDERS are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making electronic Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 3.1. Bidders or their designated subcontractors are required to be prequalified for the work types requiring prequalification as per Sections 00 45 11 BIDDERS PREQUALIFICATIONS and 00 45 12 PREQUALIFICATION STATEMENT. Firms seeking pre -qualification, must submit the documentation identified in Section 00 45 11 on Section 00 45 13 PREQUALIFICATION APPLICATION at least seven (7) calendar days prior to Bid opening for review and, if qualified, acceptance. The subcontractors listed by a Bidder on 00 45 12 must be prequalified for the appropriate work types. Subcontractors must follow the same timelines as Bidders for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at the time bids are opened and reviewed may cause the bid to be rejected. Prequalification requirement work types and documentation are available by accessing all required files through the City's website at: httl)s://anns.fortworthtexas. og v/ProiectResources/ CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St.) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 2 of 9 3.1.1. Paving — Requirements document located at: httl)s://abbs. fortworthtexas.2ov/Proi ectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPrecivalification/TPW%2OPavina %20Contractor%2OPrecivalification%2OPro2ram/PREOUALIFICATION%20REO UIREMENTS%20FOR%20PAVING%2000NTRACTORS.i)df 3.1.2. Roadway and Pedestrian Lighting — Requirements document located at: httDs://aDDS. fortworthtexas.2ov/Proi ectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPrecivalification/TPW%2ORoadwa v%20and%2OPedestrian%2OLi2htin2%2OPreaualification%2OPro2ram/STREET% 20LIGHT%20PREOUAL%20REOMNTS. Ddf 3.1.3. Water and Sanitary Sewer — Requirements document located at: httDs://aDDs. fortworthtexas.2ov/Proi ectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPreaualification/Water%20and%2 OSanitarv%2OSewer%2OContractor%2OPreaualification%2OPro2_ ram/WSS%20_Dre aual%20recluirements. Ddf 3.2. Each Bidder, unless currently prequalified, must submit to City at least seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 45 11, BIDDERS PREQUALIFICATIONS. 3.2.1. Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1. 3.3. The City reserves the right to require any pre -qualified contractor who is the apparent low bidder for a project to submit such additional information as the City, in its sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule to assist the City in evaluating and assessing the ability of the apparent low bidder to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information, if requested, may be grounds for rejecting the apparent low bidder as non -responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 3.4. In addition to prequalification, additional requirements for qualification may be required within various sections of the Contract Documents. 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1. Before submitting a Bid, each Bidder: CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St.) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 3 of 9 4.1.1. Shall examine and carefully study the Contract Documents and other related data identified in the Bidding Documents (including "technical data" referred to in Paragraph 4.2. below). No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.2. Should visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. 4.1.3. Shall consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. 4.1.4. Shall study all: (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in the Contract Documents as containing reliable "technical data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data." 4.1.5. Is advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish. All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.6. Should perform independent research, investigations, tests, borings, and such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. For projects with restricted access, upon request, City may provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations, tests and studies. 4.1.7. Shall determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work, time required for its completion, and obtain all information required to make a proposal. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is understood that the submission of a proposal or bid is prima -facie evidence that the Bidder has made the investigations, examinations and tests herein required. CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St.) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 4 of 9 4.1.8. Shall promptly notify City of all conflicts, errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. 4.1.9.Indicate their intent to bid by selecting "yes" in the Procurement Portal under the Intent to Bid section. You must indicate your intent to bid to be able to submit a bid to the City. 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of: 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations, opinions or information. 4.2.4. Standard insurance requirements, coverages and limits. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder: (i) that Bidder has complied with every requirement of this Paragraph 4, (ii) that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, (iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicts, etc., have not been resolved through the interpretations by City as described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract Documents. CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St.) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 5 of 9 5. Availability of Lands for Work, Etc. 5.1. The lands upon which the Work is to be performed, rights -of -way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. 5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- of-way, easements, and/or permits are not obtained, the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. 5.3. The Bidder shall be prepared to commence construction without all executed right-of- way, easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. 6. Interpretations and Addenda 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to City electrically through the Vendor Discussions section under the respective Project via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=oi)en0pportunities on or before 2 p.m., the Monday prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3. Addenda or clarifications shall be posted under the respective Project via the Procurement Portal httDs://fortworthtexas.bonfirehub. com/Dortal/?tab=ODenODDortunities 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St.) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 6 of 9 7.1. Each Bid must be accompanied by a Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price, on the form attached or equivalent, issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. 7.2. The Bid Bonds provided by a Bidder will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and return the Contract Documents within 14 days after the Notice of Award conveying same, City may consider Bidder to be in default, rescind the Notice of Award and act on the Bid Bond. Such action shall be City's exclusive remedy in the event Bidder is deemed to have defaulted. 8. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or -Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or -equal" items. Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or - equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General Conditions and is supplemented in Section 0125 00 of the General Requirements. 11. Subcontractors, Suppliers and Others 11.1. In accordance with the City's Business Equity Ordinance No.25165-10-2021 the City has goals for the participation of minority business and/or women business enterprises in City contracts $100,000 or greater. See Section 00 45 40 for the M/WBE Project Goals and additional requirements. Failure to comply shall render the Bidder as non -responsive. Business Equity Ordinance No.25165-10-2021, as amended (replacing Ordinance No. 24534-11-2020), codified at: httDs://codelibrarv.amle2al.com/codes/ftworth/latest/ftworth tx/0-0-0-22593 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor or City has reasonable objection. 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents. CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St.) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 7 of 9 12.2. All blanks on the Bid Form must be completed and the Bid Form signed electronically or signed in ink and scan. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices for which the Bidder proposes to do the work contemplated or furnish materials required. 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be submitted electronically in the Procurement Portal on the prescribed Bid Form, provided with the Bidding Documents, prior to the time indicated in the Advertisement or INVITATION TO BIDDERS. 14. Withdrawal of Bids 14.1. Bids submitted electronically may be withdrawn prior to the time set for bid opening via the Procurement Portal https://fortworthtexas.bonfirehub. com/portal/?tab=onen0nnortunities. CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St.) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 8 of 9 15. Opening of Bids Bids will be opened and read aloud publicly. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for a minimum of 90 days or the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid security prior to that date. 17. Evaluation of Bids and Award of Contract 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder. City reserves the right to waive informalities not involving price, contract time or changes in the Work and award a contract to such Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 17.2. In addition to Bidder's relevant prequalification requirements, City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work where the identity of such Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. 17.4. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St.) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 9 of 9 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contract award, a Notice of Award will be issued by the City. 17.7.1. The contractor is required to fill out and sign the Certificate of Interested Parties Form 1295 and the form must be submitted to the Project Manager before the contract will be presented to the City Council. The form can be obtained at htti)s://www.ethics.state.tx.us/data/forms/1295/1295.Ddf 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement 18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Project Manual. Within 14 days thereafter, Contractor shall sign and deliver the required number of counterparts of the Project Manual to City with the required Bonds, Certificates of Insurance, and all other required documentation. 18.2. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St.) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised/Updated 1/17/24 00 35 13 CONFLICT OF INTEREST STATEMENT Page 1 of 1 SECTION 00 35 13 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent to a City of Fort Worth procurement is required to complete a Conflict of Interest Questionnaire or certify that one is current and on file with the City Secretary's Office pursuant to state law. If a member of the Fort Worth City Council, any one or more of the City Manager or Assistant City Managers, or an agent of the City who exercise discretion in the planning, recommending, selecting or contracting with a bidder, offeror or respondent is affiliated with your company, then a Local Government Officer Conflicts Disclosure Statement (CIS) may be required. You are urged to consult with counsel regarding the applicability of these forms and Local Government Code Chapter 176 to your company. The referenced forms may be downloaded from the links provided below. Form CIQ (Conflict of Interest Questionnaire) (state.bcus) httr)s://www.ethics.state.tx.us/data/forms/conflict/CIS.odf ❑ CIQ Form does not apply o CIQ Form is on file with City Secretary o CIQ Form is being provided to the City Secretary ❑ CIS Form does not apply o CIS Form is on File with City Secretary ❑ CIS Form is being provided to the City Secretary BIDDER: William J Schultz Inc dba Circle C Construction Comp 500 W Trammell Avenue Fort Worth, Texas 76140 END OF SECTION By: Teresa S Skelly Signature: / Q cSlr Title: Presid CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 24, 2020 00 42 43 Proposal Form -Addendum 2.xlsx 0041 00 BID FORM Page 1 of 3 SECTION 00 4100 BID FORM TO: The Purchasing Manager C/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: Water Replacements on Camp Bowie (US Route 377 to Irene St) City Project No.: 105062-3 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non- competitive levels. d. "coercive practice" means harming orthreatening to harm, directly or indirectly, persons ortheir property to influence their participation in the bidding process or affect the execution of the Contract. CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105062-3 Revised 09/30/2021 00 41 00 Bid Proposal Workbook.xlsx 0041 00 BID FORM Page 2 of 3 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Auger Boring - 24-Inch diameter casing and less b. Water Distrubution, Urban and Renewal - 12-inch diameter and smaller c. Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 180 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones} within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 4100 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 3513 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. $988,305.00 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 7. Bid Submittal CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105062-3 Revised 09/30/2021 00 41 00 Bid Proposal Workbook.xlsx 00 41 00 BID FORM Page 3 of 3 This Bid is submitted on February 27, 2025 by the entity named below. Respectfully submitted, Receipt is acknowledged of the Initial following Addenda: By: Addendum No. 1: tss (Signature) Addendum No. 2: HSS Addendum No. 3: Its Teresa S Skelly Addendum No. 4: (Printed Name) Title: President Company: William J Schultz Inc dba Circle C Constn!cuon Company Corporate Seal: Address: 500 W Trammell Avenue Fort Worth, Texas 76140 State of Incorporation: Texas Email: f.skelly@circlecconstruction,com Phone: 817-253-1863 END OF SECTION CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105062-3 Revised 09/30/2021 00 41 00 Bid Proposal Workbook.xlsx SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Project Item Information Bidlist Item No. ) Description 1 13311.0461 12" PVC Water Pipe 2 13311.0464 12" PVC Water Pipe (Restrained Joints) 1 3 13311.0442 12" PVC Water Pipe, CSS Backfill 4 13311.0465 12" PVC Water Pipe, CSS Backfill (Restrained Joi( 5 13311.0452 12" DIP Water, CSS Backfill 1 6 13311.0454 12" DIP Water i Restrained Joints ) 7 13311.0455 12" DIP Water, CSS Backfill (Restrained Joints) I 8 13311.0261 8" PVC Water Pipe 9 13311.0261 6" PVC Water Pipe 10 13305.2004 12" Ductile Iron Water Carrier Pipe 1 11 13305.1104 24" Casinp By Other Than Open Cut 1 12 13312.3003 6" Gate Valve 13 13312.3003 8" Gate Valve j 14 13312.3005 12" Gate Valve 15 10241.1305 Remove 12" Water Valve 16 10241.1303 Remove 8" Water Valve 17 10241.1302 Remove 6" Water Valve 18 10241.2014 Remove 10" Sewer Line 19 10241.1001 Water Line Grouting 1 20 10241.1218 4"-12" Water Abandonment Plug 21 10241.1510 Salvage Fire Hydrant 22 13312.0001 Fire Hydrant 23 13312.0117 Connection to Existing 4"-12" Water Main 24 13304.0101 Temporary Water Services 1 25 13312.2001 1" Water Service, Meter Reconnection 1 26 13312.2003 V Water Service 1 27 13311.0001 Ductile Iron Water Fittings w/ Restraint 28 13110.0102 6"-12" Tree Removal 29 13110.0103 12"-18" Tree Removal 30 13110.0105 24" and Larger Tree Removal 1 31 13201.0113 6' Wide Asphalt Pvmt Repair, Residential 1 32 13201.0123 6' Wide Asphalt Pvmt Repair, Arterial 1 33 0241.1506 2" Surface Milling 1 34 13212,0302 2" Asphalt Pvmt Type D 1 35 3216.0101 6" Conc Curb and Gutter 1 36 13211.0112 6" Flexible Base, Type A, GR-1 1 37 13305.0103 Exploraton Excavation of Existing Utilities 1 38 Trench Water Stops39 13305.0113 3305.0109 Trench Safety 1 40 13292.0400 Seedin, Hydromulch 1 41 Topsoil42 13291.0100 3305.0110 Utility Markers 1 43 10171.0101 Construction Staking 1 44 0171.0102 As -Built Survey 1 45 3471.0001 Traffic Control 1 46 3137.0102 Large Stone Riprap, dry 1 47 9999.0001 Remove and Replace 18" Storm Drain 1 02 41 14, 33 41 10 0042 43 BID PROPOSAL Page] of 2 Bidder's Application Specification Section Unit of Bid No I Measure I Quantity 33 1112 33 11 12 33 11 12 33 1112 33 1110 33 1110 33 1110 33 1112 33 1112 33 05 24 33 05 22 33 1220 33 1220 33 1220 0241 14 0241 14 0241 14 0241 14 0241 14 0241 14 0241 14 33 1240 33 12 25 33 04 30 33 1210 33 1210 33 1I 11 31 1000 31 1000 31 1000 3201 17 3201 17 0241 15 321216 32 1613 32 1123 33 05 30 33 05 15 33 05 10 329213 3291 19 33 05 26 01 7000 01 7000 3471 13 31 3700 LF LF LF LF LF LF LF LF LF LF LF EA EA EA EA EA EA LF CY EA EA EA EA IS EA EA TON EA EA EA LF LF SY SY LF SY EA EA LF SY CY LS LS LS MO SY LF 231 477 40 60 50 304 70 36 40 186 186 3 1 8 1 5 I 19 12 I 13 I 3 1 10 1 I 1 I 2 I 12 I 15 1 10 1 I 2 I 15 1 1 200 1 1 575 1 1 2,185 1 1 2,185 40 1 695 1 19 I I 1 � 1 1,268 1 1 1,457 1 1 129 I 1 I i 1 1 1 1 1 4 94 1 50 Bidder's Proposal Unit Price Bid Value $145.001 $33,495.00 $165.001 $78,705.00 $215.001 $8,600.00 $235.001 $14,100.00 $175.001 $8,750.00 $210.001 $63,840.00 $275.001 $19,250.00 $135.001 $4,860.00 $135.001 $5,400.00 $150.001 $27,900.00 $850.001 $158,100.00 $1,850.001 $5,550.00 $2,500.001 $2,500.00 $4,200.001 $33,600.00 $500.001 $2,000.00 $500.001 $500.00 $500.001 $2,000.00 $25.001 $125.00 $280.00] $5,320.00 $2,500.001 $5,000.00 $1,200.001 $3,600.00 $4,800.001 $14,400.00 $2,500.001 $25,000.00 $20,000.001 $20,000.00 $800.001 $1,600.00 S1,500.001 $3,000.00 $13,500.001 $67,500.00 $800.001 $8,000.00 S1,500.001 $3,000.00 $3,500.001 $17,500.00 S85.001 $17,000.00 $125.001 $71,875.00 $8.001 $17,480.00 $22.001 $48,070.00 S85.001 $3,400.00 S45.001 $31,275.00 S1,000.001 S9,000.00 S1,500.001 S1,500.00 $5.001 $6,340.00 $5.001 $7,285.00 S65.001 $8,385.00 S2,000.001 $2,000.00 S3,500.001 $3,500.00 $3,500.001 $3,500.00 $4,500.001 $18,000.00 $250.001 $23,500.00 $150.001 $7,500.00 CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene SU STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C17YPROJECT NO. 105062-1 Revised 9/30%2021 00 42 43 Proposal Form -Addendum 2.xlsx 00 42 43 BIDPROPOSAL Page 2 of 2 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item) No. Description Specification Section I Unit of I Bid I Unit Price I Bid Value No. Measure Quantity 48 19999.0002 Pavement Markings 1 32 1723 LS 1 1 $5,500.001 $5,500.00 49 19999.0003 Construction Allowance 1 00 00 00 LS 1 I $60,000.001 $60,000.00 Bid Summary Total Base Bidl $988,305.00 END OF SECTION CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. I0SO62-2 Revised 9.130,2021 00 42 43 Proposal Form -Addendum 2.xkx MERCHANTS BONDING COMPANY. MERCHANTS BONDING COMPANY (MUTUAL) P.O. BOX 14498, DES MOINES, IOWA 50306-3498 PHONE: (800) 678-8171 FAX: (515) 243-3854 BID BOND PUBLIC WORK KNOW ALL PERSONS BY THESE PRESENTS: Bond No. N/A That William J. Schultz. Inc. dba Circle C Construction Companv, P. O. Box 40328. Fort Worth, TX 76140 (hereinafter called the Principal) as Principal, and the Merchants Bonding Company (Mutual) (hereinafter called Surety), as Surety, are held and firmly bound to Citti of Fort Worth. 1000 Throckmorton Street, Fort Worth, Texas 76102 (hereinafter called the Obligee) in the full and just sum of ( 5% of Greatest Amount Bid Five Per Cent of Greatest Amount Bid Dollars good and lawful money of the United States of America, to the payment of which sum of money well and truly to be made, the Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Signed and dated this 27th day of February 2025 THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shall make any award to the Principal for Construction of Water Replacements on Camp Bowie (US Route 377 to Irene Street) - CPN 105062-3 according to the terms of the proposal or bid made by the Principal therefore, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award, and shall give bond for the faithful performance thereof with the Merchants Bonding, Companv (Mutual) , as Surety, or with other Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay to the Obligee the damages which the Obligee may suffer by reason of such failure, not exceeding the penalty of this bond, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect. IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be duly signed and sealed. Witness: Witness as to Surety: stc X !•� John A. Miller William J. Schultz, Inc. dba Circle C Construction Company Principal By Teresa S. Skelly, President Merchants Bonding Compa`n�fy�/uutttr, By_ ' Aa" Sheryl A. Klutts, Attorney -in -Fact CON 0333 (2/15) MERCHANTS,, BONDING COMPANYn POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa, d/b/a Merchants National Indemnity Company (in California only) (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, John A Miller; Sheryl A Klutts their true and lawful Attorneys) -in -Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attomey is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and April 27, 2024 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015 and amended on April 27, 2024. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attomey-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attomey-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 29th day of July 2024 .."""'•.., • • • "' • •. MERCHANTS BONDING COMPANY (MUTUAL) ••.••P�10Nq�'•.•� •Q\....C_QM••• MERCHANTS NATIONAL BONDING, INC. a ' LP op e • Off'Zo00 ' . dib/a MERCHANTS NATIONAL INDEMNITY COMPANY 'c, A�•y Cs �:y< ;Qz -o- v,Z:Z ;Z•� -o- o� 2003 ,>7; y 1933 c; By =;�y• : � ;• :•mod. .ao. •.,4�•........•.�t�•: .�� \1•. President STATE OF IOWA •.. .•• •.. • • • . • COUNTY OF DALLAS ss. •••""'•�� On this 29th day of July 2024 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. �PRiA4S Penni Miller z � Commission Number 787952 - • • My Commission Expires rowP January 20, 2027 Notary Public (Expiration of notary's commission does not invalidate this instrument) I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 27th day of February 2025 P110 N44CO •. . • 01N0 �0,� •. ;:'•� Rp�R ,��; ;gip?��1P09' °4•� /A 2 2`O _p_p'O; :1—:ze -o- got 1933 c • Secretary 2003 POA 0018 (6/24) 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. o BIDDER: William J Schultz Inc dba Circle C Construction Company 500 W Trammell Avenue Fort Worth, Texas 76140 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 By: Ze-� Teresa S Skelly (Signature) Title: President Date: 27-Feb-25 00 42 43 Proposal Form -Addendum 2.xlsx 0045 11 - 1 BIDDERS PREQUALIFICATIONS Pagel of 3 SECTION 00 4511 BIDDERS PREQUALIFICATIONS 4 1. Summary. A Bidder or their designated subcontractors are required to be prequalified or 5 have applied for prequalification by the City for the work types requiring prequalification 6 prior to submitting bids. To be considered for award of contract the Bidder must submit 7 Section 00 45 12, PREQUALIFICATION STATEMENT for the work type(s) listed with 8 their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed 9 must submit Section 00 45 13, PREQUALIFICATION APPLICATION in accordance with 10 the requirements below. The information must be submitted seven (7) days prior to the 11 date of the opening of bids. Subcontractors must follow the same timelines as contractors 12 for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at 13 the time bids are opened and reviewed may cause the bid to be rejected. 14 15 The prequalification process will establish a bid limit based on a technical evaluation and 16 financial analysis of the contractor. For example, a contractor wishing to submit bids on 17 projects to be opened on the 7th of April must file the information by the 31st day of March 18 in order to be eligible to work on these projects. In order to facilitate the approval of a 19 Bidder's Prequalification Application, the following must accompany the submission. 20 a. A complete set of audited or reviewed financial statements. 21 (1) Classified Balance Sheet 22 (2) Income Statement 23 (3) Statement of Cash Flows 24 (4) Statement of Retained Earnings 25 (5) Notes to the Financial Statements, if any 26 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles 27 of Incorporation, Articles of Organization, Certificate of Formation, LLC 28 Regulations, Certificate of Limited Partnership Agreement). 29 c. A completed Bidder Prequalification Application. 30 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 31 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 32 number visit the Texas Comptroller of Public Accounts online at the 33 following web address www.window.state.tx.us/taXDennit/ and fill out the 34 application to apply for your Texas tax ID. 35 (2) The firm's e-mail address and fax number. 36 (3) The firm's DUNS number as issued by Dun & Bradstreet. This number 37 is used by the City for required reporting on Federal Aid projects. The DUNS 38 number may be obtained at www.dnb.com. 39 d. Resumes reflecting the construction experience of the principles of the firm for firms 40 submitting their initial prequalification. These resumes should include the size and 41 scope of the work performed. 42 e. Other information as requested by the City. 43 44 2. Prequalification Requirements 45 a. Financial Statements. Financial statement submission must be provided in 46 accordance with the following: 47 (1) The City requires that the original Financial Statement or a certified copy 48 be submitted for consideration. CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN. 105062-3 Revised August 13, 2021 0045 11 - 2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 (2) To be satisfactory, the financial statements must be audited or reviewed 2 by an independent, certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual, corporation, or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America. This must be stated in the accounting firm's opinion. 17 It should: (1) express an unqualified opinion, or (2) express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the 25 positive net working capital (working capital = current assets — current 26 liabilities) by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared, the previous statement shall be updated with 31 proper verification. 32 b. Bidder Prequalification Application. A Bidder Prequalification Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report, the notation of 37 "None" or "N/A" should be inserted. 38 (2) A minimum of five (5) references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must 42 include the manufacturer, model and general common description of 43 each piece of equipment. Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility for Award of Contract 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend, or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH ter Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN. 105062-3 Revised August 13, 2021 0045 11 - 3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 d. If a contractor has a valid prequalification letter, the contractor will be eligible to 2 perform the prequalified work types until the expiration date stated in the letter. 3 8 END OF SECTION CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN. 105062-3 Revised August 13, 2021 00 45 12 PREQUALIFICATION STATEMENT Page 1 of 1 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name I Prequalification Expiration Date Circle C Construction 4/30/2025 4,1,0yeir n /Z 4r►tT�I LPSS %�r q - ,isveo S y' Circle C Construction 4/30/2025 Circle C Construction 4/30/2025 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: William J Schultz Inc dba Circle C Construction By: Teresa S Skelly Company 500 W Trammell Avenue Fort Worth, Texas 76140 (Signature 0 Title: President Date: i` ��rLiss� y 27, 20Z END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 09/30/2021 00 42 43 Proposal Form -Addendum 2.xlsx FoRTWORTH SECTION 00 4513 PREQUALIFICATION APPLICATION Date of Balance Sheet Name under which you wish to qualify Post Office Box Street Address (required) ( 1 Telephone Mark only one: City City Fax Individual Limited Partnership General Partnership Corporation Limited Liability Company State State Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) Zip Code Zip Code Email/mail this questionnaire along with financial statements to the appropriate group below. A separate submittal is required for water/sewer, paving, and lighting: Work Category — Water Department Water/sewer Work Category — TPW Paving Work Category — TPW Ped/Rdwy Lighting iohn.kasavichnn,FortWorthTexas.eov Alicia. Garciaafortworthtexas.eov clint.hooverna,fortworthtexas.eov Fort Worth Water Department Engineering and City of Fort Worth Transportation and Public City of Fort Worth TPW Transportation Fiscal Services Division 200 Texas St. Fort Works Dept, 8851 Camp Bowie West Blvd. Management Attn: Clint Hoover, P.E. 5001 Worth, TX 76102 Fort Worth, Texas 76116 Attn: Alicia Garcia James Ave. Fort Worth, TX76115 *Financial Statements must be mailed. Mark the envelope: "Bidder Prequalification Application" 0045 13 - 2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s) which are applicable — Block 3 is to be left blank if Block 1 and/or Block 2 is checked) Has fewer than 100 employees and/or Has less than $6,000,000.00 in annual gross receipts OR Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. Select major work categories for which you would like to be prequalified (City may deem you are not qualified for selected category or may approve you at a lesser size/length and maximum size may not be listed specifically under a major work category): MAJOR WORK CATEGORIES _ Water Department X Augur Boring - 24-inch diameter casing and less _ Augur Boring - Greater than 24-inch diameter casing and greater _ Tunneling — 36-Inches — 60 —inches, and 350 LF or less _ Tunneling - 36-Inches — 60 —inches, and greater than 350 LF Tunneling — 66" and greater, 350 LF and greater Tunneling — 66" and greater, 350 LF or Less _ Cathodic Protection _ Water Distribution, Development, 8-inch diameter and smaller _ Water Distribution, Urban and Renewal, 8-inch diameter and smaller _ Water Distribution, Development, 12-inch diameter and smaller X Water Distribution, Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development, 24-inches and smaller _ Water Transmission, Urban/Renewal, 24-inches and smaller Water Transmission, Development, 42-inches and smaller _ Water Transmission, Urban/Renewal, 42-inches and smaller Water Transmission, Development, All Sizes _ Water Transmission, Urban/Renewal, All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches — 36-inches Sewer Bypass Pumping 42-inches and larger _ CCTV, 8-inches and smaller _ CCTV, 12-inches and smaller _ CCTV, 18-inches and smaller CCTV, 24-inches and smaller CITY OF FORT WORTH ter Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN. 105062-3 Revised August 13, 2021 0045 13 - 3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 MAJOR WORK CATEGORIES, CONTINUED CCTV, 42-inches and smaller _ CCTV, 48-inches and smaller _ Sewer CIPP, 12-inches and smaller _ Sewer CIPP, 24-inches and smaller _ Sewer CIPP, 42-inches and smaller Sewer CIPP, All Sizes Sewer Collection System, Development, 8-inches and smaller _ Sewer Collection System, Urban/Renewal, 8-inches and smaller _ Sewer Collection System, Development, 12-inches and smaller _ Sewer Collection System, Urban/Renewal, 12-inches and smaller _ Sewer Interceptors, Development, 24-inches and smaller _ Sewer Interceptors, Urban/Renewal, 24-inches and smaller _ Sewer Interceptors, Development, 42-inches and smaller _ Sewer Interceptors, Urban/Renewal, 42-inches and smaller _ Sewer Interceptors, Development, 48-inches and smaller _ Sewer Interceptors, Urban/Renewal, 48-inches and smaller _ Sewer Pipe Enlargement 12-inches and smaller _ Sewer Pipe Enlargement 24-inches and smaller _ Sewer Pipe Enlargement, All Sizes _ Sewer Cleaning, 24-inches and smaller _ Sewer Cleaning, 42-inches and smaller _ Sewer Cleaning, All Sizes _ Sewer Cleaning, 8-inches and smaller _ Sewer Cleaning, 12-inches and smaller _ Sewer Siphons 12-inches or less _ Sewer Siphons 24-inches or less _ Sewer Siphons 42-inches or less _ Sewer Siphons All Sizes _ Transportation Public Works X Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance (UNDER $1,000,000) Asphalt Paving Heavy Maintenance ($1,000,000 and OVER) Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards)* Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER)* Roadway and Pedestrian Lighting NOTE *There is not a prequalification requirement for installation of concrete sidewalk, curb & gutter, driveways, and panel replacement, only concrete paving CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN. 105062-3 Revised August 13, 2021 0045 13 - 4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 8 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in had: (a) As a General Contractor: construction work has your organization (b) As a Sub -Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CLASS LOCATION CONTRACT OF DATE CITY -COUNTY - AMOUNT WORK COMPLETED STATE *If requalifying only show work performed since last statement. 5. Have you ever failed to complete any work awarded to you? If so, where and why? NAME AND DETAILED ADDRESS OF OFFICIAL TO WHOM YOU REFER 6. Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual, other organization and reason. 7. Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of the individual, name of owner and reason. CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN. 105062-3 Revised August 13, 2021 004513-5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 8. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so, when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? PRESENT MAGNITUDE POSITION OR YEARS OF AND TYPE OF IN WHAT NAME OFFICE EXPERIENCE WORK CAPACITY 13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee, please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN. 105062-3 Revised August 13, 2021 CORPORATION BLOCK If a corporation: Date of Incorporation Charter/File No. President Vice Presidents Secretary Treasurer LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Officers or Managers (with titles, if any) 004513-6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 PARTNERSHIP BLOCK If a partnership: State of Organization Date of organization Is partnership general, limited, or registered limited liability partnership? File No. (if Limited Partnership) General Partners/Officers Limited Partners (if applicable) Individuals authorized to sign for Partnership Except for limited partners, the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals, please attach a certified copy of the corporate resolution, corporate minutes, partnership agreement, power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH ter Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN. 105062-3 Revised August 13, 2021 0045 13-7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 14. Equipment TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as 'various". The City, by allowing you to show only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include, the manufacturer, model, and general common description of each. ITEM QUANTITY 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various - ITEM DESCRIPTION TOTAL BALANCE SHEET VALUE CITY OF FORT WORTH ter Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN. 105062-3 Revised August 13, 2021 004513-8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force, necessary to verify said statement. , being duly sworn, deposes and says that he/she is the of , the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this day of Notary Public Notary Public must not be an officer, director, or stockholder or relative thereof. CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN. 105062-3 Revised August 13, 2021 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 004526-1 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. 105062-3. 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. CO • TRACTOR: By: Company (Please Print) Address TX 7�i11116 City/State/Zip THE STATE OF TEXAS § COUNTY OF TARRANT § Signature:Q cscs�y%� � 1 d Title: (Please Print) BEFORE ME, the un ersi ned authority, on this day personally appeared known to me to be the person whose name is subscribed to the foregoifig instrument, and acknowledged to me that he/she executed the same as the act and deed of ;�- for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of /yJ4y , 20, 5" gMANDA S JONKERS Notary Public " ° f STATE OF TEXAS Ne notary ID # 134843983 My Comm. LV. December 21, 2027 Notary Public in and for the State of Texas 39 END OF SECTION 40 CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN. 105062-3 Revised July 1, 2011 004540-1 Business Equity Goal Page 1 of 2 1 SECTION 00 45 40 2 Business Equity Goal 4 APPLICATION OF POLICY 5 If the total dollar value of the contract is $100,000 or more, then a Business Equity goal is applicable. 6 A Business Equity Firm refers to certified Minority-, and/or Women-, owned Business Enterprises 7 (M/WBEs). 8 9 POLICY STATEMENT 10 It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity 11 Firms when applicable, in the procurement of all goods and services. All requirements and regulations 12 stated in the City's Business Equity Ordinance No.25165-10-2021, (replacing Ordinance No. 24534-11- 13 2020 (codified at: htt_Ds://codelibrarv_ .amle2_ al.com/codes/ftworth/latest/ftworthtx/0-0-0-22593) apply to 14 this bid. 15 16 BUSINESS EOUITY PROJECT GOAL 17 The City's Business Equity goal on this project is 12.89% of the total bid value of the contract (Base bid 18 applies to Parks and Community Services). 19 20 METHODS TO COMPLY WITH THE GOAL 21 On City contracts where a Business Equity Goal is applied, offerors are required to comply with the City's 22 Business Equity Ordinance by meeting or exceeding the above stated goal or otherwise comply with the 23 ordinance through one of the following methods: 1. Commercially useful services performed by a 24 Business Equity prime contractor, 2. Business Equity subcontracting participation, 3. Combination 25 of Business Equity prime services and Business Equity subcontracting participation, 4. Business 26 Equity Joint Venture/Mentor-Protege participation, 5. Good Faith Effort documentation, or 6. Prime 27 contractor Waiver documentation. 28 29 SUBMITTAL OF REOUIRED DOCUMENTATION 30 Applicable documents (listed below) must be submitted electronically with the other required bidding 31 documents at the time of the bid under the respective Project via the Procurement Portal: 32 httDS://fortworthtexas.bonfirehub.com/Dortal/?tab=ODenODDOrtunitieS 33 OR received no later than 2:00 p.m., on the third City business day after the bid opening date, 34 exclusive of the bid opening date with the respective Project via the Procurement Portal by 35 responding to the message sent within Bonfire to all the bidders. It is highly encouraged that bidders 36 submit required documentation at the time of bid submission. 37 38 The Offeror must submit one or more of the following documents: 39 1. Utilization Form and Letter(s) of Intent, if the goal is met or exceeded; 40 2. Letter of Intent, for all M/WBE Subcontractors; 41 3. Good Faith Effort Form and Utilization Form, including supporting documentation, if 42 participation is less than stated goal, or no Business Equity participation is accomplished; 43 4. Prime Contractor Waiver Form, including supporting documentation, if the Offeror will perform 44 all subcontracting/supplier opportunities; or 45 5. Joint Venture/Mentor-Protege Form, if goal is met or exceeded with a Joint Venture or Mentor- 46 Protege participation. 47 48 These forms can be accessed at: 49 Business Equity Utilization Form and Letter of Intent CITY OF FORT WORTH W ter Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN. 105062-3 Revised June 7, 2024 004540-2 Business Equity Goal Page 2 of 2 1 httDS://apes.fortworthtexas.2ov/Pro_iectResources/ResourcesP/60 - MWBEBusiness Equity Utilization 2 Form DVIN 2022 220324.Ddf 3 4 Letter of Intent 5 httDs://apes.fortworthtexas.aov/ProiectResources/ResourcesP/60 - MWBE/Letter of Intent DVIN 6 2021.Ddf 7 8 Business Equity Good Faith Effort Form 9 httDs://apes.fortworthtexas.aov/ProiectResources/ResourcesP/60 - MWBE/Good Faith Effort 10 Form DVIN2022.Ddf 11 12 Business Equity Prime Contractor Waiver Form 13 httDs://abbs.fortworthtexas.aov/ProiectResources/ResourcesP/60 - MWBE/MWBE Prime Contractor 14 Waiver-220313.Ddf 15 16 Business Equity Joint Venture Form 17 httDs://ai)ps.fortworthtexas.2ov/Pro_iectResources/ResourcesP/60 - MWBE/MWBE Joint 18 Venture 220225.vdf 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 FAILURE TO ACHIEVE THE GOAL OR OTHERWISE COMPLY WITH THE ORDINANCE WILL RESULT IN THE BIDDER/OFFEROR BEING DECLARED NON -RESPONSIVE AND THE BID REJECTED. FAILURE TO SUBMIT THE REOUIRED BUSINESS EOUITY DOCUMENTATION OR OTHERWISE COMPLY WITH THE ORDINANCE WILL RESULT IN THE BID BEING DECLARED NON- RESPONSIVE. THE BID REJECTED AND MAY SUBJECT THE BIDDER/OFFEROR TO SANCTIONS AS DESCRIBED IN SEC. 20-373 OF THE ORDINANCE. For Questions, Please Contact the Business Equity Division of the Access and Opportunity Services Department at (817) 392-2674. END OF SECTION CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN. 105062-3 Revised June 7, 2024 00 52 43 - 1 Agreement Page 1 of 6 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on 05/13/2025 , is made by and between the City of Fort Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, ("City"), and William J. Schultz, hic. dba'Circle C Construction Company _ , authorized to do business in Texas, acting by and through its duly authorized representative, ("Contractor"). City and Contractor may jointly be referred to as Parties. City and Contractor, inconsideration ofthe mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is genet -ally described as follows: Water Replacements on Camp Bowie (US Route 377 to Irene St) CPN 105062-3 Article 3. CONTRACT PRICE City agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount, in current funds, of.Nine Hundred Eighty -Eight Thousand Three Hundred and Five Dollars ($988,305.00). Contract price may be adjusted by change orders duly authorized by the Parties. Article 4, CONTRACT TIME 4.1 Final Acceptance. The Work shall be complete for Final Acceptance within 180 days after the date when the Contract Time commences to run, as provided in Paragraph 2.02 of the General Conditions, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. 4.2 Liquidated Damages Contractor recognizes that time is of the essence for completion of Milestones, if any, and to achieve Final Acceptance of the Work and City and the public will suffer from loss of use if the Work is riot completed within the time(s) specified in Paragraph 4.1 above. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding, the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City Seven Hundred and Seventv-Five Dollars ($775.00) for each day that expires after the time specified in Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH water Replacements on Camp nowic (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN. 105062-3 Revised March 8, 2024 00 52 43 - 2 Agreement Page 2 of 6 Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A.The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non -Resident Bidder 3) Prequalification Statement 4) State and Federal documents (project specific) b. Current Prevailing Wage Rate Table c. Insurance Certification Form (ACORD or equivalent) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit i. MBE and/or SBE Utilization Form 3. General Conditions. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. Article 6. INDEMNIFICATION 6.1 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 Drovision 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 Dart, by anv act, omission or negligence of the citv. 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. CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN. 105062-3 Revised March 8, 2024 00 52 43 - 3 Agreement Page 3 of 6 6.2 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 anv act, omission or negligence of the citv. Article 7. MISCELLANEOUS 7.1 Terms. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the City. 7.3 Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Severability/Non-Waiver of Claims. Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon City and Contractor. The failure of City or Contractor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or Contractor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 7.5 Governing Law and Venue. This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas, Fort Worth Division. 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement if signed by someone other than the duly authorized signatory of the Contractor. 7.7 Non -appropriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN. 105062-3 Revised March 8, 2024 00 52 43 - 4 Agreement Page 4 of 6 7.8 Prohibition On Contracts With Companies Boycotting Israel. Contractor, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of the Texas Government Code, if Contractor has 10 or more full time -employees and the contract value is $100,000 or more, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor's signature provides written verification to the City that if Chapter 2271, Texas Government Code applies, Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 7.9 Prohibition on Boycotting Energy Companies. Contractor acknowledges that in accordance with Chapter 2276 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more, which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and "company" have the meaning ascribed to those terms by Chapter 2276 of the Texas Government Code. To the extent that Chapter 2276 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 7.10 Prohibition on Discrimination Against Firearm and Ammunition Industries. Contractor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms "discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN. 105062-3 Revised March 8, 2024 005243-5 Agreement Page 5 of 6 7.11 Immigration Nationality Act. Contractor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Contractor shall provide City with copies of all 1-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Contractor employee who is not legally eligible to perform such services. CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. 7.12 No Third -Party Beneficiaries. This Agreement gives no rights or benefits to anyone other than the City and the Contractor and there are no third -party beneficiaries. 7.13 No Cause of Action Against Engineer. Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their sureties, shall maintain no direct action against the Engineer, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the City will be the beneficiary of any undertaking by the Engineer. The presence or duties of the Engineer's personnel at a construction site, whether as on -site representatives or otherwise, do not make the Engineer or its personnel in any way responsible for those duties that belong to the City and/or the City's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The Engineer and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN. 105062-3 Revised March 8, 2024 005243-6 Agreement Page 6 of 6 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective as of the date subscribed by the City's designated Assistant City Manager ("Effective Date"). Contractor: William J. Schultz, Inc. City of Fort Worth dba Circle C Constniction Company By: x Signature Teresa S. Skelly v�J (Printed Name) President Title 500 W. Trammell Address Fort Worth, TX 76140 City/State/Zip u 105 Date Jesica McEachern Assistant City Manager 06/18/2025 nn Date p� FF..... 9�d oa �° Attest: Apo o=a d44nn�°pga.,o Jannette Goodall, City Secretary (Seal) M&C: 25-0394 Date: May 13,2025 Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. P4-&KG Preeti KC, P.E. Water Department Approved as to Form and Legality: QCAV-11 Douglas Black (Jun 12, 202514:04 CDT) Douglas W. Black Sr. Assistant City Attorney APPROVAL RECOMMENDED: christo- el- tAgrier Christopher Hard r(Jun 12, 202508:30 CDT) Chris Harder, P.E., Director, Water Department OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN. 105062-3 Revised March 8, 2024 006113-1 PERFORMANCE BOND Page I of2 BOND NO. 101165232 1 SECTION 00 61.13 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, William J. Schultz, htc. dba Circle C Construction Company known as 8 "Principal" herein and Merchants Bonding Companv (Mutual) a corporate 9 surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a l I municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal 12 sutra of, **Nine Hundred Eighty -Eight Thousand Three Hundred and Five Dollars 13 ($ **988,305.00** ), lawful money of the United States, to be paid in Fort Worth, 14 Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, 15 our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these 16 presents. 17 WHEREAS, the Principal has entered into a certain written contract with the City awarded 18 the 13th day of May , 20 25 , which Contract is hereby referred to and made a part 19 hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other 20 accessories defined by law, in the prosecution of the Work, including any Change Orders, as 21 provided for in said Contract designated as Water Replacements on Camu Bowie (US Route 377 22 to Irene St). CPN 105062-3 23 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 24 shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully 25 perform the Work, including Change Orders, under the Contract, according to the plans, 26 specifications, and contract documents therein referred to, and as well during any period of 27 extension of the Contract that may be granted on the part of the City, then this obligation shall be 28 and become null and void, otherwise to remain in full force and effect. 29 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 30 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Foil 31 Worth Division. CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN. 105062-3 Revised December 8, 2023 006113-2 PERFORMANCE BOND Page 2 of 2 I 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 band shall be determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WHERE' OF, the Principal and the Surety have SIGNED and SEALED this 5 instrument by duly authorized agents and officers on this the '�r day of — L. 6 520 25 . 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 ATTEST: m' (Principal) Secretary Michele S. anlcford Witness as to Principal X Witness as to Surety John A. Mffler PRINCIPAL: William J. Schultz, Inc. dba _ Circle__C Construrtitln-Colrlgany BY: Signature Teresa S. Skelly, President Name and Title Address: 500 W. Trammell SURETY: Merchants go in Com an Mutu BY: tgnature Sheryl A. Klutts. Attorney -in -Fact _ Name and Title Address: - _ 6700 Westown Parkway — West Des Moiues,JA_ffl266_.27.5_4 Telephone Number: (800) 678.8171 _ Email Address: she 1 0,iohnamillerassocinc.cont *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 Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRICTION SPECIFICATION DOCumEN'rs CM 105062-3 Revised December 8, 2023 MERCHANT7494, BONDING COMPANY-., POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa, d/b/a Merchants National Indemnity Company (in California only) (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, John A Miller; Sheryl A Klutts their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and April 27, 2024 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015 and amended on April 27, 2024. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 29th day of July 2024 • '�•�10 N • • • G . • • • MERCHANTS BONDING COMPANY (MUTUAL) O'•'Q•A q� �'•. •0�N . • �Q/%••. MERCHANTS NATIONAL BONDING, INC. 'RPO/�,' �O •Q� V,PO ' A•y % d/b/a MERCHANTS NATIONAL INDEMNITY COMPANY 2003 ;'�i7 ` �''� 1933 r c; By 6' • STATE OF IOWA •••���' ' �} .•' ••••''� yY `.••• President COUNTY OF DALLAS ss. ��+"""'��� On this 29th day of July 2024 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. `pRIA4 Penni Miller Z o 'P Commission Number 787952 ` - • • My Commission Expires p IOWP January 20, 2027 J` Notary Public (Expiration of notary's commission does not invalidate this instrument) I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 13th day of May 2025 . c•.• PO ' .6W .•o.. APO 'Oy• tll 2003 ; �; 1933 C' Secretary POA 0018 (6/24) ""' 0061 14-1 PAYMENT BOND Page 1 oF2 BOND NO. 101165232 1 SECTION 00 61 14 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, William J. Schultz._Inc. dba Cir_sde-CConstructimi-company.._, —, known 8 as "Principal" herein, and 9 Merchants Bonding Company (Mutual) _ , a corporate surety 10 (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein 11 (whether one or more), are held and fumly bound unto the City of Fort Worth, a municipal 12 corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the 13 penal sum of Nine Hundred Eight�;_Eight Thousand Three Hundred and Five 14 Dollars ($ 988,305.00), lawful money of the United States, to be paid in Fort Worth, Tarrant 15 County, Texas, for the payment of which sum well and truly be made, we bind ourselves, our 16 heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: 17 18 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 19 13th day of _ May ` 20 25 , which Contract is hereby referred to and 20 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, 21 labor and other accessories as defined by law, in the prosecution of the Work as provided for 22 in said Contract and designated as Water Replacements on Camp Bowie US Route 377 to Irene St CPN 105062-3 23 24 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that 25 if Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined 26 in Chapter 2253 of the Texas Goverrunent Code, as amended) in the prosecution of the Work 27 under the Contract, then this obligation shall be and become null and void; otherwise to remain in full force and effect. 28 29 This bond is made and executed in compliance with the provisions of Chapter 2253 of 30 the Texas Government Code, as amended, and all liabilities on this bond shall be 31 determined in accordance with the provisions of said statute. CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene st) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN. 105062-3 Revised December 8, 2023 0061 14 - 2 PAYMENT BOND Page 2 of 2 1 IN WITNESS WHERIKOF, the Principal and Surety have each SIGNEUnd SEALED 2 this instrument by duly authorized agents and officers on this the -�_ day of 3 _ami . , 20 25 4 5 6 7 8 9 10 11 12 ATTEST: (Principal) Secretary Michele S. L kford Witness as to Principal ATTEST: (Surety) Secretary i Witness as to SureWMiller PRINCIPAL: William J. So111dtz>j1W .. dha Cirole C�i��mp�, BY: Signature ~ Teresa S. Ski, President , Name and Title Address: 500 W. Tran 1_nr. ..a____ Fort _ >r lt,-T=as ML40--- SURETY: Merchants B d' Cotnaaii Muh.a.l) BY. . Sign 4t re Sheryl A. Mutts, Attorney -in -Fact Name and Title Address: 6700 Westown Parkway _^ West Des Moines 50 66-7754 Telephone Number: (800) 678-8171 Email Address: sheryl(ajoluiamillerassocuic.com 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 Replacements on Camp Howie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN. I05062-3 Revised December 8, 2023 MERCHANTS%$, BONDING COMPANY POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa, d/b/a Merchants National Indemnity Company (in California only) (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, John A Miller; Sheryl A Klutts their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and April 27, 2024 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015 and amended on April 27, 2024. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 29th day of July 2024 .•`""""••. . • • • • 0 MERCHANTS BONDING COMPANY (MUTUAL) �� ••.•'�P�Nq<•�;�� ;•�Q\NG•�Di%A.• MERCHANTS NATIONAL BONDING, INC. ��RPORq��O.ORP09q. yy.• d/b/a MERCHANTS NATIONAL INDEMNITY COMPANY �. •� J..L� 2003 : c�i �a • 1933 C__ ; By '. • ':iJaJ• �• elf/ ' \�a•• President STATE OFIOWA �'•� f!7 •••.••� •'•.,���..•• COUNTY OF DALLAS ss. """• On this 29th day of July 2024 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. --" plA( Penni Miller Z . Commission Number 787952 , - • • My Commission Expires p IOWP January 20, 2027 �' ` Notary Public (Expiration of notary's commission does not invalidate this instrument) I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 13th day of May 2025 . •••.......... ....... oG �••�'oRPOgq•6'oo ���?p�Q09,0A�.y: :art -0- v:a: •z:r -0- of Z 1933 Secretary v. 2003y.• POA0018 (6/24) '••••••• 0061 19 - 1 MAINTENANCE BOND Page 1 of 3 BOND NO. 101165232 1 SECTION 00 6119 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRA NT § 7 8 That we Williatn J. Schultz, Inc. dba Circle C Constiuction ni any known as 9 "Principal" herein and Merchants Bonding Company„(Mutual) _, __ , a corporate surety 10 (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" 11 herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal 12 corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the sum 13 ofNine Hundred Eighty -Eight Thousand Three Hundred Fivenollars ($___ **988,305.00** _....... 4 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment 15 of which sum well and truly be made unto the City and its successors, we bind ourselves, our heirs, 16 executors, administrators, successors and assigns, jointly and severally, firmly by these presents. f 18 WHEREAS, the Principal has entered into a certain written contract with the City awarded 19 the 13th day of May ) 20 25 , which Contract is hereby 20 referred to and amade part hereof for all purposes as if fully set forth herein, to furnish all materials, 21 equipment labor and other accessories as defined by law, in the prosecution of the Work, including 22 any Work resulting from a duly authorized Change Order (collectively herein, the "Work') as 23 provided for in said contract and designated as Water Reolacements on Camp Bowie -US Route 24 377 and Irene SO, CPN 105062-3 and 25 26 WHEREAS, Principal binds itself to use such materials and to so constrict the Work in 27 accordance with the plans, specifications and Contract Documents that the Work is and will remain 28 free from defects in materials or workmanship for and during the period of two (2) years after the 2.9 date of Final Acceptance of the Work by the City ("Maintenance Period"); and 30 31 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon 32 receiving notice from the City of the need therefor at any time within the Maintenance Period. 33 CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN.105062-3 Revised December 8, 2023 MERCHANT'711�, BONDING COMPANY-,, POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa, d/b/a Merchants National Indemnity Company (in California only) (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, John A Miller; Sheryl A Klutts their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and April 27, 2024 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015 and amended on April 27, 2024. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 29th day of July 2024 •. •,, , • • "' • •. MERCHANTS BONDING COMPANY (MUTUAL) '�•,�P(10Nq� ��•• • �\NG ��A•• • MERCHANTS NATIONAL BONDING, INC. �y -�RPORq� r �O�QtPO 4�q�� • d/b/a MERCHANTS NATIONAL INDEMNITY COMPANY _ �;o� •� 2003 S o y . 1933 c: By ••••�Ii.•••........•�?',• '.•.i�jv • lrf �:•• President STATE OF IOWA •••.•,.„••••• • • • +• COUNTY OF DALLAS ss. On this 29th day of July 2024 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. i�OA4 tiP s Penni Miller Z q Commission Number 787952 • • My Commission Expires p IOWP January 20, 2027 �- '�` Notary Public (Expiration of notary's commission does not invalidate this instrument) I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 13th day of May 2025 . -4� -0- y " 2003 1933 c; Secretary sd .• : �,: ..• y�;. ..tea••• POA 0018 (6/24) }ht MERCHANTS BONDING COMPANY,. MERCHANTS BONDING COMPANY (MUTUAL.) • MERCHANTS NATIONAL. BONDING, INC:. P.O. BOX 14498 • DES MOINES, IOWA 50306-3498 • (800) 678-8171 - (515) 243-3854 FAX Please send all notices of claim on this bond to: Merchants Bonding Company (Mutual) / Merchants National Bonding, Inc. P.O. Box 14498 Des Moines, Iowa 50306-3498 (515) 243-8171 (800) 678-8171 Physical Address: 6700 Westown Parkway, West Des Moines, Iowa 50266 SUP 0073 TX (2/15) 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 006125-1 CERTIFICATE OF INSURANCE Page 1 of 1 SECTION 00 6125 CERTIFICATE OF INSURANCE [Assembler: For Contract Document execution, remove this page and replace with standard ACORD Certificate of Insurance form.] END OF SECTION CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN. 105062-3 Revised July 1, 2011 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Article 1 — Definitions and Terminology ..................................... 1.01 Defined Terms.......................................................... 1.02 Terminology............................................................. Article 2 — Preliminary Matters............................................................. 2.01 Copies of Documents........................................................ 2.02 Commencement of Contract Time; Notice to Proceed .... 2.03 Starting the Work.............................................................. 2.04 Before Starting Construction ............................................ 2.05 Preconstruction Conference .............................................. 2.06 Public Meeting.................................................................. 2.07 Initial Acceptance of Schedules ........................................ Article 3 — Contract Documents: Intent, Amending, Reuse ......... 3.01 Intent........................................................................... 3.02 Reference Standards ................................................... 3.03 Reporting and Resolving Discrepancies .................... 3.04 Amending and Supplementing Contract Documents 3.05 Reuse of Documents .................................................. 3.06 Electronic Data........................................................... Page ......................................1 ......................................1 ...................................... 6 ................... 7 .................. 7 .................. 7 .................. 8 .................. 8 .................. 8 .................. 8 .................. 8 Article 4 — Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points...........................................................................................................11 4.01 Availability of Lands.................................................................................................................. 11 4.02 Subsurface and Physical Conditions..........................................................................................12 4.03 Differing Subsurface or Physical Conditions.............................................................................12 4.04 Underground Facilities...............................................................................................................13 4.05 Reference Points.........................................................................................................................14 4.06 Hazardous Environmental Condition at Site..............................................................................14 Article 5 — Bonds and Insurance.....................................................................................................................16 5.01 Licensed Sureties and Insurers................................................................................................... 16 5.02 Performance, Payment, and Maintenance Bonds.......................................................................16 5.03 Certificates of Insurance.............................................................................................................16 5.04 Contractor's Insurance................................................................................................................18 5.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................19 Article 6 — Contractor's Responsibilities........................................................................................................19 6.01 Supervision and Superintendence...............................................................................................19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 6.02 Labor; Working Hours................................................................................................................20 6.03 Services, Materials, and Equipment........................................................................................... 20 6.04 Project Schedule..........................................................................................................................21 6.05 Substitutes and "Or-Equals"....................................................................................................... 21 6.06 Concerning Subcontractors, Suppliers, and Others....................................................................24 6.07 Wage Rates..................................................................................................................................25 6.08 Patent Fees and Royalties........................................................................................................... 26 6.09 Permits and Utilities....................................................................................................................27 6.10 Laws and Regulations................................................................................................................. 27 6.11 Taxes...........................................................................................................................................28 6.12 Use of Site and Other Areas....................................................................................................... 28 6.13 Record Documents......................................................................................................................29 6.14 Safety and Protection.................................................................................................................. 29 6.15 Safety Representative.................................................................................................................. 30 6.16 Hazard Communication Programs............................................................................................. 30 6.17 Emergencies and/or Rectification............................................................................................... 30 6.18 Submittals....................................................................................................................................31 6.19 Continuing the Work................................................................................................................... 32 6.20 Contractor's General Warranty and Guarantee..........................................................................32 6.21 Indemnification......................................................................................................................... 33 6.22 Delegation of Professional Design Services.............................................................................. 34 6.23 Right to Audit.............................................................................................................................. 34 6.24 Nondiscrimination.......................................................................................................................35 Article 7 - Other Work at the Site................................................................................................................... 35 7.01 Related Work at Site................................................................................................................... 35 7.02 Coordination................................................................................................................................36 Article 8 - City's Responsibilities................................................................................................................... 36 8.01 Communications to Contractor...................................................................................................36 8.02 Furnish Data................................................................................................................................36 8.03 Pay When Due............................................................................................................................36 8.04 Lands and Easements; Reports and Tests...................................................................................36 8.05 Change Orders.............................................................................................................................36 8.06 Inspections, Tests, and Approvals.............................................................................................. 36 8.07 Limitations on City's Responsibilities....................................................................................... 37 8.08 Undisclosed Hazardous Environmental Condition....................................................................37 8.09 Compliance with Safety Program............................................................................................... 37 Article 9 - City's Observation Status During Construction...........................................................................37 9.01 City's Project Manager............................................................................................................37 9.02 Visits to Site................................................................................................................................ 37 9.03 Authorized Variations in Work..................................................................................................38 9.04 Rejecting Defective Work..........................................................................................................38 9.05 Determinations for Work Performed..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work ..................... 38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 Article 10 - Changes in the Work; Claims; Extra Work................................................................................38 10.01 Authorized Changes in the Work............................................................................................... 38 10.02 Unauthorized Changes in the Work........................................................................................... 39 10.03 Execution of Change Orders....................................................................................................... 39 10.04 Extra Work.................................................................................................................................. 39 10.05 Notification to Surety.................................................................................................................. 39 10.06 Contract Claims Process............................................................................................................. 40 Article 11 - Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement- 11.01 Cost of the Work..................................................................................................... 11.02 Allowances.............................................................................................................. 11.03 Unit Price Work...................................................................................................... 11.04 Plans Quantity Measurement.................................................................................. Article 12 - Change of Contract Price; Change of Contract Time ................................. 12.01 Change of Contract Price............................................................................ 12.02 Change of Contract Time............................................................................ 12.03 Delays.......................................................................................................... Article 13 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ... 13.01 Notice of Defects.................................................................................................... 13.02 Access to Work....................................................................................................... 13.03 Tests and Inspections.............................................................................................. 13.04 Uncovering Work.................................................................................................... 13.05 City May Stop the Work......................................................................................... 13.06 Correction or Removal of Defective Work............................................................ 13.07 Correction Period.................................................................................................... 13.08 Acceptance of Defective Work............................................................................... 13.09 City May Correct Defective Work......................................................................... .41 ..41 ..43 .. 44 .. 45 Article 14 - Payments to Contractor and Completion....................................................................................52 14.01 Schedule of Values...................................................................................................................... 52 14.02 Progress Payments...................................................................................................................... 52 14.03 Contractor's Warranty of Title................................................................................................... 54 14.04 Partial Utilization........................................................................................................................ 55 14.05 Final Inspection...........................................................................................................................55 14.06 Final Acceptance......................................................................................................................... 55 14.07 Final Payment..............................................................................................................................56 14.08 Final Completion Delayed and Partial Retainage Release........................................................ 56 14.09 Waiver of Claims........................................................................................................................ 57 Article 15 - Suspension of Work and Termination........................................................................................ 57 15.01 City May Suspend Work............................................................................................................. 57 15.02 City May Terminate for Cause................................................................................................... 58 15.03 City May Terminate For Convenience....................................................................................... 60 Article 16 - Dispute Resolution...................................................................................................................... 61 16.01 Methods and Procedures.............................................................................................................61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 Article 17 — Miscellaneous ............................................. 17.01 Giving Notice ............................................. 17.02 Computation of Times ............................... 17.03 Cumulative Remedies ................................ 17.04 Survival of Obligations .............................. 17.05 Headings ..................................................... CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 ................................................................................. 62 ................................................................................. 62 ................................................................................. 62 ................................................................................. 62 ................................................................................. 63 ................................................................................. 63 007200-1 GENERAL CONDITIONS Page 1 of 63 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed -defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda —Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement —The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment —The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos —Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award — Authorization by the City Council for the City to enter into an Agreement. 6. Bid —The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder —The individual or entity who submits a Bid directly to City. 8. Bidding Documents —The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements —The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 2 of 63 12. Change Order —A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 13. City— The City of Fort Worth, Texas, a home -rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 14. City Attorney — The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 15. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 16. City Manager — The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 17. Contract Claim —A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 18. Contract —The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether written or oral. 19. Contract Documents —Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 20. Contract Price —The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 21. Contract Time —The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance. 22. Contractor —The individual or entity with whom City has entered into the Agreement. 23. Cost of the Work —See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 3 of 63 24. Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 25. Day or day — A day, unless otherwise defined, shall mean a Calendar Day. 26. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 27. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Planning and Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Water Department — The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. 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. 32. Effective Date of the Agreement —The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 33. Engineer —The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 34. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 35. Field Order — A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 36. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 4 of 63 37. 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. 38. General Requirements —Sections of Division 1 of the Contract Documents. 39. Hazardous Environmental Condition —The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 40. Hazardous Waste —Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 41. 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. 42. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 43. Major Item — An Item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or $25,000 whichever is less. 44. Milestone —A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 45. Notice of Award —The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 46. Notice to Proceed —A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 47. PCBs —Polychlorinated biphenyls. 48. Petroleum —Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non -Hazardous Waste and crude oils. 49. Plans — See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 5 of 63 50. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 51. Project —The Work to be performed under the Contract Documents. 52. Project Manager —The authorized representative of the City who will be assigned to the Site. 53. Public Meeting — An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 54. Radioactive Material —Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 55. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 56. 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. 57. 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. 58. Schedule of Values —A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 59. Site —Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights -of -way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 60. 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. 61. Subcontractor —An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-I GENERAL CONDITIONS Page 6 of 63 62. 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. 63. Substantial Completion — The stage in the progress of the Project when the Work is sufficiently complete in accordance with the Contract Documents for Final Inspection. 64. Successful Bidder —The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions —That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities —All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69 Unit Price Work —See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours — Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work —The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.13 through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms orAdjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 — PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time; Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given no earlier than 14 days after the Effective Date of the Agreement, unless agreed to by both parties in writing. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to the Public Meeting if scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3 — CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation, (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 1 I of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's on-line electronic document management and collaboration system site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4 — AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if: 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated.• The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated.• 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized.- Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06. G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 16 of 63 ARTICLE 5 — BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney -in -fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (other evidence of insurance requested by City or any other additional insured) in at least the minimum amount as specified in the Supplementary Conditions which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured" on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 11. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first -dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non -owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 — CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 01 32 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or -Equals " A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. "Or -Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 23 of 63 c) 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: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.13. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority and Women Business Enterprise Compliance: 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 MWBE goal, Contractor is required to comply with the intent of the City's MWBE Business Enterprise Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by 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 MWBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 1 lth day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Affadavit. Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code related to paying prevailing wage rates on completion of the project. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 27 of 63 the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.13. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: hUs://co=troUer.texas. Qov/taxes/permit/ 6.12 Use of Site and Other Areas A. Limitation on Use of Site and OtherAreas: Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 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 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For -Information -Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review.• 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.B. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDFD TO OPERATE AND BF FFFF,CTIVF F`TFN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 34 of 63 SPECIFICALLY INTFNDFD TO OPERATE AND BE EFFECTTVF FVFN IF TT TS ALLEGED OR PROVEN THAT ALL OR SOME, OF THE DAMAGES RFTNG SOUGHT WERE CAUSED. TN WVLOLE OR IN PART. BY ANY ACT. OMjSSTON OIR NEGLIGFNCF, OF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit - related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7 — OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8 — CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements; Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is identified in the Supplementary Conditions. 9.02 Visits to Site A. City's Project Manager will make 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 Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Manager'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 Manager's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 38 of 63 9.03 Authorized Variations in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.0 LA, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11— COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included.- The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.013, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.0l.B, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55% markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded.• The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.0I.A.I or specifically covered by Paragraph 11.0I.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.13, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre -bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 44 of 63 a. the pre -bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre -bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 46 of 63 E. For callout work or non -site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.0l.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.0l.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.0l.A.1, 11.0l.A.2. and 11.0l.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.01.A.4 and 11.01.A.5, the Contractor's fee shall be five percent (5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.0l.C.2.a and 12.0l.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.0l.A.1 and 11.0l.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; no fee shall be payable on the basis of costs itemized under Paragraphs I1.0l.A.6, and 11.01.13; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. 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 acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as described in subsection C. unless otherwise stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 53 of 63 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules, that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor; or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective or completed Work has been damaged by the Contractor or subcontractors requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement will be assessed against the monies due the Contractor, not as a penalty, but as damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any 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 for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Finallnspection A. Upon written notice from Contractor that the entire Work is Substantially Complete in accordance with the Contract Documents: 1. Within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective ("Punch List Items"). Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification to the City of Substantial Completion and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 2. Should the City concur that Substantial Completion has been achieved with the exception of any Punch List Items, Contract Time will resume for the duration it takes for Contractor to achieve Final Acceptance. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments for employees, subcontractors, and suppliers; and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15 — SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011 established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.13, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16 — DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.1) shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17 — MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 007200-1 GENERAL CONDITIONS Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 73 00 SUPPLEMENTARY CONDITIONS SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions Pagel of 5 These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-3.03B.2, "Resolving Discrepancies" Plans govern over Specifications. SC-4.01A Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.01A.1., "Availability of Lands" The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of August 15, 2024: Outstanding Right -Of -Way, and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION NONE The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. SC-4.01A.2, "Availability of Lands" CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN. 105062-3 Revised March 8, 2024 00 73 00 SUPPLEMENTARY CONDITIONS Page 2 of 5 Utilities or obstructions to be removed, adjusted, and/or relocated The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated as of August 15, 2024: EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT NONE The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4.02A., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: A Geotechnical Engineering Study Report No. 103-23-519, dated May, 2024, prepared by CMJ Engineering, Inc., a sub -consultant of Kimley-Horn and Associates, Inc., a consultant of the City, providing additional information on existing geotechnical conditions. The following are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site of the Work: NONE SC-4.06A., "Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: NONE SC-5.03A., "Certificates of Insurance" The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) City (2) Consultant: Kimley-Horn and Associates, Inc. (3) Other: NONE SC-5.04A., "Contractor's Insurance" The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A. Workers' Compensation, under Paragraph GC-5.04A. Statutory limits Employer's liability $100,000 each accident/occurrence $100, 000 Disease - each employee $500, 000 Disease -policy limit CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN. 105062-3 Revised March 8, 2024 00 73 00 SUPPLEMENTARY CONDITIONS Page 3 of 5 SC-5.04B., "Contractor's Insurance" 5.04B. Commercial General Liability, under Paragraph GC-5.0413. Contractor's Liability Insurance under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with minimum limits of: $1, 000,000 each occurrence $2, 000, 000 aggregate limit The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. SC 5.04C., "Contractor's Insurance" 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non -owned. $1, 000, 000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: $250, 000 Bodily Injury per person / $500, 000 Bodily Injury per accident / $100, 000 Property Damage SC-5.04D., "Contractor's Insurance" The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks NONE The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a "Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: (1) General Aggregate: (2) Each Occurrence: Required for this Contract X Not required for this Contract CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN. 105062-3 Revised March 8, 2024 00 73 00 SUPPLEMENTARY CONDITIONS Page 4 of 5 With respect to the above outlined insurance requirements, the following shall govern: 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. 2. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of -way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. 3. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at -grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. 4. If no grade separation is involved but other work is proposed on a railroad company's right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. SC-6.04., "Project Schedule" Project schedule shall be tier 3 for the project. SC-6.07 A.., "Duty to pay Prevailing Wage Rates" The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: 2013 Prevailing Wage Rates A copy of the table is also available by accessing the City's website at: htti)s:Hapus.fortworthtexas.gov/Proi ectResources/ You can access the file by following the directory path: 02-Construction Documents/Specifications/Div00 — General Conditions SC-6.09., "Permits and Utilities" SC-6.09A., "Contractor obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 1. SWPPP CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN. 105062-3 Revised March 8, 2024 00 73 00 SUPPLEMENTARY CONDITIONS Page 5 of 5 SC-6.09B. "City obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the City: 1. 12" TxDOT RULIS Approval for US Route 377 Crossing SC-6.09C. "Outstanding permits and licenses" The following is a list of known outstanding permits and/or licenses to be acquired, if any as of August 15, 2024: Outstanding Permits and/or Licenses to Be Acquired NONE SC-7.02., "Coordination" The individuals or entities listed below have contracts with the City for the performance of other work at the Site: NONE SC-8.01, "Communications to Contractor" NONE SC-9.01., "City's Project Manager" The City's Project Manager for this Contract is Preeti, KC, P.E. or his/her successor pursuant to written notification from the Director of Water Department. SC-13.03C., "Tests and Inspections" NONE SC-16.01C.1, "Methods and Procedures" NONE END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F. Griffin SC-9.01., "City's Project Representative" wording changed to City's Project Manager. 3/9/2020 D.V. Magana SC-6.07, Updated the link such that files can be accessed via the City's website. 10/06/23 Michael Owen SC-6.07, Allow affidavit regarding paying prevailing wages to be submitted on completion of job, as opposed to with each progress report 3/08/24 Michael Owen Removed revisions related to affidavit, as those changes have been made in General Conditions CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN. 105062-3 Revised March 8, 2024 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 01 11 00 SUMMARY OF WORK 011100-1 SUMMARY OF WORK Pagel of 3 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1 - General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 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 Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised December 20, 2012 011100-2 SUMMARY OF WORK Page 2 of 3 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise, clear all rights -of -way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 18 lawns, fences, culverts, curbing, and all other types of structures or improvements, 19 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 20 appurtenances thereof, including the construction of temporary fences and to all 21 other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation, company, individual, or other, either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act, omission, neglect, or misconduct in the manner or method or 31 execution of the Work, or at any time due to defective work, material, or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight, and/or at all times to 38 provide site security. 39 c. The cost for all fence work within easements, including removal, temporary 40 closures and replacement, shall be subsidiary to the various items bid in the 41 project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised December 20, 2012 011100-3 SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised December 20, 2012 012500-1 SUBSTITUTION PROCEDURES Page 1 of 4 1 SECTION 01 25 00 2 SUBSTITUTION PROCEDURES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to a product which is specified by descriptive or performance criteria or 8 defined by reference to 1 or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor 11 c. Trade name 12 d. Catalog number 13 2. Substitutions are not "or -equals". 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 — General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various items bid. 22 No separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Request for Substitution - General 26 1. Within 30 days after award of Contract (unless noted otherwise), the City will 27 consider formal requests from Contractor for substitution of products in place of 28 those specified. 29 2. Certain types of equipment and kinds of material are described in Specifications by 30 means of references to names of manufacturers and vendors, trade names, or 31 catalog numbers. 32 a. When this method of specifying is used, it is not intended to exclude from 33 consideration other products bearing other manufacturer's or vendor's names, 34 trade names, or catalog numbers, provided said products are "or -equals," as 35 determined by City. 36 3. Other types of equipment and kinds of material may be acceptable substitutions 37 under the following conditions: 38 a. Or -equals are unavailable due to strike, discontinued production of products 39 meeting specified requirements, or other factors beyond control of Contractor; 40 or, CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised July 1, 2011 012500-2 SUBSTITUTION PROCEDURES Page 2 of 4 1 b. Contractor proposes a cost and/or time reduction incentive to the City. 2 1.5 SUBMITTALS 3 A. See Request for Substitution Form (attached) 4 B. Procedure for Requesting Substitution 5 1. Substitution shall be considered only: 6 a. After award of Contract 7 b. Under the conditions stated herein 8 2. Submit 3 copies of each written request for substitution, including: 9 a. Documentation 10 1) Complete data substantiating compliance of proposed substitution with 11 Contract Documents 12 2) Data relating to changes in construction schedule, when a reduction is 13 proposed 14 3) Data relating to changes in cost 15 b. For products 16 1) Product identification 17 a) Manufacturer's name 18 b) Telephone number and representative contact name 19 c) Specification Section or Drawing reference of originally specified 20 product, including discrete name or tag number assigned to original 21 product in the Contract Documents 22 2) Manufacturer's literature clearly marked to show compliance of proposed 23 product with Contract Documents 24 3) Itemized comparison of original and proposed product addressing product 25 characteristics including, but not necessarily limited to: 26 a) Size 27 b) Composition or materials of construction 28 c) Weight 29 d) Electrical or mechanical requirements 30 4) Product experience 31 a) Location of past projects utilizing product 32 b) Name and telephone number of persons associated with referenced 33 projects knowledgeable concerning proposed product 34 c) Available field data and reports associated with proposed product 35 5) Samples 36 a) Provide at request of City. 37 b) Samples become the property of the City. 38 c. For construction methods: 39 1) Detailed description of proposed method 40 2) Illustration drawings 41 C. Approval or Rejection 42 1. Written approval or rejection of substitution given by the City 43 2. City reserves the right to require proposed product to comply with color and pattern 44 of specified product if necessary to secure design intent. 45 3. In the event the substitution is approved, the resulting cost and/or time reduction 46 will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised July 1, 2011 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 1 4. No additional contract time will be given for substitution. 2 5. Substitution will be rejected if- 3 a. Submittal is not through the Contractor with his stamp of approval 4 b. Request is not made in accordance with this Specification Section 5 c. In the City's opinion, acceptance will require substantial revision of the original 6 design 7 d. In the City's opinion, substitution will not perform adequately the function 8 consistent with the design intent 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE 13 A. In making request for substitution or in using an approved product, the Contractor 14 represents that the Contractor: 15 1. Has investigated proposed product, and has determined that it is adequate or 16 superior in all respects to that specified, and that it will perform function for which 17 it is intended 18 2. Will provide same guarantee for substitute item as for product specified 19 3. Will coordinate installation of accepted substitution into Work, to include building 20 modifications if necessary, making such changes as may be required for Work to be 21 complete in all respects 22 4. Waives all claims for additional costs related to substitution which subsequently 23 arise 24 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2 - PRODUCTS [NOT USED] 28 PART 3 - EXECUTION [NOT USED] 29 END OF SECTION 30 Revision Log DATE NAME SUMMARY OF CHANGE 31 CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: 012500-4 SUBSTITUTION PROCEDURES Page 4 of 4 PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature as noted Firm Address Date Telephone For Use by City: Approved City CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Recommended Not recommended By Date Remarks Date Rejected Recommended Received late Water Replacements on Camp Bowie (US Route 377 to Irene St) CPN 105062-3 1 2 3 PART1- GENERAL SECTION 013119 PRECONSTRUCTION MEETING 013119-1 PRECONSTRUCTION MEETING Pagel of 3 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the execution of the Agreement and before Work is started. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Project Representative b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised August 17, 2012 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 0131 19 - 2 PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 01 32 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 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 f£ Temporary construction facilities gg. M/WBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment J. Questions or Comments CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised August 17, 2012 0131 19 - 3 PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised August 17, 2012 013120-1 PROJECT MEETINGS Pagel of 3 1 SECTION 013120 2 PROJECT MEETINGS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for project meetings throughout the construction period to enable orderly 7 review of the progress of the Work and to provide for systematic discussion of 8 potential problems 9 B. Deviations this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 — General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Coordination 21 1. Schedule, attend and administer as specified, periodic progress meetings, and 22 specially called meetings throughout progress of the Work. 23 2. Representatives of Contractor, subcontractors and suppliers attending meetings 24 shall be qualified and authorized to act on behalf of the entity each represents. 25 3. Meetings administered by City may be tape recorded. 26 a. If recorded, tapes will be used to prepare minutes and retained by City for 27 future reference. 28 4. Meetings, in addition to those specified in this Section, may be held when requested 29 by the City, Engineer or Contractor. 30 B. Pre -Construction Neighborhood Meeting 31 1. After the execution of the Agreement, but before construction is allowed to begin, 32 attend 1 Public Meeting with affected residents to: 33 a. Present projected schedule, including construction start date 34 b. Answer any construction related questions 35 2. Meeting Location 36 a. Location of meeting to be determined by the City. 37 3. Attendees 38 a. Contractor CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 01 31 20 - 2 PROJECT MEETINGS Page 2 of 3 b. Project Representative c. Other City representatives 4. Meeting Schedule a. In general, the neighborhood meeting will occur within the 2 weeks following the pre -construction conference. b. In no case will construction be allowed to begin until this meeting is held. C. Progress Meetings 1. Formal project coordination meetings will be held periodically. Meetings will be scheduled and administered by Project Representative. 2. Additional progress meetings to discuss specific topics will be conducted on an as - needed basis. Such additional meetings shall include, but not be limited to: a. Coordinating shutdowns b. Installation of piping and equipment c. Coordination between other construction projects d. Resolution of construction issues e. Equipment approval 3. The Project Representative will preside at progress meetings, prepare the notes of the meeting and distribute copies of the same to all participants who so request by fully completing the attendance form to be circulated at the beginning of each meeting. 4. Attendance shall include: a. Contractor's project manager b. Contractor's superintendent c. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request d. Engineer's representatives e. City's representatives f. Others, as requested by the Project Representative 5. Preliminary Agenda may include: a. Review of Work progress since previous meeting b. Field observations, problems, conflicts c. Items which impede construction schedule d. Review of off -site fabrication, delivery schedules e. Review of construction interfacing and sequencing requirements with other construction contracts f. Corrective measures and procedures to regain projected schedule g. Revisions to construction schedule h. Progress, schedule, during succeeding Work period i. Coordination of schedules j. Review submittal schedules k. Maintenance of quality standards 1. Pending changes and substitutions m. Review proposed changes for: 1) Effect on construction schedule and on completion date 2) Effect on other contracts of the Project n. Review Record Documents o. Review monthly pay request p. Review status of Requests for Information CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised July 1, 2011 013120-3 PROJECT MEETINGS Page 3 of 3 1 6. Meeting Schedule 2 a. Progress meetings will be held periodically as determined by the Project 3 Representative. 4 1) Additional meetings may be held at the request of the: 5 a) City 6 b) Engineer 7 c) Contractor 8 7. Meeting Location 9 a. The City will establish a meeting location. 10 1) To the extent practicable, meetings will be held at the Site. 11 1.5 SUBMITTALS [NOT USED] 12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY [NOT USED] 19 PART 2 - PRODUCTS [NOT USED] 20 PART 3 - EXECUTION [NOT USED] 21 END OF SECTION 22 Revision Log DATE NAME SUMMARY OF CHANGE 23 CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised July 1, 2011 013216-1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 10 1 SECTION 0132 16 2 CONSTRUCTION PROGRESS SCHEDULE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation, submittal, updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 — General Requirements 15 D. Purpose 16 The City of Fort Worth (City) is committed to delivering quality, cost-effective 17 infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a 18 properly structured schedule with accurate updates. This supports effective monitoring 19 of progress and is input to critical decision making by the project manager throughout 20 the lift of the project. Data from the updated project schedule is utilized in status 21 reporting to various levels of the City organization and the citizenry. 22 23 This Document complements the City's Standard Agreement to guide the construction 24 contractor (Contractor) in preparing and submitting acceptable schedules for use by the 25 City in project delivery. The expectation is the performance of the work follows the 26 accepted schedule and adhere to the contractual timeline. 27 28 The Contractor will designate a qualified representative (Project Scheduler) responsible 29 for developing and updating the schedule and preparing status reporting as required by 30 the City. 31 1.2 PRICE AND PAYMENT PROCEDURES 32 A. Measurement and Payment 33 1. Work associated with this Item is considered subsidiary to the various items bid. 34 No separate payment will be allowed for this Item. 35 2. Non-compliance with this specification is grounds for City to withhold payment of 36 the Contractor's invoices until Contractor achieves said compliance. 37 1.3 REFERENCES 38 A. Project Schedules CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised October 6, 2023 013216-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 10 1 Each project is represented by City's master project schedule that encompasses the 2 entire scope of activities envisioned by the City to properly deliver the work. When the 3 City contracts with a Contractor to perform construction of the Work, the Contractor 4 will develop and maintain a schedule for their scope of work in alignment with the 5 City's standard schedule requirements as defined herein. The data and information of 6 each such schedule will be leveraged and become integral in the master project 7 schedule as deemed appropriate by the City's Project Control Specialist and approved 8 by the City's Project Manager. 9 10 1. Master Project Schedule 11 The master project schedule is a holistic representation of the scheduled activities 12 and milestones for the total project and be Critical Path Method (CPM) based. The 13 City's Project Manager is accountable for oversight of the development and 14 maintaining a master project schedule for each project. When the City contracts for 15 the design and/or construction of the project, the master project schedule will 16 incorporate elements of the Design and Construction schedules as deemed 17 appropriate by the City's Project Control Specialist. The assigned City Project 18 Control Specialist creates and maintains the master project schedule in P6 (City's 19 scheduling software). 20 21 2. Construction Schedule 22 The Contractor is responsible for developing and maintaining a schedule for the 23 scope of the Contractor's contractual requirements. The Contractor will issue an 24 initial schedule for review and acceptance by the City's Project Control Specialist 25 and the City's Project Manager as a baseline schedule for Contractor's scope of 26 work. Contractor will issue current, accurate updates of their schedule (Progress 27 Schedule) to the City at the end of each month throughout the life of their work. 28 B. Schedule Tiers 29 The City has a portfolio of projects that vary widely in size, complexity and content 30 requiring different scheduling to effectively deliver each project. The City uses a 31 "tiered" approach to align the proper schedule with the criteria for each project. The 32 City's Project Manager determines the appropriate schedule tier for each project, and 33 includes that designation and the associated requirements in the Contractor's scope of 34 work. The following is a summary of the "tiers". 35 36 1. Tier 1: Small Size and Short Duration Project (design not required) 37 The City develops and maintains a Master Project Schedule for the project. No 38 schedule submittal is required from Contractor. City's Project Control Specialist 39 acquires any necessary schedule status data or information through discussions with 40 the respective party on an as -needed basis. 41 42 2. Tier 2: Small Size and Short to Medium Duration Project 43 The City develops and maintains a Master Project Schedule for the project. The 44 Contractor identifies "start" and "finish" milestone dates on key elements of their 45 work as agreed with the City's Project Manager at the kickoff of their work effort. 46 The Contractor issues to the City, updates to the "start" and "finish" dates for such 47 milestones at the end of each month throughout the life of their work on the project. 48 49 3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised October 6, 2023 013216-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 10 1 4. The City develops and maintains a Master Project Schedule for the project. The 2 Contractor develops a Baseline Schedule and maintains the schedule of their 3 respective scope of work on the project at a level of detail (generally Level 3) and 4 in alignment with the WBS structure in Section 1.4.11 as agreed by the Project 5 Manager. The Contractor issues to the City, updates of their respective schedule 6 (Progress Schedule) at the end of each month throughout the life of their work on 7 the project. 8 C. Schedule Types 9 Project delivery for the City utilizes two types of schedules as noted below. The City 10 develops and maintains a Master Project Schedule as a "baseline" schedule and issue 11 monthly updates to the City Project Manager (end of each month) as a "progress" 12 schedule. The Contractor prepares and submits each schedule type to fulfill their 13 contractual requirements. 14 15 1. Baseline Schedule 16 The Contractor develops and submits to the City, an initial schedule for their scope 17 of work in alignment with this specification. Once reviewed and accepted by the 18 City, it becomes the "Baseline" schedule and is the basis against which all progress 19 is measured. The baseline schedule will be updated when there is a change or 20 addition to the scope of work impacting the duration of the work, and only after 21 receipt of a duly authorized change order issued by the City. In the event progress 22 is significantly behind schedule, the City's Project Manager may authorize an 23 update to the baseline schedule to facilitate a more practical evaluation of progress. 24 An example of a Baseline Schedule is provided in Specification 0132 16.1 25 Construction Project Schedule Baseline Example. 26 27 2. Progress Schedule 28 The Contractor updates their schedule at the end of each month to represent the 29 progress achieved in the work which includes any impact from authorized changes 30 in the work. The updated schedule must accurately reflect the current status of the 31 work at that point in time and is referred to as the "Progress Schedule". The City's 32 Project Manager and Project Control Specialist reviews and accepts each progress 33 schedule. In the event a progress schedule is deemed not acceptable, the 34 unacceptable issues are identified by the City within 5 working days and the 35 Contractor must provide an acceptable progress schedule within 5 working days 36 after receipt of non -acceptance notification. An example of a Progress Schedule is 37 provided in Specification 0132 16.2 Construction Project Schedule Progress 38 Example. 39 D. City Standard Schedule Requirements 40 The following is an overview of the methodology for developing and maintaining a 41 schedule for delivery of a project. CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised October 6, 2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 013216-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 10 1. Schedule Framework - The schedule will be based on the defined scope of work and follow the (Critical Path Methodology) CPM method. The Contractor's schedule will align with the requirements of this specification and will be cost loaded to reflect their plan for execution. Compliance with cost loading can be provided with traditional cost loading of line items OR a projected cost per month for the project when the initial schedule is submitted, updated on a quarterly basis is significant change is anticipated. Overall schedule duration will align with the contractual requirements for the respective scope of work and be reflected in City's Master Project Schedule. The Project Number and Name of the Project is required on each schedule and must match the City's project data. E. Schedule File Name All schedules submitted to the City for a project will have a file name that begins with the City's project number followed by the name of the project followed by baseline (if a baseline schedule) or the year and month (if a progress schedule), as shown below. • Baseline Schedule File Name Format: City Project Number —Project Name —Baseline Example: 101376 North Montgomery Street HMAC Baseline • Progress Schedule File Name Format: City Project Number —Project Name_YYYY-MM Example: 101376 North Montgomery Street HNIAC_2018_01 • Project Schedule Progress Narrative File Name Format: City Project Number —Project Name_PN_YYYY-MM Example: 101376 North Montgomery Street HMAC_PN 2018_01 F. Schedule Templates The Contractor will utilize the relevant sections from the City's templates provided in the City's document management system as the basis for creating their respective project schedule. Specifically, the Contractor's schedule will align with the layout of the Construction section. The templates are identified by type of project as noted below. • Arterials • Aviation • Neighborhood Streets • Sidewalks (later) • Quiet Zones (later) • Street Lights (later) • Intersection Improvements (later) • Parks • Storm water • Street Maintenance • Traffic • Water 48 G. Schedule Calendar CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised October 6, 2023 013216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 10 1 The City's standard calendar for schedule development purposes is based on a 5-day 2 workweek and accounts for the City's eight standard holidays (New Years, Martin 3 Luther King, Memorial, Juneteenth, Independence, Labor, Thanksgiving, day after 4 Thanksgiving, Christmas). The Contractor will establish a schedule calendar as part of 5 the schedule development process and provide to the Project Control Specialist as part 6 of the basis for their schedule. Variations between the City's calendar and the 7 Contractor's calendar must be resolved prior to the City's acceptance of their Baseline 8 project schedule. 9 10 H. WBS & Milestone Standards for Schedule Development 11 The scope of work to be accomplished by the Contractor is represented in the schedule 12 in the form of a Work Breakdown Structure (WBS). The WBS is the basis for the 13 development of the schedule activities and shall be imbedded and depicted in the 14 schedule. 15 16 The following is a summary of the standards to be followed in preparing and 17 maintaining a schedule for project delivery. 18 19 1. Contractor is required to utilize the City's WBS structure and respective 20 project type template for "Construction" as shown in Section 1.4.1-1 below. 21 Additional activities may be added to Levels 1 - 4 to accommodate the needs 22 of the organization executing the work. Specifically the Contractor will add 23 activities under WBS XXXXXX.80.83 "Construction Execution" that 24 delineates the activities associated with the various components of the work. 25 26 2. Contractor is required to adhere to the City's Standard Milestones as shown in 27 Section 1.4.I below. Contractor will include additional milestones 28 representing intermediate deliverables as required to accurately reflect their 29 scope of work. 30 31 I. Schedule Activities 32 Activities are the discrete elements of work that make up the schedule. They will be 33 organized under the umbrella of the WBS. Activity descriptions should adequately 34 describe the activity, and in some cases the extent of the activity. All activities are 35 logically tied with a predecessor and a successor. The only exception to this rule is for 36 "project start" and "project finish" milestones. 37 38 The activity duration is based on the physical amount of work to be performed for the 39 stated activity, with a maximum duration of 20 working days OR a continuous activity 40 in one location. If the work for any one activity exceeds 20 days, break that activity 41 down incrementally to achieve this duration constraint. Any exception to this requires 42 review and acceptance by the City's Project Control Specialist. 43 44 J. Change Orders 45 When a Change Order is issued by the City, the impact is incorporated into the 46 previously accepted baseline schedule as an update, to clearly show impact to the 47 project timeline. The Contractor submits this updated baseline schedule to the City for 48 CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised October 6, 2023 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 013216-6 CONSTRUCTION PROGRESS SCHEDULE Page 6 of 10 review and acceptance as described in Section 1.5 below. Updated baseline schedules adhere to the following: 1. Time extensions associated with approved contract modifications are limited to the actual amount of time the project activities are anticipated to be delayed, unless otherwise approved by the Program Manager. 2. The re-baselined schedule is submitted by the Contractor within ten workdays after the date of receipt of the approved Change Order. 3. The changes in logic or durations approved by the City are used to analyze the impact of the change and is included in the Change Order. The coding for a new activity(s) added to the schedule for the Change Order includes the Change Order number in the Activity ID. Use as many activities as needed to accurately show the work of the Change Order. Revisions to the baseline schedule are not effective until accepted by the City. K. City's Work Breakdown Structure WBS Code WBS Name XXXXXX Project Name XXXXXX,30 Design XXXXXX.30.10 Design Contractor Agreement XXXXXX.30.20 Conceptual Design (30%) XXXXXX.30.30 Preliminary Design (60%) XXXXXX.30.40 Final Design XXXXXX.30.50 Environmental XXXXXX.30.60 Permits XXXXXX.30.60.10 Permits - Identification XXXXXX.30.60.20 Permits - Review/Approve XXXXXX,40 ROW & Easements XXXXXX.40.10 ROW Negotiations XXXXXX.40.20 Condemnation XXXXXX,70 Utility Relocation XXXXXX.70.10 Utility Relocation Co-ordination XXXXXX,80 Construction XXXXXX.80.81 Bid and Award XXXXXX.80.83 Construction Execution XXXXXX. 80. 85 Inspection XXXXXX.80.86 Landscaping XXXXXX,90 Closeout XXXXXX.90.10 Construction Contract Close-out XXXXXX.90.40 Design Contract Closure L. City's Standard Milestones The following milestone activities (i.e., important events on a project that mark critical points in time) are of particular interest to the City and must be reflected in the project schedule for all phases of work. CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised October 6, 2023 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 013216-7 CONSTRUCTION PROGRESS SCHEDULE Page 7 of 10 Activitv ID Activitv Name Design 3020 Award Design Agreement 3040 Issue Notice to Proceed - Design Engineer 3100 Design Kick-off Meeting 3120 Submit Conceptual Plans to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3150 Peer Review Meeting/Design Review meeting (technical) 3160 Conduct Design Public Meeting #1 (required) 3170 Conceptual Design Complete 3220 Submit Preliminary Plans and Specifications to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3250 Conduct Design Public Meeting #2 (required) 3260 Preliminary Design Complete 3310 Submit Final Design to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3330 Conduct Design Public Meeting #3 (if required) 3360 Final Design Complete ROW & Easements 4000 Right of Way Start 4230 Right of Way Complete Utility Relocation 7000 Utilities Start 7120 Utilities Cleared/Complete Construction Bid and Award 8110 Start Advertisement 8150 Conduct Bid Opening 8240 Award Construction Contract Construction Execution 8330 Conduct Construction Public Meeting #4 Pre -Construction 8350 Construction Start 8370 Substantial Completion 8540 Construction Completion 9130 Notice of Completion/Green Sheet 9150 Construction Contract Closed 9420 Design Contract Closed 39 1.4 SUBMITTALS 40 A. Schedule Submittal & Review 41 The City's Project Manager is responsible for reviews and acceptance of the 42 Contractor's schedule. The City's Project Control Specialist is responsible for ensuring 43 alignment of the Contractor's baseline and progress schedules with the Master Project 44 Schedule as support to the City's Project Manager. The City reviews and accepts or 45 rejects the schedule within ten workdays of Contractor's submittal. 46 47 CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised October 6, 2023 013216-8 CONSTRUCTION PROGRESS SCHEDULE Page 8 of 10 1 1. Schedule Format 2 The Contractor will submit each schedule in two electronic forms, one in native file 3 format (.xer, .xml, .mpx) and the second in a pdf format, in the City's document 4 management system in the location dedicated for this purpose and identified by the 5 Project Manager. In the event the Contractor does not use Primavera P6 or MS 6 Project for scheduling purposes, the schedule information must be submitted in .xls 7 or .xlsx format in compliance with the sample layout (See Specification 01 32 16.1 8 Construction Project Schedule Baseline Example), including activity predecessors, 9 successors and total float. 10 11 2. Initial & Baseline Schedule 12 The Contractor w ill develop their schedule for their scope of work and submit their 13 initial schedule in electronic form (in the file formats noted above), in the City's 14 document management system in the location dedicated for this purpose at least 5 15 working days prior to Pre Construction Meeting. 16 17 The City's Project Manager and Project Control Specialist review this initial 18 schedule to determine alignment with the City's Master Project Schedule, including 19 format & WBS structure. Following the City's review, feedback is provided to the 20 Contractor for their use in finalizing their initial schedule and issuing (within five 21 workdays) their Baseline Schedule for final review and acceptance by the City. 22 23 3. Progress Schedule 24 The Contractor will update and issue their project schedule (Progress Schedule) by 25 the last day of each month throughout the life of their work on the project. The 26 Progress Schedule is submitted in electronic form as noted above, in the City's 27 document management system in the location dedicated for this purpose. 28 29 The City's Project Control team reviews each Progress Schedule for data and 30 information that support the assessment of the update to the schedule. In the event 31 data or information is missing or incomplete, the Project Controls Specialist 32 communicates directly with the Contractor's scheduler for providing same. The 33 Contractor re -submits the corrected Progress Schedule within 5 workdays, 34 following the submittal process noted above. The City's Project Manager and 35 Project Control Specialist review the Contractor's progress schedule for acceptance 36 and to monitor performance and progress. 37 38 The following list of items are required to ensure proper status information is 39 contained in the Progress Schedule. 40 • Baseline Start date 41 • Baseline Finish Date 42 • % Complete 43 • Float 44 • Activity Logic (dependencies) 45 • Critical Path 46 • Activities added or deleted 47 • Expected Baseline Finish date 48 • Variance to the Baseline Finish Date 49 50 CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised October 6, 2023 013216-9 CONSTRUCTION PROGRESS SCHEDULE Page 9 of 10 1 B. Monthly Construction Status Report 2 The Contractor submits a written status report (referred to as a progress narrative) at the 3 monthly progress meeting (if monthly meetings are held) or at the end of each month to 4 accompany the Progress Schedule submittal, using the standard format provided in 5 Specification 0132 16.3 Construction Project Schedule Progress Narrative. The 6 content of the Construction Project Schedule Progress Narrative should be concise and 7 complete to include only changes, delays, and anticipated problems. 8 9 C. Submittal Process 10 • Schedules and Monthly Construction Status Reports are submitted in in the City's 11 document management system in the location dedicated for this purpose. 12 • Once the project has been completed and Final Acceptance has been issued by the 13 City, no further progress schedules or construction status reports are required from 14 the Contractor. 15 16 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 17 1.6 CLOSEOUT SUBMITTALS [NOT USED] 18 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.8 QUALITY ASSURANCE 20 A. The person preparing and revising the construction Progress Schedule shall be 21 experienced in the preparation of schedules of similar complexity. 22 B. Schedule and supporting documents addressed in this Specification shall be prepared, 23 updated and revised to accurately reflect the performance of the construction. 24 C. Contractor is responsible for the quality of all submittals in this section meeting the 25 standard of care for the construction industry for similar projects. 26 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 27 1.10 FIELD [SITE] CONDITIONS [NOT USED] 28 1.11 WARRANTY [NOT USED] 29 1.12 ATTACHMENTS 30 Spec 01 32 16.1 Construction Project Schedule Baseline Example 31 Spec 0132 16.2 Construction Project Schedule Progress Example 32 Spec 0132 16.3 Construction Project Schedule Progress Narrative 33 34 CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised October 6, 2023 1 01 32 16 - 10 CONSTRUCTION PROGRESS SCHEDULE Page 10 of 10 2 PART 2 - PRODUCTS [NOT USED] 3 PART 3 - EXECUTION [NOT USED] 4 5 6 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/13/2021 Michael Owen Revised to update specification requirements and eliminate duplicate schedule specifications. 10/06/2023 Michael Owen Added "Juneteenth" to list of City Holidays under 1.3.G. "Schedule Calendar" CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised October 6, 2023 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0132 33 PRECONSTRUCTION VIDEO 013233-1 PRECONSTRUCTION VIDEO Page 1 of 2 5 A. Section Includes: 6 1. Administrative and procedural requirements for: 7 a. Preconstruction Videos 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Preconstruction Video 20 1. Produce a preconstruction video of the site/alignment, including all areas in the 21 vicinity of and to be affected by construction. 22 a. Provide digital copy of video upon request by the City. 23 2. Retain a copy of the preconstruction video until the end of the maintenance surety 24 period. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] 33 PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised July 1, 2011 01 32 33 - 2 PRECONSTRUCTION VIDEO PART 3 - EXECUTION [NOT USED] Page 2 of 2 END OF SECTION Revision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 SUMMARY OF CHANGE Water Replacements on Camp Bowie (US Route 377 to Irene St) CPN 105062-3 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0133 00 SUBMITTALS 013300-1 SUBMITTALS Pagel of 8 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work -related submittals: 8 a. Shop Drawings 9 b. Product Data (including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 — General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Notify the City in writing, at the time of submittal, of any deviations in the 25 submittals from the requirements of the Contract Documents. 26 2. Coordination of Submittal Times 27 a. Prepare, prioritize and transmit each submittal sufficiently in advance of 28 performing the related Work or other applicable activities, or within the time 29 specified in the individual Work Sections, of the Specifications. 30 b. Contractor is responsible such that the installation will not be delayed by 31 processing times including, but not limited to: 32 a) Disapproval and resubmittal (if required) 33 b) Coordination with other submittals 34 c) Testing 35 d) Purchasing 36 e) Fabrication 37 f) Delivery 38 g) Similar sequenced activities 39 c. No extension of time will be authorized because of the Contractor's failure to 40 transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised December 20, 2012 013300-2 SUBMITTALS Page 2 of 8 1 d. Make submittals promptly in accordance with approved schedule, and in such 2 sequence as to cause no delay in the Work or in the work of any other 3 contractor. 4 B. Submittal Numbering 5 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- 6 reference identification numbering system in the following manner: 7 a. Use the first 6 digits of the applicable Specification Section Number. 8 b. For the next 2 digits number use numbers 01-99 to sequentially number each 9 initial separate item or drawing submitted under each specific Section number. 10 c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. 11 A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical 12 submittal number would be as follows: 13 14 03 30 00-08-B 15 16 1) 03 30 00 is the Specification Section for Concrete 17 2) 08 is the eighth initial submittal under this Specification Section 18 3) B is the third submission (second resubmission) of that particular shop 19 drawing 20 C. Contractor Certification 21 1. Review shop drawings, product data and samples, including those by 22 subcontractors, prior to submission to determine and verify the following: 23 a. Field measurements 24 b. Field construction criteria 25 c. Catalog numbers and similar data 26 d. Conformance with the Contract Documents 27 2. Provide each shop drawing, sample and product data submitted by the Contractor 28 with a Certification Statement affixed including: 29 a. The Contractor's Company name 30 b. Signature of submittal reviewer 31 c. Certification Statement 32 1) `By this submittal, I hereby represent that I have determined and verified 33 field measurements, field construction criteria, materials, dimensions, 34 catalog numbers and similar data and I have checked and coordinated each 35 item with other applicable approved shop drawings." 36 D. Submittal Format 37 1. Fold shop drawings larger than 8 '/2 inches x 11 inches to 8 %2 inches x 11 inches. 38 2. Bind shop drawings and product data sheets together. 39 3. Order 40 a. Cover Sheet 41 1) Description of Packet 42 2) Contractor Certification 43 b. List of items / Table of Contents 44 c. Product Data /Shop Drawings/Samples /Calculations 45 E. Submittal Content 46 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised December 20, 2012 013300-3 SUBMITTALS Page 3 of 8 1 2. The Project title and number 2 3. Contractor identification 3 4. The names of- 4 a. Contractor 5 b. Supplier 6 c. Manufacturer 7 5. Identification of the product, with the Specification Section number, page and 8 paragraph(s) 9 6. Field dimensions, clearly identified as such 10 7. Relation to adjacent or critical features of the Work or materials 11 8. Applicable standards, such as ASTM or Federal Specification numbers 12 9. Identification by highlighting of deviations from Contract Documents 13 10. Identification by highlighting of revisions on resubmittals 14 11. An 8-inch x 3-inch blank space for Contractor and City stamps 15 F. Shop Drawings 16 1. As specified in individual Work Sections includes, but is not necessarily limited to: 17 a. Custom -prepared data such as fabrication and erection/installation (working) 18 drawings 19 b. Scheduled information 20 c. Setting diagrams 21 d. Actual shopwork manufacturing instructions 22 e. Custom templates 23 f. Special wiring diagrams 24 g. Coordination drawings 25 h. Individual system or equipment inspection and test reports including: 26 1) Performance curves and certifications 27 i. As applicable to the Work 28 2. Details 29 a. Relation of the various parts to the main members and lines of the structure 30 b. Where correct fabrication of the Work depends upon field measurements 31 1) Provide such measurements and note on the drawings prior to submitting 32 for approval. 33 G. Product Data 34 1. For submittals of product data for products included on the City's Standard Product 35 List, clearly identify each item selected for use on the Project. 36 2. For submittals of product data for products not included on the City's Standard 37 Product List, submittal data may include, but is not necessarily limited to: 38 a. Standard prepared data for manufactured products (sometimes referred to as 39 catalog data) 40 1) Such as the manufacturer's product specification and installation 41 instructions 42 2) Availability of colors and patterns 43 3) Manufacturer's printed statements of compliances and applicability 44 4) Roughing -in diagrams and templates 45 5) Catalog cuts 46 6) Product photographs CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised December 20, 2012 013300-4 SUBMITTALS Page 4 of 8 1 7) Standard wiring diagrams 2 8) Printed performance curves and operational -range diagrams 3 9) Production or quality control inspection and test reports and certifications 4 10) Mill reports 5 11) Product operating and maintenance instructions and recommended 6 spare -parts listing and printed product warranties 7 12) As applicable to the Work 8 H. Samples 9 1. As specified in individual Sections, include, but are not necessarily limited to: 10 a. Physical examples of the Work such as: 11 1) Sections of manufactured or fabricated Work 12 2) Small cuts or containers of materials 13 3) Complete units of repetitively used products color/texture/pattern swatches 14 and range sets 15 4) Specimens for coordination of visual effect 16 5) Graphic symbols and units of Work to be used by the City for independent 17 inspection and testing, as applicable to the Work 18 I. Do not start Work requiring a shop drawing, sample or product data nor any material to 19 be fabricated or installed prior to the approval or qualified approval of such item. 20 1. Fabrication performed, materials purchased or on -site construction accomplished 21 which does not conform to approved shop drawings and data is at the Contractor's 22 risk. 23 2. The City will not be liable for any expense or delay due to corrections or remedies 24 required to accomplish conformity. 25 3. Complete project Work, materials, fabrication, and installations in conformance 26 with approved shop drawings, applicable samples, and product data. 27 J. Submittal Distribution 28 1. Electronic Distribution 29 a. Confirm development of Project directory for electronic submittals to be 30 uploaded to City's Buzzsaw site, or another external FTP site approved by the 31 City. 32 b. Shop Drawings 33 1) Upload submittal to designated project directory and notify appropriate 34 City representatives via email of submittal posting. 35 2) Hard Copies 36 a) 3 copies for all submittals 37 b) If Contractor requires more than 1 hard copy of Shop Drawings 38 returned, Contractor shall submit more than the number of copies listed 39 above. 40 c. Product Data 41 1) Upload submittal to designated project directory and notify appropriate 42 City representatives via email of submittal posting. 43 2) Hard Copies 44 a) 3 copies for all submittals 45 d. Samples 46 1) Distributed to the Project Representative 47 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 013300-5 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. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 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 Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 013300-6 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) Reuubmittal 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 City at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised December 20, 2012 013300-7 SUBMITTALS Page 7 of 8 1 9. When the shop drawings have been completed to the satisfaction of the City, the 2 Contractor may carry out the construction in accordance therewith and no further 3 changes therein except upon written instructions from the City. 4 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 5 following receipt of submittal by the City. 6 L. Mock ups 7 1. Mock Up units as specified in individual Sections, include, but are not necessarily 8 limited to, complete units of the standard of acceptance for that type of Work to be 9 used on the Project. Remove at the completion of the Work or when directed. 10 M. Qualifications 11 1. If specifically required in other Sections of these Specifications, submit a P.E. 12 Certification for each item required. 13 N. Request for Information (RFI) 14 1. Contractor Request for additional information 15 a. Clarification or interpretation of the contract documents 16 b. When the Contractor believes there is a conflict between Contract Documents 17 c. When the Contractor believes there is a conflict between the Drawings and 18 Specifications 19 1) Identify the conflict and request clarification 20 2. Use the Request for Information (RFI) form provided by the City. 21 3. Numbering of RFI 22 a. Prefix with "RFI" followed by series number, "-xxx", beginning with "01" and 23 increasing sequentially with each additional transmittal. 24 4. Sufficient information shall be attached to permit a written response without further 25 information. 26 5. The City will log each request and will review the request. 27 a. If review of the project information request indicates that a change to the 28 Contract Documents is required, the City will issue a Field Order or Change 29 Order, as appropriate. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] 35 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 36 1.11 FIELD [SITE] CONDITIONS [NOT USED] 37 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised December 20, 2012 013300-8 SUBMITTALS Page 8 of 8 1 PART 2 - PRODUCTS [NOT USED] 2 PART 3 - EXECUTION [NOT USED] 3 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised December 20, 2012 013513-1 SPECIAL PROJECT PROCEDURES Pagel of 8 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. Use of Explosives, Drop Weight, Etc. 11 e. Water Department Notification 12 £ Public Notification Prior to Beginning Construction 13 g. Coordination with United States Army Corps of Engineers 14 h. Coordination within Railroad permits areas 15 i. Dust Control 16 j. Employee Parking 17 B. Deviations from this City of Fort Worth Standard Specification 18 1. None. 19 C. Related Specification Sections include, but are not necessarily limited to: 20 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 21 2. Division 1 — General Requirements 22 3. Section 33 12 25 — Connection to Existing Water Mains 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Coordination within Railroad permit areas 26 a. Measurement 27 1) Measurement for this Item will be by lump sum. 28 b. Payment 29 1) The work performed and materials furnished in accordance with this Item 30 will be paid for at the lump sum price bid for Railroad Coordination. 31 c. The price bid shall include: 32 1) Mobilization 33 2) Inspection 34 3) Safety training 35 4) Additional Insurance 36 5) Insurance Certificates 37 6) Other requirements associated with general coordination with Railroad, 38 including additional employees required to protect the right-of-way and 39 property of the Railroad from damage arising out of and/or from the 40 construction of the Project. 41 2. Railroad Flagmen 42 a. Measurement CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised March It, 2022 013513-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 1) Measurement for this Item will be per working day. 2 b. Payment 3 1) The work performed and materials furnished in accordance with this Item 4 will be paid for each working day that Railroad Flagmen are present at the 5 Site. 6 c. The price bid shall include: 7 1) Coordination for scheduling flagmen 8 2) Flagmen 9 3) Other requirements associated with Railroad 10 3. All other items 11 a. Work associated with these Items is considered subsidiary to the various Items 12 bid. No separate payment will be allowed for this Item. 13 1.3 REFERENCES 14 A. Reference Standards 15 1. Reference standards cited in this Specification refer to the current reference 16 standard published at the time of the latest revision date logged at the end of this 17 Specification, unless a date is specifically cited. 18 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 19 High Voltage Overhead Lines. 20 1.4 ADMINISTRATIVE REQUIREMENTS 21 A. Coordination with the Texas Department of Transportation 22 1. When work in the right-of-way which is under the jurisdiction of the Texas 23 Department of Transportation (TxDOT): 24 a. Notify the Texas Department of Transportation prior to commencing any work 25 therein in accordance with the provisions of the permit 26 b. All work performed in the TxDOT right-of-way shall be performed in 27 compliance with and subject to approval from the Texas Department of 28 Transportation 29 B. Work near High Voltage Lines 30 1. Regulatory Requirements 31 a. All Work near High Voltage Lines (more than 600 volts measured between 32 conductors or between a conductor and the ground) shall be in accordance with 33 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 34 2. Warning sign 35 a. Provide sign of sufficient size meeting all OSHA requirements. 36 3. Equipment operating within 10 feet of high voltage lines will require the following 37 safety features 38 a. Insulating cage -type of guard about the boom or arm 39 b. Insulator links on the lift hook connections for back hoes or dippers 40 c. Equipment must meet the safety requirements as set forth by OSHA and the 41 safety requirements of the owner of the high voltage lines 42 4. Work within 6 feet of high voltage electric lines 43 a. Notification shall be given to: 44 1) The power company (example: ONCOR) CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised March It, 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 01 35 13-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 a) Maintain an accurate log of all such calls to power company and record action taken in each case. b. Coordination with power company 1) After notification coordinate with the power company to: a) Erect temporary mechanical barriers, de -energize the lines, or raise or lower the lines c. No personnel may work within 6 feet of a high voltage line before the above requirements have been met. C. Confined Space Entry Program 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. 2. Confined Spaces include: a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Use of Explosives, Drop Weight, Etc. 1. When Contract Documents permit on the project the following will apply: a. Public Notification 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24 hour public notification in accordance with Section 01 31 13 E. Water Department Coordination 1. During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. 2. Coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative. a. Coordination shall be in accordance with Section 33 12 25. b. If needed, obtain a hydrant water meter from the Water Department for use during the life of named project. c. In the event that a water valve on an existing live system be turned off and on to accommodate the construction of the project is required, coordinate this activity through the appropriate City representative. 1) Do not operate water line valves of existing water system. a) Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. b) In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. F. Public Notification Prior to Beginning Construction 1. Prior to beginning construction on any block in the project, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: a. Post notice or flyer and City of Fort Worth Door Hangers, 7 days prior to beginning any construction activity on each block in the project area. CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised March It, 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 0135 13 - 4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1) Prepare flyer on the Contractor's letterhead and include the following information: a) Name of Project b) City Project No (CPN) c) Scope of Project (i.e. type of construction activity) d) Actual construction duration within the block e) Name of the contractor's foreman and phone number f) Name of the City's inspector and phone number g) City's after-hours phone number 2) A sample of the `pre -construction notification' flyer is attached as Exhibit A. 3) City of Fort Worth Door Hangers will be provided to the Contractor for distribution with their notice. 4) Submit schedule showing the construction start and finish time for each block of the project to the inspector. 5) Deliver flyer to the City Inspector for review prior to distribution. b. No construction will be allowed to begin on any block until the flyer and door hangers are delivered to all residents of the block. G. Public Notification of Temporary Water Service Interruption during Construction 1. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. 2. Prepared notice as follows: a. The notification or flyer shall be posted 24 hours prior to the temporary interruption. b. Prepare flyer on the contractor's letterhead and include the following information: 1) Name of the project 2) City Project Number 3) Date of the interruption of service 4) Period the interruption will take place 5) Name of the contractor's foreman and phone number 6) Name of the City's inspector and phone number c. A sample of the temporary water service interruption notification is attached as Exhibit B. d. Deliver a copy of the temporary interruption notification to the City inspector for review prior to being distributed. e. No interruption of water service can occur until the flyer has been delivered to all affected residents and businesses. f. Electronic versions of the sample flyers can be obtained from the Project Construction Inspector. H. Coordination with United States Army Corps of Engineers (USACE) 1. At locations in the Project where construction activities occur in areas where USACE permits are required, meet all requirements set forth in each designated permit. I. Coordination within Railroad Permit Areas CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised March It, 2022 013513-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 1 1. At locations in the project where construction activities occur in areas where 2 railroad permits are required, meet all requirements set forth in each designated 3 railroad permit. This includes, but is not limited to, provisions for: 4 a. Flagmen 5 b. Inspectors 6 c. Safety training 7 d. Additional insurance 8 e. Insurance certificates 9 f. Other employees required to protect the right-of-way and property of the 10 Railroad Company from damage arising out of and/or from the construction of 11 the project. Proper utility clearance procedures shall be used in accordance 12 with the permit guidelines. 13 2. Obtain any supplemental information needed to comply with the railroad's 14 requirements. 15 3. Railroad Flagmen 16 a. Submit receipts to City for verification of working days that railroad flagmen 17 were present on Site. 18 J. Dust Control 19 1. Use acceptable measures to control dust at the Site. 20 a. If water is used to control dust, capture and properly dispose of waste water. 21 b. If wet saw cutting is performed, capture and properly dispose of slurry. 22 K. Employee Parking 23 1. Provide parking for employees at locations approved by the City. 24 1.5 SUBMITTALS [NOT USED] 25 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE [NOT USED] 29 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 30 1.11 FIELD [SITE] CONDITIONS [NOT USED] 31 1.12 WARRANTY [NOT USED] 32 PART 2 - PRODUCTS [NOT USED] 33 PART 3 - EXECUTION [NOT USED] 34 END OF SECTION 35 Revision Log CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised March It, 2022 013513-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 DATE NAME SUMMARY OF CHANGE 1.4.13— Added requirement of compliance with Health and Safety Code, Title 9. 8/31/2012 D. Johnson Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4.E — Added Contractor responsibility for obtaining a TCEQ Air Permit Remove references to Air Pollution watch Days and NCTCOG Clean construction 3/ 1 1 /2022 M Owen Specification requirements. Clarify need for Door Hangers under in addition to contractor notification of public. CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised March It, 2022 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 013513-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> M 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 Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised March 11, 2022 1 0a 3 4 Date: EXHIBIT B FORT WORTH Doe NO. XX= Project Hama: 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 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 Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised March It, 2022 014523-1 TESTING AND INSPECTION SERVICES Page 1 of 2 1 SECTION 0145 23 2 TESTING AND INSPECTION SERVICES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordination 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 a. Contractor is responsible for performing, coordinating, and payment of all 17 Quality Control testing. 18 b. City is responsible for performing and payment for first set of Quality 19 Assurance testing. 20 1) If the first Quality Assurance test performed by the City fails, the 21 Contractor is responsible for payment of subsequent Quality Assurance 22 testing until a passing test occurs. 23 a) Final acceptance will not be issued by City until all required payments 24 for testing by Contractor have been paid in full. 25 1.3 REFERENCES [NOT USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Testing 28 1. Complete testing in accordance with the Contract Documents. 29 2. Coordination 30 a. When testing is required to be performed by the City, notify City, sufficiently 31 in advance, when testing is needed. 32 b. When testing is required to be completed by the Contractor, notify City, 33 sufficiently in advance, that testing will be performed. 34 3. Distribution of Testing Reports 35 a. Electronic Distribution 36 1) Confirm development of Project directory for electronic submittals to be 37 uploaded to the City's document management system, or another external 38 FTP site approved by the City. CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised March 9, 2020 01 45 23 - 2 TESTING AND INSPECTION SERVICES Page 2 of 2 1 2) Upload test reports to designated project directory and notify appropriate 2 City representatives via email of submittal posting. 3 3) Hard Copies 4 a) 1 copy for all submittals submitted to the Project Representative 5 b. Hard Copy Distribution (if required in lieu of electronic distribution) 6 1) Tests performed by City 7 a) Distribute 1 hard copy to the Contractor 8 2) Tests performed by the Contractor 9 a) Distribute 3 hard copies to City's Project Representative 10 4. Provide City's Project Representative with trip tickets for each delivered load of 11 Concrete or Lime material including the following information: 12 a. Name of pit 13 b. Date of delivery 14 c. Material delivered 15 B. Inspection 16 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 17 perform work in accordance with the Contract Documents. 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 25 26 27 28 29 M 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] DATE NAME END OF SECTION Revision Log SUMMARY OF CHANGE 3/9/2020 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 Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised March 9, 2020 01 50 00 - 1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 1 SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 11 d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 — General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Temporary Utilities 25 1. Obtaining Temporary Service 26 a. Make arrangements with utility service companies for temporary services. 27 b. Abide by rules and regulations of utility service companies or authorities 28 having jurisdiction. 29 c. Be responsible for utility service costs until Work is approved for Final 30 Acceptance. 31 1) Included are fuel, power, light, heat and other utility services necessary for 32 execution, completion, testing and initial operation of Work. 33 2. Water 34 a. Contractor to provide water required for and in connection with Work to be 35 performed and for specified tests of piping, equipment, devices or other use as 36 required for the completion of the Work. 37 b. Provide and maintain adequate supply of potable water for domestic 38 consumption by Contractor personnel and City's Project Representatives. 39 c. Coordination 40 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised July 1, 2011 01 50 00 - 2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1 d. Contractor Payment for Construction Water 2 1) Obtain construction water meter from City for payment as billed by City's 3 established rates. 4 3. Electricity and Lighting 5 a. Provide and pay for electric powered service as required for Work, including 6 testing of Work. 7 1) Provide power for lighting, operation of equipment, or other use. 8 b. Electric power service includes temporary power service or generator to 9 maintain operations during scheduled shutdown. 10 4. Telephone 11 a. Provide emergency telephone service at Site for use by Contractor personnel 12 and others performing work or furnishing services at Site. 13 5. Temporary Heat and Ventilation 14 a. Provide temporary heat as necessary for protection or completion of Work. 15 b. Provide temporary heat and ventilation to assure safe working conditions. 16 B. Sanitary Facilities 17 1. Provide and maintain sanitary facilities for persons on Site. 18 a. Comply with regulations of State and local departments of health. 19 2. Enforce use of sanitary facilities by construction personnel at job site. 20 a. Enclose and anchor sanitary facilities. 21 b. No discharge will be allowed from these facilities. 22 c. Collect and store sewage and waste so as not to cause nuisance or health 23 problem. 24 d. Haul sewage and waste off -site at no less than weekly intervals and properly 25 dispose in accordance with applicable regulation. 26 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 27 4. Remove facilities at completion of Project 28 C. Storage Sheds and Buildings 29 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor 30 above ground level for materials and equipment susceptible to weather damage. 31 2. Storage of materials not susceptible to weather damage may be on blocks off 32 ground. 33 3. Store materials in a neat and orderly manner. 34 a. Place materials and equipment to permit easy access for identification, 35 inspection and inventory. 36 4. Equip building with lockable doors and lighting, and provide electrical service for 37 equipment space heaters and heating or ventilation as necessary to provide storage 38 environments acceptable to specified manufacturers. 39 5. Fill and grade site for temporary structures to provide drainage away from 40 temporary and existing buildings. 41 6. Remove building from site prior to Final Acceptance. 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract 44 documents 45 E. Dust Control CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised July 1, 2011 01 50 00 - 3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1 1. Contractor is responsible for maintaining dust control through the duration of the 2 project. 3 a. Contractor remains on -call at all times 4 b. Must respond in a timely manner 5 F. Temporary Protection of Construction 6 1. Contractor or subcontractors are responsible for protecting Work from damage due 7 to weather. 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS [NOT USED] 17 PART 3 - EXECUTION [NOT USED] 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATION 22 A. Temporary Facilities 23 1. Maintain all temporary facilities for duration of construction activities as needed. 24 3.5 [REPAIR] / [RESTORATION] 25 3.6 RE -INSTALLATION 26 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised July 1, 2011 1 2 3 4 5 6 7 8 01 50 00 - 4 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 CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised July 1, 2011 01 55 26 - 1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Pagel of 3 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 — General Requirements 15 3. Section 34 71 13 — Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. Contractor shall minimize lane closures and impact to vehicular/pedestrian 30 traffic. 31 b. When traffic control plans are included in the Drawings, provide Traffic 32 Control in accordance with Drawings and Section 34 71 13. 33 c. When traffic control plans are not included in the Drawings, prepare traffic 34 control plans in accordance with Section 34 71 13 and submit to City for 35 review. 36 1) Allow minimum 10 working days for review of proposed Traffic Control. CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised March 22, 2021 01 55 26 - 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 2) A traffic control "Typical" published by City of Fort Worth, the Texas 2 Manual unified Traffic Control Devices (TMUTCD) or Texas Department 3 of Transportation (TxDOT) can be used as an alternative to preparing a 4 project/site specific traffic control plan if the typical is applicable to the 5 specific project/site. 6 B. Street Use Permit 7 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 8 a. To obtain Street Use Permit, submit Traffic Control Plans to City 9 Transportation and Public Works Department. 10 1) Allow a minimum of 5 working days for permit review. 11 2) Contractor's responsibility to coordinate review of Traffic Control plans for 12 Street Use Permit, such that construction is not delayed. 13 C. Modification to Approved Traffic Control 14 1. Prior to installation traffic control: 15 a. Submit revised traffic control plans to City Department Transportation and 16 Public Works Department. 17 1) Revise Traffic Control plans in accordance with Section 34 71 13. 18 2) Allow minimum 5 working days for review of revised Traffic Control. 19 3) It is the Contractor's responsibility to coordinate review of Traffic Control 20 plans for Street Use Permit, such that construction is not delayed. 21 D. Removal of Street Sign 22 1. If it is determined that a street sign must be removed for construction, then contact 23 City Transportation and Public Works Department, Signs and Markings Division to 24 remove the sign. 25 E. Temporary Signage 26 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 27 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 28 Devices (MUTCD). 29 2. Install temporary sign before the removal of permanent sign. 30 3. When construction is complete, to the extent that the permanent sign can be 31 reinstalled, contact the City Transportation and Public Works Department, Signs 32 and Markings Division, to reinstall the permanent sign. 33 F. Traffic Control Standards 34 1. Traffic Control Standards can be found on the City's website. 35 1.5 SUBMITTALS 36 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised March 22, 2021 015526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE [NOT USED] 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6 1.11 FIELD [SITE] CONDITIONS [NOT USED] 7 1.12 WARRANTY [NOT USED] 8 PART 2 - PRODUCTS [NOT USED] 9 PART 3 - EXECUTION [NOT USED] 10 11 12 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1 A.A. Added language to emphasize minimizing of lane closures and impact to traffic. 1 A.A.l.c Added language to allow for use of published traffic control "Typicals" if 3/22/21021 M. Owen applicable to specific project/site. 1 AF. 1) Removed reference to Buzzsaw 1.5 Added language re: submittal of permit CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised March 22, 2021 015713-1 STORM WATER POLLUTION PREVENTION Pagel of 3 1 SECTION 01 5713 2 STORM WATER POLLUTION PREVENTION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the 11 Contract 12 2. Division 1 — General Requirements 13 3. Section 3125 00 — Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Construction Activities resulting in less than 1 acre of disturbance 17 a. Work associated with this Item is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 2. Construction Activities resulting in greater than 1 acre of disturbance 20 a. Measurement and Payment shall be in accordance with Section 3125 00. 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. Notice of Intent: NOI 24 2. Notice of Termination: NOT 25 3. Storm Water Pollution Prevention Plan: SWPPP 26 4. Texas Commission on Environmental Quality: TCEQ 27 5. Notice of Change: NOC 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification, unless a date is specifically cited. 32 2. Integrated Storm Management (iSWM) Technical Manual for Construction 33 Controls 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. General 36 1. Contractor is responsible for resolution and payment of any fines issued associated 37 with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised July 1, 2011 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 01 57 13 - 2 STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 3125 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 40 1.5 SUBMITTALS 41 A. SWPPP 42 1. Submit in accordance with Section 0133 00, except as stated herein. 43 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City 44 as follows: 45 1) 1 copy to the City Project Manager 46 a) City Project Manager will forward to the City Department of 47 Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised July 1, 2011 015713-3 STORM WATER POLLUTION PREVENTION Page 3 of 3 1 B. Modified SWPPP 2 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 3 in accordance with Section 01 33 00. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2 - PRODUCTS [NOT USED] 12 PART 3 - EXECUTION [NOT USED] 13 END OF SECTION 14 Revision Log DATE NAME SUMMARY OF CHANGE 15 CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised July 1, 2011 0158 13- 1 TEMPORARY PROJECT SIGNAGE Paget of 3 1 SECTION 0158 13 2 TEMPORARY PROJECT SIGNAGE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Temporary Project Signage Requirements 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS 27 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 28 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 29 A. Design Criteria 30 1. Provide free standing Project Designation Sign in accordance with City's Standard 31 Details for project signs. CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised July 1, 2011 015813-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 1 B. Materials 2 1. Sign 3 a. Constructed of 3/4-inch fir plywood, grade A-C (exterior) or better 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3 - EXECUTION VA 0 9 10 11 12 13 14 15 16 17 18 K 20 21 22 23 24 25 26 27 28 29 30 31 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Provide vertical installation at extents of project. 2. Relocate sign as needed, upon request of the City. B. Mounting options a. Skids b. Posts c. Barricade 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. General 1. Maintenance will include painting and repairs as needed or directed by the City. 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised July 1, 2011 015813-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised July 1, 2011 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0160 00 PRODUCT REQUIREMENTS 01 60 00 - 1 PRODUCT REQUIREMENTS Page 1 of 2 5 A. Section Includes: 6 1. References for Product Requirements and City Standard Products List 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. A list of City approved products for use is available through the City's website at: 16 hUs:Happs.fortworthtexas. ov�/ProjectResources/ and following the directory path: 17 1. 02-Construction Documents/Standard Products List 18 B. Only products specifically included on City's Standard Product List in these Contract 19 Documents shall be allowed for use on the Project. 20 1. Any subsequently approved products will only be allowed for use upon specific 21 approval by the City. 22 C. Any specific product requirements in the Contract Documents supersede similar 23 products included on the City's Standard Product List. 24 1. The City reserves the right to not allow products to be used for certain projects even 25 though the product is listed on the City's Standard Product List. 26 D. Although a specific product is included on City's Standard Product List, not all 27 products from that manufacturer are approved for use, including but not limited to, that 28 manufacturer's standard product. 29 E. See Section 0133 00 for submittal requirements of Product Data included on City's 30 Standard Product List. 31 1.5 SUBMITTALS [NOT USED] 32 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 33 1.7 CLOSEOUT SUBMITTALS [NOT USED] 34 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 35 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised March 9, 2020 01 60 00 - 2 PRODUCT REQUIREMENTS Page 2 of 2 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 7 8 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List 3/9/2020 D.V. Magana Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City website. CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised March 9, 2020 01 66 00 - 1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 1 SECTION 0166 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a. Handling 10 b. Exposure to elements or harsh environments 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 — General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY AND HANDLING 28 A. Delivery Requirements 29 1. Schedule delivery of products or equipment as required to allow timely installation 30 and to avoid prolonged storage. 31 2. Provide appropriate personnel and equipment to receive deliveries. 32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 33 for personnel or equipment to receive the delivery. CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised July 1, 2011 01 66 00 - 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage. 4 5. Clearly and fully mark and identify as to manufacturer, item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufacturer's recommendations and instructions. 10 C. Storage Requirements 11 1. Store materials in accordance with manufacturer's recommendations and 12 requirements of these Specifications. 13 2. Make necessary provisions for safe storage of materials and equipment. 14 a. Place loose soil materials and materials to be incorporated into Work to prevent 15 damage to any part of Work or existing facilities and to maintain free access at 16 all times to all parts of Work and to utility service company installations in 17 vicinity of Work. 18 3. Keep materials and equipment neatly and compactly stored in locations that will 19 cause minimum inconvenience to other contractors, public travel, adjoining owners, 20 tenants and occupants. 21 a. Arrange storage to provide easy access for inspection. 22 4. Restrict storage to areas available on construction site for storage of material and 23 equipment as shown on Drawings, or approved by City's Project Representative. 24 5. Provide off -site storage and protection when on -site storage is not adequate. 25 a. Provide addresses of and access to off -site storage locations for inspection by 26 City's Project Representative. 27 6. Do not use lawns, grass plots or other private property for storage purposes without 28 written permission of owner or other person in possession or control of premises. 29 7. Store in manufacturers' unopened containers. 30 8. Neatly, safely and compactly stack materials delivered and stored along line of 31 Work to avoid inconvenience and damage to property owners and general public 32 and maintain at least 3 feet from fire hydrant. 33 9. Keep public and private driveways and street crossings open. 34 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to 35 satisfaction of City's Project Representative. 36 a. Total length which materials may be distributed along route of construction at 37 one time is 1,000 linear feet, unless otherwise approved in writing by City's 38 Project Representative. CITY OF FORT WORTH W ter Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised July 1, 2011 01 66 00 - 3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 ERECTION [NOT USED] 9 3.5 REPAIR / RESTORATION [NOT USED] 10 3.6 RE -INSTALLATION [NOT USED] 11 3.7 FIELD [OR] SITE QUALITY CONTROL 12 A. Tests and Inspections 13 1. Inspect all products or equipment delivered to the site prior to unloading. 14 B. Non -Conforming Work 15 1. Reject all products or equipment that are damaged, used or in any other way 16 unsatisfactory for use on the project. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION 22 A. Protect all products or equipment in accordance with manufacturer's written directions. 23 B. Store products or equipment in location to avoid physical damage to items while in 24 storage. 25 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 26 the manufacturer. 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION W CITY OF FORT WORTH W ter Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised July 1, 2011 01 66 00 - 4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised July 1, 2011 01 70 00 - 1 MOBILIZATION AND REMOBILIZATION Page 1 of 4 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 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 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 CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised November 22, 2016 01 70 00 - 2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 1 1) Mobilization shall consist of the activities and cost on a Work Order basis 2 necessary for: 3 a) Transportation of Contractor's personnel, equipment, and operating 4 supplies to the Site for the issued Work Order. 5 b) Establishment of necessary general facilities for the Contractor's 6 operation at the Site for the issued Work Order 7 2) Demobilization shall consist of the activities and cost necessary for: 8 a) Transportation of Contractor's personnel, equipment, and operating 9 supplies from the Site including disassembly for each issued Work 10 Order 11 b) Site Clean-up for each issued Work Order 12 c) Removal of all buildings or other facilities assembled at the Site for 13 each Work Oder 14 b. Mobilization and Demobilization do not include activities for specific items of 15 work for which payment is provided elsewhere in the contract. 16 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 17 a. A Mobilization for Miscellaneous Projects when directed by the City and the 18 mobilization occurs within 24 hours of the issuance of the Work Order. 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1 — General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment [Consult City Department/Division for direction on if 26 Mobilization pay item to be included or the item should be subsidiary. Include the 27 appropriate Section 1.2 A. 1.] 28 1. Mobilization and Demobilization 29 a. Measure 30 1) This Item is considered subsidiary to the various Items bid. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 are subsidiary to the various Items bid and no other compensation will be 34 allowed. 35 2. Remobilization for suspension of Work as specifically required in the Contract 36 Documents 37 a. Measurement 38 1) Measurement for this Item shall be per each remobilization performed. 39 b. Payment 40 1) The work performed and materials furnished in accordance with this Item 41 and measured as provided under "Measurement" will be paid for at the unit 42 price per each "Specified Remobilization" in accordance with Contract 43 Documents. 44 c. The price shall include: 45 1) Demobilization as described in Section 1.1.A.2.a.1) 46 2) Remobilization as described in Section 1.1.A.2.a.2) CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised November 22, 2016 01 70 00 - 3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 1 d. No payments will be made for standby, idle time, or lost profits associated this 2 Item. 3 3. Remobilization for suspension of Work as required by City 4 a. Measurement and Payment 5 1) This shall be submitted as a Contract Claim in accordance with Article 10 6 of Section 00 72 00. 7 2) No payments will be made for standby, idle time, or lost profits associated 8 with this Item. 9 4. Mobilizations and Demobilizations for Miscellaneous Projects 10 a. Measurement 11 1) Measurement for this Item shall be for each Mobilization and 12 Demobilization required by the Contract Documents 13 b. Payment 14 1) The Work performed and materials furnished in accordance with this Item 15 and measured as provided under "Measurement" will be paid for at the unit 16 price per each "Work Order Mobilization" in accordance with Contract 17 Documents. Demobilization shall be considered subsidiary to mobilization 18 and shall not be paid for separately. 19 c. The price shall include: 20 1) Mobilization as described in Section 1.1.A.3.a.1) 21 2) Demobilization as described in Section 1.1.A.3.a.2) 22 d. No payments will be made for standby, idle time, or lost profits associated this 23 Item. 24 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 25 a. Measurement 26 1) Measurement for this Item shall be for each Mobilization and 27 Demobilization required by the Contract Documents 28 b. Payment 29 1) The Work performed and materials furnished in accordance with this Item 30 and measured as provided under "Measurement" will be paid for at the unit 31 price per each "Work Order Emergency Mobilization" in accordance with 32 Contract Documents. Demobilization shall be considered subsidiary to 33 mobilization and shall not be paid for separately. 34 c. The price shall include 35 1) Mobilization as described in Section 1.1.A.4.a) 36 2) Demobilization as described in Section 1.1.A.3.a.2) 37 d. No payments will be made for standby, idle time, or lost profits associated this 38 Item. 39 1.3 REFERENCES [NOT USED] 40 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 41 1.5 SUBMITTALS [NOT USED] 42 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 43 1.7 CLOSEOUT SUBMITTALS [NOT USED] 44 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised November 22, 2016 01 70 00 - 4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 1 1.9 QUALITY ASSURANCE [NOT USED] 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 3 1.11 FIELD [SITE] CONDITIONS [NOT USED] 4 1.12 WARRANTY [NOT USED] 5 PART 2 - PRODUCTS [NOT USED] 6 PART 3 - EXECUTION [NOT USED] 7 END OF SECTION 8 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/16 Michael Owen 1.2 Price and Payment Procedures - Revised specification, including blue text, to make specification flexible for either subsidiary or paid bid item for Mobilization. 0 CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised November 22, 2016 017123-1 CONSTRUCTION STAKING AND SURVEY Pagel of 8 1 SECTION 017123 2 CONSTRUCTION STAKING AND SURVEY 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 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 A. Measurement and Payment 1. Construction Staking a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "Construction Staking". 2) Payment for "Construction Staking" shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include, but not be limited to the following: 1) Verification of control data provided by City. 2) Placement, maintenance and replacement of required stakes and markings in the field. 3) Preparation and submittal of construction staking documentation in the form of "cut sheets" using the City's standard template. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 3. As -Built Survey a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "As -Built Survey". CITY OF FORT WORTH ter Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised February 14, 2018 01 71 23 - 2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 1 2) Payment for "Construction Staking" shall be made in partial payments 2 prorated by work completed compared to total work included in the lump sum 3 item. 4 c. The price bid shall include, but not be limited to the following:: 5 1) Field measurements and survey shots to identify location of completed 6 facilities. 7 2) Documentation and submittal of as -built survey data onto contractor redline 8 plans and digital survey files. 9 10 1.3 REFERENCES 11 A. Definitions 12 1. Construction Survey - The survey measurements made prior to or while 13 construction is in progress to control elevation, horizontal position, dimensions and 14 configuration of structures/improvements included in the Project Drawings. 15 2. As -built Survey —The measurements made after the construction of the 16 improvement features are complete to provide position coordinates for the features 17 of a project. 18 3. Construction Staking — The placement of stakes and markings to provide offsets 19 and elevations to cut and fill in order to locate on the ground the designed 20 structures/improvements included in the Project Drawings. Construction staking 21 shall include staking easements and/or right of way if indicated on the plans. 22 4. Survey "Field Checks" — Measurements made after construction staking is 23 completed and before construction work begins to ensure that structures marked on 24 the ground are accurately located per Project Drawings. 25 B. Technical References 26 1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw 27 website) — 01 71 23.16.01— Attachment A —Survey Staking Standards 28 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available 29 on City's Buzzsaw website). 30 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 31 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land 32 Surveying in the State of Texas, Category 5 33 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. The Contractor's selection of a surveyor must comply with Texas Government 36 Code 2254 (qualifications based selection) for this project. 37 1.5 SUBMITTALS 38 A. Submittals, if required, shall be in accordance with Section 01 33 00. 39 B. All submittals shall be received and reviewed by the City prior to delivery of work. 40 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 41 A. Field Quality Control Submittals CITY OF FORT WORTH ter Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised February 14, 2018 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 1 1. Documentation verifying accuracy of field engineering work, including coordinate 2 conversions if plans do not indicate grid or ground coordinates. 3 2. Submit "Cut -Sheets" conforming to the standard template provided by the City 4 (refer to 01 71 23.16.01 — Attachment A — Survey Staking Standards). 5 1.7 CLOSEOUT SUBMITTALS 6 B. As -built Redline Drawing Submittal 7 1. Submit As -Built Survey Redline Drawings documenting the locations/elevations of 8 constructed improvements signed and sealed by Registered Professional Land 9 Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 — Attachment A 10 — Survey Staking Standards) . 11 2. Contractor shall submit the proposed as -built and completed redline drawing 12 submittal one (1) week prior to scheduling the project final inspection for City 13 review and comment. Revisions, if necessary, shall be made to the as -built redline 14 drawings and resubmitted to the City prior to scheduling the construction final 15 inspection. 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE 18 A. Construction Staking 19 1. Construction staking will be performed by the Contractor. 20 2. Coordination 21 a. Contact City's Project Representative at least one week in advance notifying 22 the City of when Construction Staking is scheduled. 23 b. It is the Contractor's responsibility to coordinate staking such that 24 construction activities are not delayed or negatively impacted. 25 3. General 26 a. Contractor is responsible for preserving and maintaining stakes. If City 27 surveyors are required to re -stake for any reason, the Contractor will be 28 responsible for costs to perform staking. If in the opinion of the City, a 29 sufficient number of stakes or markings have been lost, destroyed disturbed or 30 omitted that the contracted Work cannot take place then the Contractor will be 31 required to stake or re -stake the deficient areas. 32 B. Construction Survey 33 1. Construction Survey will be performed by the Contractor. 34 2. Coordination 35 a. Contractor to verify that horizontal and vertical control data established in the 36 design survey and required for construction survey is available and in place. 37 3. General 38 a. Construction survey will be performed in order to construct the work shown 39 on the Construction Drawings and specified in the Contract Documents. 40 b. For construction methods other than open cut, the Contractor shall perform 41 construction survey and verify control data including, but not limited to, the 42 following: 43 1) Verification that established benchmarks and control are accurate. CITY OF FORT WORTH ter Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised February 14, 2018 01 71 23 - 4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 1 2) Use of Benchmarks to furnish and maintain all reference lines and grades 2 for tunneling. 3 3) Use of line and grades to establish the location of the pipe. 4 4) Submit to the City copies of field notesused to establish all lines and 5 grades, if requested, and allow the City to check guidance system setup prior 6 to beginning each tunneling drive. 7 5) Provide access for the City, if requested, to verify the guidance system and 8 the line and grade of the carrier pipe. 9 6) The Contractor remains fully responsible for the accuracy of the work and 10 correction of it, as required. 11 7) Monitor line and grade continuously during construction. 12 8) Record deviation with respect to design line and grade once at each pipe 13 joint and submit daily records to the City. 14 9) If the installation does not meet the specified tolerances (as outlined in 15 Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct 16 the installation in accordance with the Contract Documents. 17 C. As -Built Survey 18 1. Required As -Built Survey will be performed by the Contractor. 19 2. Coordination 20 a. Contractor is to coordinate with City to confirm which features require as- 21 built surveying. 22 b. It is the Contractor's responsibility to coordinate the as -built survey and 23 required measurements for items that are to be buried such that construction 24 activities are not delayed or negatively impacted. 25 c. For sewer mains and water mains 12" and under in diameter, it is acceptable 26 to physically measure depth and mark the location during the progress of 27 construction and take as -built survey after the facility has been buried. The 28 Contractor is responsible for the quality control needed to ensure accuracy. 29 3. General 30 a. The Contractor shall provide as -built survey including the elevation and 31 location (and provide written documentation to the City) of construction 32 features during the progress of the construction including the following: 33 1) W ter Lines 34 a) Top of pipe elevations and coordinates for waterlines at the following 35 locations: 36 (1) Minimum every 250 linear feet, including 37 (2) Horizontal and vertical points of inflection, curvature, 38 etc. 39 (3) Fire line tee 40 (4) Plugs, stub -outs, dead-end lines 41 (5) Casing pipe (each end) and all buried fittings 42 2) Sanitary Sewer 43 a) Top of pipe elevations and coordinates for force mains and siphon 44 sanitary sewer lines (non -gravity facilities) at the following locations: 45 (1) Minimum every 250 linear feet and any buried fittings 46 (2) Horizontal and vertical points of inflection, curvature, 47 etc. 48 3) Stormwater — Not Applicable CITY OF FORT WORTH W ter Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised February 14, 2018 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 1 b. The Contractor shall provide as -built survey including the elevation and 2 location (and provide written documentation to the City) of construction 3 features after the construction is completed including the following: 4 1) Manholes 5 a) Rim and flowline elevations and coordinates for each manhole 6 2) W ter Lines 7 a) Cathodic protection test stations 8 b) Sampling stations 9 c) Meter boxes/vaults (All sizes) 10 d) Fire hydrants 11 e) Valves (gate, butterfly, etc.) 12 f) Air Release valves (Manhole rim and vent pipe) 13 g) Blow off valves (Manhole rim and valve lid) 14 h) Pressure plane valves 15 i) Underground Vaults 16 (1) Rim and flowline elevations and coordinates for each 17 Underground Vault. 18 3) Sanitary Sewer 19 a) Cleanouts 20 (1) Rim and flowline elevations and coordinates for each 21 b) Manholes and Junction Structures 22 (1) Rim and flowline elevations and coordinates for each 23 manhole and junction structure. 24 4) Stormwater — Not Applicable 25 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 26 1.11 FIELD [SITE] CONDITIONS [NOT USED] 27 1.12 WARRANTY 28 PART 2 - PRODUCTS 29 A. A construction survey will produce, but will not be limited to: 30 1. Recovery of relevant control points, points of curvature and points of intersection. 31 2. Establish temporary horizontal and vertical control elevations (benchmarks) 32 sufficiently permanent and located in a manner to be used throughout construction. 33 3. The location of planned facilities, easements and improvements. 34 a. Establishing final line and grade stakes for piers, floors, grade beams, parking 35 areas, utilities, streets, highways, tunnels, and other construction. 36 b. A record of revisions or corrections noted in an orderly manner for reference. 37 c. A drawing, when required by the client, indicating the horizontal and vertical 38 location of facilities, easements and improvements, as built. 39 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all 40 construction staking projects. These cut sheets shall be on the standard city template 41 which can be obtained from the Survey Superintendent (817-392-7925). 42 5. Digital survey files in the following formats shall be acceptable: 43 a. AutoCAD (.dwg) 44 b. ESRI Shapefile (.shp) CITY OF FORT WORTH W ter Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised February 14, 2018 01 71 23 - 6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 1 c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use 2 standard templates, if available) 3 6. Survey files shall include vertical and horizontal data tied to original project 4 control and benchmarks, and shall include feature descriptions 5 PART 3 - EXECUTION 6 3.1 INSTALLERS 7 A. Tolerances: 8 1. The staked location of any improvement or facility should be as accurate as 9 practical and necessary. The degree of precision required is dependent on many 10 factors all of which must remain judgmental. The tolerances listed hereafter are 11 based on generalities and, under certain circumstances, shall yield to specific 12 requirements. The surveyor shall assess any situation by review of the overall plans 13 and through consultation with responsible parties as to the need for specific 14 tolerances. 15 a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical 16 tolerance. Horizontal alignment for earthwork and rough cut should not exceed 17 1.0 ft. tolerance. 18 b. Horizontal alignment on a structure shall be within .0.1ft tolerance. 19 c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and 20 walkways shall be located within the confines of the site boundaries and, 21 occasionally, along a boundary or any other restrictive line. Away from any 22 restrictive line, these facilities should be staked with an accuracy producing no 23 more than 0.05ft. tolerance from their specified locations. 24 d. Underground and overhead utilities, such as sewers, gas, water, telephone and 25 electric lines, shall be located horizontally within their prescribed areas or 26 easements. Within assigned areas, these utilities should be staked with an 27 accuracy producing no more than 0.1 ft tolerance from a specified location. 28 e. The accuracy required for the vertical location of utilities varies widely. Many 29 underground utilities require only a minimum cover and a tolerance of 0.1 ft. 30 should be maintained. Underground and overhead utilities on planned profile, 31 but not depending on gravity flow for performance, should not exceed 0.1 ft. 32 tolerance. 33 B. Surveying instruments shall be kept in close adjustment according to manufacturer's 34 specifications or in compliance to standards. The City reserves the right to request a 35 calibration report at any time and recommends regular maintenance schedule be 36 performed by a certified technician every 6 months. 37 1. Field measurements of angles and distances shall be done in such fashion as to 38 satisfy the closures and tolerances expressed in Part 3.1.A. 39 2. Vertical locations shall be established from a pre -established benchmark and 40 checked by closing to a different bench mark on the same datum. 41 3. Construction survey field work shall correspond to the client's plans. Irregularities 42 or conflicts found shall be reported promptly to the City. 43 4. Revisions, corrections and other pertinent data shall be logged for future reference. 44 CITY OF FORT WORTH W ter Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised February 14, 2018 017123-7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 1 3.2 EXAMINATION [NOT USED] 2 3.3 PREPARATION [NOT USED] 3 3.4 APPLICATION 4 3.5 REPAIR / RESTORATION 5 A. If the Contractor's work damages or destroys one or more of the control 6 monuments/points set by the City, the monuments shall be adequately referenced for 7 expedient restoration. 8 1. Notify City if any control data needs to be restored or replaced due to damage 9 caused during construction operations. 10 a. Contractor shall perform replacements and/or restorations. 11 b. The City may require at any time a survey "Field Check" of any monument 12 or benchmarks that are set be verified by the City surveyors before further 13 associated work can move forward. 14 3.6 RE -INSTALLATION [NOT USED] 15 3.7 FIELD [OR] SITE QUALITY CONTROL 16 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 17 City in accordance with this Specification. This includes easements and right of way, if 18 noted on the plans. 19 B. Do not change or relocate stakes or control data without approval from the City. 20 3.8 SYSTEM STARTUP 21 22 23 24 25 26 27 28 29 30 31 32 33 34 A. Survey Checks 1. The City reserves the right to perform a Survey Check at any time deemed necessary. 2. Checks by City personnel or 3' party contracted surveyor are not intended to relieve the contractor of his/her responsibility for accuracy. 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log CITY OF FORT WORTH ter Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised February 14, 2018 017123-8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson Added instruction and modified measurement & payment under 1.2; added 8/31/2017 M. Owen definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal requirements; modified 1.9 Quality Assurance; added PART 2 — PRODUCTS ; Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup. Removed "blue text"; revised measurement and payment sections for Construction Staking and As -Built Survey; added reference to selection compliance with TGC 2/14/2018 M Owen 2254; revised action and Closeout submittal requirements; added acceptable depth measurement criteria; revised list of items requiring as -built survey "during" and "after" construction; and revised acceptable digital survey file format CITY OF FORT WORTH ter Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised February 14, 2018 FORT WORTH, Section 01 71 23.01 - Attachment A Survey Staking Standards February 2017 K:\FTW_Utilities\061018457 - Camp Bowie W-SS Replacements - Hulen to Montgomery\SPEC\Expedited-12-and-8- Inch\100%\_Division-01_General-Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 1 of 26 These procedures are intended to provide a standard method for construction staking services associated with the City of Fort Worth projects. These are not to be considered all inclusive, but only as a general guideline. For projects on TXDOT right-of-way or through joint MOT participation, adherence to the TXDOT Survey Manual shall be followed and if a discrepancy arises, the TXDOT manual shall prevail. (htti)://onlinemanuals.txdot.gov/txdotmanuals/ess/ess.Ddf) If you have a unique circumstance, please consult with the project manager, inspector, or survey department at 817-392-7925. Table of Contents I. City of Fort Worth Contact Information II. Construction Colors III. Standard Staking Supplies IV. Survey Equipment, Control, and Datum Standards V. Water Staking VI. Sanitary Sewer Staking VII. Storm Staking VIII. Curb and Gutter Staking IX. Cut Sheets X. As -built Survey K:\FTW_Utilities\061018457 - Camp Bowie W-SS Replacements - Hulen to Montgomery\SPEC\Expedited-12-and-8- Inch\100%\_Division-01_General-Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 2 of 26 Survey Department Contact Information Physical and mailing address: 8851 Camp Bowie West Boulevard Suite 300 Fort Worth, Texas 76116 Office: (817) 392-7925 Survey Superintendent, direct line: (817) 392-8971 Construction Colors The following colors shall be used for staking or identifying features in the field. This includes flagging, paint of laths/stakes, paint of hubs, and any identification such as pin flags if necessary. Utility PROPOSED EXCAVATION ALL ELECTRIC AND CONDUITS POTABLE WATER GAS OR OIL TELEPHONE/FIBER OPTIC SURVEY CONTROL POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS, AND ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS SANITARY SEWER IRRIGATION AND RECLAIMED WATER Standard Staking Supplies Color WHITE F" YELLOW ORANGE PINK Item Minimum size Lath/Stake 36" tall Wooden Hub (2"x2" min. square preferred) 6" tall Pin Flags (2.5" x 3.5" preferred) 21" long Guard Stakes Not required PK or Mag nails 1" long Iron Rods (1/2" or greater diameter) 18" long Survey Marking Paint Water -based Flagging 1" wide Marking Whiskers (feathers) 6" long Tacks (for marking hubs) 3/4" long K:\FTW_Utilities\061018457 - Camp Bowie W-SS Replacements - Hulen to Montgomery\SPEC\Expedited-12-and-8- Inch\100%\_Division-01_General-Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 3 of 26 IV. Survey Equipment, Control, and Datum Standards A. City Benchmarks All city benchmarks can be found here: http://fortworthtexas.gov/itsolutions/GIS/ Look for 'Zoning Maps'. Under 'Layers' , expand'Basemap Layers', and check on 'Benchmarks'. B. Conventional or Robotic Total Station Equipment I. A minimum of a 10 arc -second instrument is required. II. A copy of the latest calibration report may be requested by the City at any time. It is recommended that an instrument be calibrated by certified technician at least 1 occurrence every 6 months. C. Network/V.R.S. and static GPS Equipment I. It is critical that the surveyor verify the correct horizontal and vertical datum prior commencing work. A site calibration may be required and shall consist of at least 4 control points spaced evenly apart and in varying quadrants. Additional field checks of the horizontal and vertical accuracies shall be completed and the City may ask for a copy of the calibration report at any time. Network GPS such as the Western Data Systems or SmartNet systems may be used for staking of property/R.O.W, forced -main water lines, and rough -grade only. No GPS staking for concrete, sanitary sewer, storm drain, final grade, or anything that needs vertical grading with a tolerance of 0.25' or less is allowed. D. Control Points Set All control points set shall be accompanied by a lath with the appropriate Northing, Easting, and Elevation (if applicable) of the point set. Control points can be set rebar, 'X' in concrete, or any other appropriate item with a stable base and of a semi -permanent nature. A rebar cap is optional, but preferred if the cap is marked 'control point' or similar wording. Datasheets are required for all control points set. Datasheet should include: A. Horizontal and Vertical Datum used, Example: N.A.D.83, North Central Zone 4202, NAVD 88 Elevations B. Grid or ground distance. — If ground, provide scale factor used and base point coordinate, Example: C.S.F.=0.999125, Base point=North: 0, East=O C. Geoid model used, Example: GEOID12A K:\FTW_Utilities\061018457 - Camp Bowie W-SS Replacements - Hulen to Montgomery\SPEC\Expedited-12-and-8- Inch\100%\_Division-01_General-Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 4 of 26 E. Preferred Grid Datum Although many plan sets can be in surface coordinates, the City's preferred grid datum is listed below. Careful consideration must be taken to verify what datum each project is in prior to beginning work. It is essential the surveyor be familiar with coordinate transformations and how a grid/surface/assumed coordinate system affect a project. Proiected Coordinate System: NAD_1983_StatePlane_Texas_North_Central_FIPS_4202_Feet Projection: Lambert_ Conformal_ Conic False_Easti ng: 1968500.00000000 False -Northing: 6561666.66666667 Central Meridian:-98.50000000 Standard Parallel 1: 32.13333333 Standard Parallel 2: 33.96666667 Latitude -Of -Origin: 31.66666667 Linear Unit: Foot US Geographic Coordinate System: GCS_North_American_1983 Datum: D North American 1983 Prime Meridian: Greenwich Angular Unit: Degree Note: Regardless of what datum each particular project is in, deliverables to the City must be converted/translated into this preferred grid datum. 1 copy of the deliverable should be in the project datum (whatever it may be) and 1 copy should be in the NAD83, TX North Central 4202 zone. See Preferred File Naming Convention below F. Preferred Deliverable Format txt csv dwg .job G. Preferred Data Format P,N,E,Z,D,N Point Number, Northing, Easting, Elevation, Description, Notes (if applicable) H. Preferred File Naming Convention This is the preferred format: City Project Number_Description_Datum.csv Example for a proiect that has surface coordinates which must be translated: File 1: C1234 As -built of Water on Main Street Grid NAD83 TXSP 4202.csv K:\FTW_Utilities\061018457 - Camp Bowie W-SS Replacements - Hulen to Montgomery\SPEC\Expedited-12-and-8- Inch\100%\_Division-01_General-Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 5 of 26 File 2: C1234_As-built of Water on Main Street —Project Specific Datum.csv Example Control Stakes K:\FTW_Utilities\061018457 - Camp Bowie W-SS Replacements - Hulen to Montgomery\SPEC\Expedited-12-and-8- Inch\100%\_Division-01_General-Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 6 of 26 ck� rn G l 7 1016 EL.— 100, i}C' V. Water Staking Standards K:\FTW_Utilities\061018457 - Camp Bowie W-SS Replacements - Hulen to Montgomery\SPEC\Expedited-12-and-8- Inch\100%\_Division-01_General-Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 7 of 26 A. Centerline Staking —Straight Line Tangents I. Offset lath/stakes every 200' on even stations II. Painted blue lath/stake only, no hub is required III. Grade is to top of pipe (T/P) for 12" diameter pipes or smaller IV. Grade to flow line (F/L) for 16" and larger diameter pipes V. Grade should be 3.50' below the proposed top of curb line for 10" and smaller diameter pipes VI. Grade should be 4.00' below the proposed top of curb line for 12" and larger diameter pipes VII. Cut Sheets are required on all staking and a copy can be received from the survey superintendent Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking - Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Same grading guidelines as above III. Staking of radius points of greater than 100' may be omitted C. Water Meter Boxes I. 7.0' perpendicular offset is preferred to the center of the box II. Center of the meter should be 3.0' behind the proposed face of curb III. Meter should be staked a minimum of 4.5' away from the edge of a driveway IV. Grade is to top of box and should be +0.06' higher than the proposed top of curb unless shown otherwise on the plans D. Fire Hydrants I. Center of Hydrant should be 3.0' behind proposed face of curb II. Survey offset stake should be 7.0' from the center and perpendicular to the curb line or water main III. Grade of hydrants should be +0.30 higher than the adjacent top of curb E. Water Valves & Vaults I. Offsets should be perpendicular to the proposed water main II. RIM grades should only be provided if on plans Example Water Stakes K:\FTW_Utilities\061018457 - Camp Bowie W-SS Replacements - Hulen to Montgomery\SPEC\Expedited-12-and-8- Inch\100%\_Division-01_General-Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 8 of 26 k 6® »\ n \ /} 0 | f n /3 % 7Z ry 2 I \ U5 � � 7 \§�( 5 j C |« nys % 7Z r� 2 � b / I \ ]' E. 101.5' m § I \ � � \ LIJ w \ \ zg \ - . E 3 Q \ ` §E � \ _» \ / © /+ / \ \ � If g § {Vj / y ( p= y e /± e § _u , ( � Q �:,—-�--r�z—, »�\ C / r�zz� �r `:' 2 00 \ fin /_@ t�[-.,wy k[\§ VE 5an kary Sewer Staking <\F &_gA§eyo m1857-CampBowieW SR placement-H&ento 9ontgomer SPEC h«$G6ggnd- In+yo % _m§ (o mot Gene g PReq G E ment of 712 JE o1 +@eBme « A Su&e Staking Standardadoa Page 9of26 A. Centerline Staking — Straight Line Tangents I. Inverts shall be field verified and compared against the plans before staking II. Painted green lath/stake WITH hub and tack or marker dot, no flagging required III. 1 offset stake between manholes if manholes are 400' or less apart IV. Offset stakes should be located at even distances and perpendicular to the centerline V. Grades will be per plan and the date of the plans used should be noted VI. If multiple lines are at one manhole, each line shall have a cut/fill and direction noted VII. Stakes at every grade break VIII. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking— Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Sanitary Sewer Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans K:\FTW_Utilities\061018457 - Camp Bowie W-SS Replacements - Hulen to Montgomery\SPEC\Expedited-12-and-8- Inch\100%\_Division-01_General-Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 10 of 26 7 T FRONT I� 'SIDE FACINC.1 o c Znd 4fF5ET STAKE =0R wLIGNMENT Ln — R13N T FR ( N T 4; o V) SID= FAIN; � 0 0000 (:DIDE FAGINC ) "' N A fin FLAGGING P.EDUIFEDLn — z �I oFFAEr 3TSISE IN I IFIJ n GRF=N RAlNTFD I ATH 1A1 f.� 9ak OFFSET STAKE G1 FOF AUGNMENT (D FCR ALCh1AEh1T I FCa `.LiNH 0 17 F NTIE Ln 2ND OFFSET 8T^KE rfL rn n FOF CENTERU4E (SIDE F,IN h1H D — NEED S, — 3 =,cr TAI{C FF' I�I T L FCR ? 1J WNY T OH R 12 p� Ln SS]AFi rl o (D (SIDE FAvING CL) F/L 1 v &AME S-ATI MIHG 4S 1 NE m N Flkal u-1-5LI 5HAKL Imo, ID 14 a, n o � $AHIT4RY 3EMDE LINE FfL ~' W 3 F{L 0h N rD N iHl ocvnnc:i we"i om RIM rn Ip- 2 E ' F9 r/L D — sT4TIC'f•INC — — w� NF r* rD FA h Eli a �iI Ty+ =r 0 3 /Li DENTFIES FUDW-11+E OF rD VLhTH PIPE 1RADE FIM 3 0 p BECAUSE-TATI-DNING _ rr " BETNEEV SSM S WAS ��, I IN D � RlRIMd, IDENTIFIES OJT — O n OR FI I + FOR NORTH PIPE F LESS THAN zCy'+ 5F9JT IS I THE )IFFEREfaCE AND 5ET 1 SThItC IN THE hild]LE � rD � nEHTnES zowuN= OF r rD i _ _ _ — _ } SOIJTI FIPE GRADELA nO FILL S OUT - 9 u n'I r" OR FILL + F{ft 30JTH PIPE 0�0 X PM � IDENTI-IM 31h' CRADE: Q HUB FAINTED GREEV, FLJSH MTV ` IDBJT1-lm �UT - l o GROUND. MTH TACK OR BLC1{ DDT OR FILL + TO TOP 0 f* or MAraIIIXL CLAy 0 X 9- 00 (OPTIONAL) 1U=l PAN I=L) UMELN leAIH —� GLUE YM'iISF:CR'- CM 601 WAL MTH BLUE: MAID,%ERS m X fu m N N m N r+ fu X, m In VII. Storm Sewer & Inlet Staking A. Centerline Staking — Straight Line Tangents I. 1 offset stake every 200' on even stations II. Grades are to flowline of pipe unless otherwise shown on plans III. Stakes at every grade break IV. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking — Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Storm Drain Inlets I. Staking distances should be measured from end of wing II. Standard 10' Inlet = 16.00' total length III. Recessed 10' Inlet = 20.00' total length IV. Standard double 10' inlet = 26.67' total length V. Recessed double 10' inlet = 30.67' total length D. Storm Drain Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans K:\FTW_Utilities\061018457 - Camp Bowie W-SS Replacements - Hulen to Montgomery\SPEC\Expedited-12-and-8- Inch\100%\_Division-01_General-Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 12 of 26 BACK C30E FAahr- R.ELW.) POINT # i HIA ELEVAnON Example Storm Inlet Stakes FRONT (SIDE FACING NO FLAGGING REQUIRED IN LIEU OF PINK PAINTED LATH IDENTIFIES M-1101-1 END OF THE WING BEING STAKED INLET STATION [IF NOTED ON PLANS] IDENTIFIES GRADE TO TOP OF CURB IDENTIFIES GRADE TO FLOWUNE DISTANCES FCF� INLE�S STANDARD 1D 16 RECESSED 10' - - 20' STANDARD DUJBLE 10' - 2&67 BACK {SUE FA13NG R.QW_) PRINT 0 Q HUB ELEVATUN c FRONT (SIDE FACING M IIDE NTI FIES 1lHICH END OF THE YdNG BEING STAKED FRECEBE;ED ELMLE 10=7-30_67 HUB %MM TACK TO- — — — — — — — I BACK OF INLET I H �I s� ❑ - MANHOLE oy bI RIM �I BACK OF CURB BACK OF CURB MN.0--------- FLOYLINE FACE OF INLET FACE OF INLET FLOl4UNE EDGE OF PAVEMENT EDGE OF PAVEMENT II EDGE OF PAVEMENT EDGE OF PAVEMENT K:\FTW_Utilities\061018457 - Camp Bowie W-SS Replacements - Hulen to Montgomery\SPEC\Expedited-12-and-8- Inch\100%\_Division-01_General-Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 13 of 26 VIII. Curb and Gutter Staking A. Centerline Staking — Straight Line Tangents V. 1 offset stake every 50' on even stations VI. Grades are to top of curb unless otherwise shown on plans VII. Stakes at every grade break VIII. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking— Curves III. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval IV. Staking of radius points of greater than 100' may be omitted K:\FTW_Utilities\061018457 - Camp Bowie W-SS Replacements - Hulen to Montgomery\SPEC\Expedited-12-and-8- Inch\100%\_Division-01_General-Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 14 of 26 Example Curb & Gutter Stakes FRONT (SIDE FACING CL) FRONT (SIDE FACING) IDENTIFIES START PONT OF VJRVATURE 0 BACK {" IOEMnFim omsu Is TO (SIDE FACING R.4.4i.) I BACK CF CURB CR F/C FCR FACE OF CUPH PRINT # HUB ELEWTON p� + II O + IDENTIFIES GRADE IS TID TD T4P OF CUPEi BACK FRONT IDENTIFIES END (SOE FA INC k} POINT OF T GENT C N EIC m s PT 77. ¢ U N III I III I III I III I o III I NO FLAGGING RFWWOLD IN LIEU OF PINK PAINTED LATH — { TOP OF CURB OF CURB FACE OF CURB FLOVYL1 NE EDGE OF PAVEMENT FRONT {ODE FACING q} C A F 4 6 1 Ea/C NO GRADE ON RADIUS POINTS 0 Example Curb & Gutter Stakes at Intersection K:\FTW_Utilities\061018457 - Camp Bowie W-SS Replacements - Hulen to Montgomery\SPEC\Expedited-12-and-8- Inch\100%\_Division-01_General-Requirements\O1 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 15 of 26 7 T (l � S C NI O O rC-F o = / r-r I F' < 0 � 0 � O N o 00 I� J r) Z rD v v 3 rD O O rD (D 3 r) Z rt O rD q N (DD �I n ~ r) 0 w 3 � N a) O D rt fD N Z3 n rt O fD o r�r :3 D m O L 3 (D r) i V) -Z) v m W n 7 m = x v Q � f-r Q rD Iv Q 10' ❑l5 STAKE 1D. ❑jS STAKE W/G PDE AT W/GRAPE AT EVEN STATION EVEN STATION 4 4 [�] 4 4 f W MA.X. DISTANCE 50' MAX. DISTANCE � 50' MAX. DISTANCE � 54' WX. DISTANCE � 50' MAX. DISTANCE � 50' MAX. DISTANCE I r QI b I I I I I I I BACK OF CURB BAC1i OF CURB IF ARC LENGTH IS BACK OF CURB _ i GREATER THAN 106rAAPC\ _ i C} I A KQ I C7 50' hlk]L rl DISTANCE r1D'4fS SOULD BE SET T S0' MAX. DISTANCE b STAKE �b Ir b TSTA-t WjGRApE AT PSr 10, 0/5 EB WjGRADE AT STAKE EVEN STATION �j Ci LENR37ATI4N 13TAKFE a�..� � J47 RADIUS ' � 301Pd DIID� POINT w�a GRADE W/N0 ORADE E3 To' o/s STAKE — — W GRADE AT E N STATION a a — 4- 1 ST I D' 0 AKE �' EVEN1�STA ON TYP FRONT (SIDE FACING) 4 D R� IDENTIFIES OFFSET IS TN cuREI a� TB c IX. Cut Sheets A. Date of field work B. Staking Method (GPS, total station) C. Project Name D. City Project Number (Example: C01234) E. Location (Address, cross streets, GPS coordinate) F. Survey company name G. Crew chief name H. A blank template can be obtained from the survey superintendent (see item I above) Standard City Cut Sheet City Project Date: Number: Project Name: ❑ TOTAL Staking Method: ❑ GPS STATION ❑ OTHER LOCATION: CONSULTANT/CONTRACTOR SURVEY CREW INITIALS ALL GRADES ARE TO FLOWLINE OR TOP OF CURB UNLESS OTHERWISE NOTED. PT # STATION OFFSET DESCRIPTION PROP. STAKED _ CUT + FILL -LT/+RT GRADE ELEV. K:\FTW_Utilities\061018457 - Camp Bowie W-SS Replacements - Hulen to Montgomery\SPEC\Expedited-12-and-8- Inch\100%\_Division-01_General-Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 17 of 26 X. As -built Survey A. Definition and Purpose The purpose of an as -built survey is to verify the asset was installed in the proper location and grade. Furthermore, the information gathered will be used to supplement the City's GIS data and must be in the proper format when submitted. See section IV. As -built survey should include the following (additional items may be requested): Manholes Top of pipe elevations every 250 feet Horizontal and vertical points of inflection, curvature, etc. (All Fittings) Cathodic protection test stations Sampling stations Meter boxes/vaults (All sizes) Fire lines Fire hydrants Gate valves (rim and top of nut) Plugs, stub -outs, dead-end lines Air Release valves (Manhole rim and vent pipe) Blow off valves (Manhole rim and valve lid) Pressure plane valves Cleaning wyes Clean outs Casing pipe (each end) Inverts of pipes Turbo Meters K:\FTW_Utilities\061018457 - Camp Bowie W-SS Replacements - Hulen to Montgomery\SPEC\Expedited-12-and-8- Inch\100%\_Division-01_General-Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 18 of 26 B. Example Deliverable A hand written red line by the field surveyor is acceptable in most cases. This should be a copy of the plans with the point number noted by each asset. If the asset is missing, then the surveyor should write "NOT FOUND" to notify the City. K:\FTW_Utilities\061018457 - Camp Bowie W-SS Replacements - Hulen to Montgomery\SPEC\Expedited-12-and-8- Inch\100%\_Division-01_General-Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 19 of 26 4 9069-X -0-pi— % ❑ tldd NCO bR LONOHd 1 1,Msm NW jxb1!1O _]YIZMdgy d3M35 ;'M-YWq 0:Vd —,ivM log bap �i�-- a ate: � osr rols An �il -L,j 'r, Za I�I F 'Ibim Illllilllll1dlldllll"Illlll11,III /A'i B K:\FTW_Utilities\061018457 - Camp Bowie W-SS Replacements - Hulen to Montgomery\SPEC\Expedited-12-and-8- Inch\100%\_Division-01_General-Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 20 of 26 �� Lp y WLp l► W .07 rav RM STA.0 - iz w- rf aD aw ,Ao.rrm - pwL (rhYD nw RE"E & StimwE Ex sr. MEGN PMr.OYMM &TE YAWS 51 AEDMER IN. CWN= M =5T aW MT r T6E MMALL }1?SiA/D SIF�yE - STA aQRO,'- 6Q'WL �t,��es'+xwrz,aewo 1-�r a�nrrp AMSTA[G ,&CtEAVM PIG � G � t-i E rL r#g6g47Wj525 - STA /MWALL - B•!1� r 1N c vTAss •7 r•2T eAml n TEE A / rFWE rn 9!F oMYpltMrr LM ,_ sre rrmar Re, ,{°{ -- .t t I • t LPGVE VANE r�r de �"atl •' � A�RSQO� G !fly 1 '`�`� k�'�•.Y ti w� j' �+ Gp •L3 sm �lsm sa r.'n vm � m.•a�e ] E swe nw�+»crv.wm � l ,rr�.p. ewawr u. Am.' LS'A668. trY})j R_rMNE EYIST, I z` k•I'�r Arm MWATM I t 4 sr ,AIM*SWAURM 1 YLWYl . 6 ��_ M ■wr tTOM 12 irri�r� :mot 1 fir fli r� rfrr'rlrrrirr, r: AV sop a PROPOSED a Lp�wxs s"Aw k, SANITAf� S1 F UZT.CArE vAEW 9"\\ SEE SHEE7 Lf�t`L_ PSlIEiix� mr2 •- Sl'A UMM - 12WL &Fj" aqj STA 069-W - IrW MfSTAi4 A167AlLr LYSTIYI_ h � MJ. 9,1' 10 Sf FNE I-IZfSYE/7. EOYO r IF IS"YERr Eif]Ip 5T fF Ar 12'k.•G'E7[ Po"C X3FINC5S.ri4Y N�A05L.ySu� CCNWE'!T TQ E]fFST.�IATER F-9Jg6iOi�3 e.,=ax ar�$37G N�f/FRi9✓Jly €-22�S3W.�3E P, [� 1 i I -_ - - - r f��_ - T_- - - • it • 1�f-1 K:\FTW_Utilities\061018457 - Camp Bowie W-SS Replacements - Hulen to Montgomery\SPEC\Expedited-12-and-8- Inch\100%\_Division-01_General-Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 21 of 26 9Z 10 ZZ @Bed x3op•spaepuejS 2u1jejS A(ananS y ju@wq:)ejjy TO.9T•£Z TL TO\sluawaalnbaa-leaauag TO-uolsl^Ia1%OOT\4:)u1 -g-pus A , Q,,. ,., „•,, — old � 5_15��LT i�—k0--(JLC A 4 p WATCT A-o s viTARY SEWER W54f-Fr CUT FRWECT Na IN330 IN �� �➢ Ag S � SAN q, All, 4y all 5 IN��° 5a�m55b'pp€€€� MM & A-dvtMi- X-2r92G f1NNly EeadlEea�F � I i BLK 29 10 clMft ft b,F iewrn E/ Uienwn.+mer. z m • �v g d {SANR'AA' SEWFJ7 �` � I • Z SERVI E W/ CLEAMWT �IAYTON RD. W. = CP O coy 2-wm 16 , , - E; — Ex rr wme r r r O rye. a !2' WATER U) IzI.. e wrrcR LJNE A - L-3654 ti rk rs r' tk y® f Gar f �Me r•Ww a rss��' 1 ` 4 J W .Z / rrru REMaE EXIST. J� I J irSAN.SENER P / �y / rrerry 5Nr 1 STAWJO - SSS UNE ! * Lor mo/ � rm a.re+wosn EXIST. SrA.0-ML--M- RE&NNE EX15T_SSNH va.ucrs3m f [ZWSTR(KT 5 LF OF ASS UNE NGWDE CQ51 :(,EI[L..AR !& IfH llNSLf?r I � .� W/ CAROSX&M PROMMOW 1 CQMNELT PROP. dSS (NW) OPWNECT PW.6SS ME&SMf TO PWL SSYH. N{94E9(55252 E•22961559231 CITY MAP NO. 2018 380, 2©18-3' MAPSCO PAGE NO.74N, S, 'T`, W — r_ — -- — —1- 6 K:\FTW_Utilitiel 2-00 Poo dited-12-and-8- Inch\100%\_Division-01_General-Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 23 of 26 Obviously the .csv or Axt file cannot be signed/sealed by a surveyor in the format requested. This is just an example and all this information should be noted when delivered to the City so it is clear to what coordinate system the data is in. POINT NO. NORTHING EASTING ELEV. DESCRIPTION 1 6946257.189 2296079.165 726.09 SSMH RIM I� 2 6946260.893 2296062,141 725.668 GV RIM 3 6946307.399 2296038.306 726.95 GV RIM 4 6946220.582 2296011.025 723.359 SSMH RIM 5 6946195.23 2296015,116 722.123 GV RIM 6 6946190,528 2296022.721 722.325 FH q 7 6946136.012 2295992.115 719A48 WM RIM 8 6946002.267 2295919.133 713.331 WM RIM TXi'JC04-1i L 9 6946003.056 2295933.418 713.652 CO RIM 10 6945984.677 2295880.52 711.662 SSMH RIM 11 6945986.473 2295869,892 710.046 WM RIM 12 6945895.077 2295860.962 707.72 WM RIM p 13 6945896.591 2295862.188 708.205 WM RIM 14 6945934.286 2295841.925 709.467 WM RIM 15 6945936,727 2295830.441 710.084 CO RIM CCG(L%� 16 6945835.678 2295799.707 707.774 SSMH RIM 1 17 6945817.488 2295827.011 708.392 SSMH RIM 18 6945759.776 2295758.643 711.218 SSMH RIM p } 6 19 6945768.563 2295778,424 710,086 GV RIM 20 6945743.318 2295788.392 710.631 GV RIM 21 6945723.219 2295754.394 712.849 GV RIM 22 6945682.21 2295744.22 716.686 WM RIM 23 6945621.902 2295669.471 72176 WM RIM r 24 6945643.407 2295736,03 719.737 CO RIM C l�T 25 6945571.059 2295655.195 727.514 SSMH RIM 26 6945539.498 2295667.803 729.123 WM RIM 27 6945519.834 2295619.49 732.689 WM RIM Cat��O 28 6945417,879 2295580.27 740.521 WM RIM S7iL% 29 6945456.557 2295643.145 736.451 CO RIM 30 6945387.356 2295597.101 740.756 GV RIM Tti (j s 31 6945370.688 2295606.793 740.976 GV RIM K�- 32 6945383.53 2295610.559 740.408 FH 33 6945321.228 2295551.105 746.34 WM RIM 34 6945319.365 2295539,728 746.777 CO RIM 35 6945242.289 2295570.715 748.454 WM RIM 36 37 6945233.624 6945206.483 2295544.626 2295529.305 749.59 SSMH RIM 751.058 WM RIM 38 6945142.015 2295557.666 750.853 WM RIM �` P 39 6945113.445 2295520.335 751.871 WM RIM 40 6945049.02 2295527.345 752.257 SSMH RIM y 41 6945041.024 2295552.675 751,79 WM RIM 7 42 6945038.878 2295552.147 751,88 WM RIM 43 6945006.397 2295518.135 752.615 WM RIMt#{ 44 6944944.782 2295520.635 752.801 WM RIM 45 6944943,432 2295556.479 752,156 WM RIM 46 6944960.416 2295534.397 752.986 SSMH RIM K:\FTW_Utilities\061018457 - Camp Bowie W-SS Replacements - Hulen to Montgomery\SPEC\Expedited-12-and-8- Inch\100%\_Division-01_Genera l-Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 24 of 26 C. Other preferred as -built deliverable Some vendors have indicated that it is easier to deliver this information in a different format. Below is an example spreadsheet that is also acceptable and can be obtained by request from the survey superintendent. K:\FTW_Utilities\061018457 - Camp Bowie W-SS Replacements - Hulen to Montgomery\SPEC\Expedited-12-and-8- Inch\100%\_Division-01_General-Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 25 of 26 | � § ) � �; N \ K ! m § | ■ �a 2 § § . ( � k \ & ! 2 �4 2 t m . f " �\§ f � k ) 4 m ¥ ! ¥ m m �!< ` K: T&_U 8me\0eml4 7-Camp Bowie W-SS Replacements - Hulen to eon%omer SPC bpdi $lsand- mcAlo #\_D»(on-01§enegrRq*@ment o1712 2E01 «Game% A k&e Stakingkandaesdoa Page 26 of 26 01 74 23 - 1 CLEANING Page 1 of 4 1 SECTION 0174 23 2 CLEANING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 STORAGE, AND HANDLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised July 1, 2011 01 74 23 - 2 CLEANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR / RESTORATION [NOT USED] 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised July 1, 2011 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 01 74 23 - 3 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. Interior Final Cleaning 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other foreign materials from sight -exposed surfaces. 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 3. Wash and shine glazing and mirrors. 4. Polish glossy surfaces to a clear shine. 5. Ventilating systems a. Clean permanent filters and replace disposable filters if units were operated during construction. b. Clean ducts, blowers and coils if units were operated without filters during construction. 6. Replace all burned out lamps. 7. Broom clean process area floors. 8. Mop office and control room floors. D. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re -seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised July 1, 2011 1 2 3 4 5 6 7 8 I 10 01 74 23 - 4 CLEANING Page 4 of 4 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] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised July 1, 2011 017719-1 CLOSEOUT REQUIREMENTS Pagel of 3 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 01 7719 CLOSEOUT REQUIREMENTS 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees, Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees, bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised March 22, 2021 017719-2 CLOSEOUT REQUIREMENTS Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accordance with Section 0178 39 11 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 12 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 13 01 74 23. 14 C. Final Inspection 15 1. After final cleaning, provide notice to the City Project Representative that the Work 16 is completed. 17 a. The City will make an initial Final Inspection with the Contractor present. 18 b. Upon completion of this inspection, the City will notify the Contractor, in 19 writing within 10 business days, of any particulars in which this inspection 20 reveals that the Work is defective or incomplete. 21 2. Upon receiving written notice from the City, immediately undertake the Work 22 required to remedy deficiencies and complete the Work to the satisfaction of the 23 City. 24 3. The Right-of-way shall be cleared of all construction materials, barricades, and 25 temporary signage. 26 4. Upon completion of Work associated with the items listed in the City's written 27 notice, inform the City, that the required Work has been completed. Upon receipt 28 of this notice, the City, in the presence of the Contractor, will make a subsequent 29 Final Inspection of the project. 30 5. Provide all special accessories required to place each item of equipment in full 31 operation. These special accessory items include, but are not limited to: 32 a. Specified spare parts 33 b. Adequate oil and grease as required for the first lubrication of the equipment 34 c. Initial fill up of all chemical tanks and fuel tanks 35 d. Light bulbs 36 e. Fuses 37 £ Vault keys 38 g. Handwheels CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised March 22, 2021 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 C1 21 22 23 24 25 26 27 28 29 30 31 017719-3 CLOSEOUT REQUIREMENTS Page 3 of 3 h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 3/22/2021 M. Owen 3AC Added language to clarify and emphasize requirement to "Clearing ROW" CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised March 22, 2021 01 78 23 - 1 OPERATION AND MAINTENANCE DATA Page 1 of 5 1 SECTION 0178 23 2 OPERATION AND MAINTENANCE DATA 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include, but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers (to be operated by the City) 11 c. Butterfly Valves 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 — General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 0133 00 . All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 A. Submittal Form 31 1. Prepare data in form of an instructional manual for use by City personnel. 32 2. Format 33 a. Size: 8 '/2 inches x 11 inches 34 b. Paper 35 1) 40 pound minimum, white, for typed pages 36 2) Holes reinforced with plastic, cloth or metal 37 c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 01 78 23 - 2 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 1. Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 01 78 23 - 3 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 Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised December 20, 2012 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 01 78 23 - 4 OPERATION AND MAINTENANCE DATA Page 4 of 5 i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking £ Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance and operation of described products 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised December 20, 2012 01 78 23 - 5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.5.A.1 —title of section removed 8 CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised December 20, 2012 017839-1 PROJECT RECORD DOCUMENTS Page 1 of 4 1 SECTION 01 78 39 2 PROJECT RECORD DOCUMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 — General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents, making adequate 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other Documents where such entry is required to show the change properly. 34 2. Accuracy of records shall be such that future search for items shown in the Contract 35 Documents may rely reasonably on information obtained from the approved Project 36 Record Documents. CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised July 1, 2011 01 78 39 - 2 PROJECT RECORD DOCUMENTS Page 2 of 4 1 3. To facilitate accuracy of records, make entries within 24 hours after receipt of 2 information that the change has occurred. 3 4. Provide factual information regarding all aspects of the Work, both concealed and 4 visible, to enable future modification of the Work to proceed without lengthy and 5 expensive site measurement, investigation and examination. 6 1.10 STORAGE AND HANDLING 7 A. Storage and Handling Requirements 8 1. Maintain the job set of Record Documents completely protected from deterioration 9 and from loss and damage until completion of the Work and transfer of all recorded 10 data to the final Project Record Documents. 11 2. In the event of loss of recorded data, use means necessary to again secure the data 12 to the City's approval. 13 a. In such case, provide replacements to the standards originally required by the 14 Contract Documents. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 19 2.2 RECORD DOCUMENTS 20 A. Job set 21 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 22 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and prior to Final Inspection, provide 25 the City 1 complete set of all Final Record Drawings in the Contract. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 MAINTENANCE DOCUMENTS 33 A. Maintenance of Job Set 34 1. Immediately upon receipt of the job set, identify each of the Documents with the 35 title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH ter Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised July 1, 2011 01 78 39 - 3 PROJECT RECORD DOCUMENTS Page 3 of 4 1 2. Preservation 2 a. Considering the Contract completion time, the probable number of occasions 3 upon which the job set must be taken out for new entries and for examination, 4 and the conditions under which these activities will be performed, devise a 5 suitable method for protecting the job set. 6 b. Do not use the job set for any purpose except entry of new data and for review 7 by the City, until start of transfer of data to final Project Record Documents. 8 c. Maintain the job set at the site of work. 9 3. Coordination with Construction Survey 10 a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, 11 clearly mark any deviations from Contract Documents associated with 12 installation of the infrastructure. 13 4. Making entries on Drawings 14 a. Record any deviations from Contract Documents. 15 b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the 16 change by graphic line and note as required. 17 c. Date all entries. 18 d. Call attention to the entry by a "cloud" drawn around the area or areas affected. 19 e. In the event of overlapping changes, use different colors for the overlapping 20 changes. 21 5. Conversion of schematic layouts 22 a. In some cases on the Drawings, arrangements of conduits, circuits, piping, 23 ducts, and similar items, are shown schematically and are not intended to 24 portray precise physical layout. 25 1) Final physical arrangement is determined by the Contractor, subject to the 26 City's approval. 27 2) However, design of future modifications of the facility may require 28 accurate information as to the final physical layout of items which are 29 shown only schematically on the Drawings. 30 b. Show on the job set of Record Drawings, by dimension accurate to within 1 31 inch, the centerline of each run of items. 32 1) Final physical arrangement is determined by the Contractor, subject to the 33 City's approval. 34 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in 35 ceiling plenum", "exposed", and the like). 36 3) Make all identification sufficiently descriptive that it may be related 37 reliably to the Specifications. 38 c. The City may waive the requirements for conversion of schematic layouts 39 where, in the City's judgment, conversion serves no useful purpose. However, 40 do not rely upon waivers being issued except as specifically issued in writing 41 by the City. 42 B. Final Project Record Documents 43 1. Transfer of data to Drawings 44 a. Carefully transfer change data shown on the job set of Record Drawings to the 45 corresponding final documents, coordinating the changes as required. 46 b. Clearly indicate at each affected detail and other Drawing a full description of 47 changes made during construction, and the actual location of items. CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised July 1, 2011 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 01 78 39 - 4 PROJECT RECORD DOCUMENTS Page 4 of 4 c. Call attention to each entry by drawing a "cloud" around the area or areas affected. 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 CITY OF FORT WORTH Water Replacements on Camp Bowie (US Route 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105062-3 Revised July 1, 2011 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 32 17 23 PAVEMENT MARKINGS 32 1723- 1 PAVEMENT MARKINGS Page 1 of 9 5 A. Section Includes: 6 1. Pavement Markings 7 a. Thermoplastic, hot -applied, spray (HAS) pavement markings 8 b. Thermoplastic, hot -applied, extruded (HAE) pavement markings 9 c. Preformed polymer tape 10 d. Preformed heat -activated thermoplastic tape 11 2. Raised markers 12 3. Work zone markings 13 4. Removal of pavement markings and markers 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. Revised 1.2 Price Pavment and Procedures to include all uavement marking 16 reulacement as a lump sum item, and to make uavement marking removal 17 subsidiary to the various items bid. 18 C. Related Specification Sections include, but are not necessarily limited to: 19 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 20 2. Division 1 — General Requirements 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Pavment 23 1. Pavement Markings 24 a. Measurement 25 1) Measurement for this Item shall be by lumu sum. 26 b. Pavment 27 1) The work uerformed and materials furnished in accordance with this 28 Item and measured as provided under "Measurement" shall be uaid 29 for by lump sum. 30 c. The price bid shall include: 31 1) Replacement of all Removed Pavement Markings, Legends, Raised 32 Markers, and Fire Lane Markings 33 2) Installation of Work Zone Tab Markers, if required 34 3) Surface preparation 35 4) Clean-uu 36 5) Testing (when required) 37 2. Pavement Marking Removal 38 a. Work associated with this Item is considered subsidiary to the various 39 Items bid. No separate pavment will be allowed for this Item. 40 3. Raised Marker Removal CITY OF FORT WORTH Water Replacements on Camp Bowie (US 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN. 105062-3 Revised November 13, 2024 321723-2 PAVEMENT MARKINGS Page 2 of 9 1 a. Work associated with this Item is considered subsidiary to the various 2 Items bid. No separate pavment will be allowed for this Item. 3 4. Legend Removal 4 a. Work associated with this Item is considered subsidiary to the various 5 Items bid. No separate pavment will be allowed for this Item. 6 1.3 REFERENCES 7 A. Reference Standards 8 1. Reference standards cited in this Specification refer to the current reference 9 standard published at the time of the latest revision date logged at the end of this 10 Specification, unless a date is specifically cited. 11 2. Texas Manual on Uniform Traffic Control Devices (MUTCD), 2011 Edition 12 a. Part 3, Markings 13 3. American Association of State Hi2hwav and Transportation Officials (AASHTO) 14 a. Standard Specification for Glass Beads Used in Pavement Markings, M 247-09 15 4. Federal Hi2hwav Administration (FHWA) 16 a. 23 CFR Part 655, FHWA Docket No. FHWA-2009-0139 17 5. Texas Department of Transportation (TxDOT) 18 a. DMS-4200, Pavement Markers (Reflectorized) 19 b. DMS-4300, Traffic Buttons 20 c. DMS-8220, Hot Applied Thermoplastic 21 d. DMS-8240, Permanent Prefabricated Pavement Markings 22 e. DMS-8241, Removable Prefabricated Pavement Markings 23 £ DMS-8242, Temporary Flexible -Reflective Road Marker Tabs 24 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 25 1.5 SUBMITTALS 26 A. Submittals shall be in accordance with Section 0133 00. 27 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 28 specials. 29 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE [NOT USED] 33 1.10 DELIVERY, STORAGE, AND HANDLING 34 A. Storage and Handling Requirements 35 1. The Contractor shall secure and maintain a location to store the material in 36 accordance with Section 01 50 00. 37 1.11 FIELD [SITE] CONDITIONS [NOT USED] 38 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Water Replacements on Camp Bowie (US 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN. 105062-3 Revised November 13, 2024 32 17 23 - 3 PAVEMENT MARKINGS Page 3 of 9 PART2- PRODUCTS 2 2.1 OWNER -SUPPLIED PRODUCTS 3 A. New Products 4 1. Refer to Drawings to determine if there are owner -supplied products for the Project. 5 2.2 MATERIALS 6 A. Manufacturers 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 1. Only the manufacturers as listed in the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Materials 1. Pavement Markings a. Thermoplastic, hot applied, spray 1) Refer to Drawings and City Standard Detail Drawings for width of longitudinal lines. 2) Product shall be especially compounded for traffic markings. 3) When placed on the roadway, the markings shall not be slippery when wet, lift from pavement under normal weather conditions nor exhibit a tacky exposed surface. 4) Cold ductility of the material shall permit normal road surface expansion and contraction without chipping or cracking. 5) The markings shall retain their original color, dimensions and placement under normal traffic conditions at road surface temperatures of 158 degrees Fahrenheit and below. 6) Markings shall have uniform cross-section, clean edges, square ends and no evidence of tracking. 7) The density and quality of the material shall be uniform throughout the markings. 8) The thickness shall be uniform throughout the length and width of the markings. 9) The markings shall be 95 percent free of holes and voids, and free of blisters for a minimum of 60 days after application. 10) The material shall not deteriorate by contact with sodium chloride, calcium chloride or other chemicals used to prevent roadway ice or because of the oil content of pavement markings or from oil droppings or other effects of traffic. 11) The material shall not prohibit adhesion of other thermoplastic markings if, at some future time, new markings are placed over existing material. a) New material shall bond itself to the old line in such a manner that no splitting or separation takes place. 12) The markings placed on the roadway shall be completely retroreflective both internally and externally with traffic beads and shall exhibit uniform retro-directive reflectance. 13) Traffic beads a) Manufactured from glass CITY OF FORT WORTH Water Replacements on Camp Bowie (US 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN. 105062-3 Revised November 13, 2024 32 17 23 - 4 PAVEMENT MARKINGS Page 4 of 9 1 b) Spherical in shape 2 c) Essentially free of sharp angular particles 3 d) Essentially free of particles showing cloudiness, surface scoring or 4 surface scratching 5 e) Water white in color 6 f) Applied at a uniform rate 7 g) Meet or exceed Specifications shown in AASHTO Standard 8 Specification for Glass Beads Used in Pavement Markings, AASHTO 9 Designation: M 247-09. 10 b. Thermoplastic, hot applied, extruded 11 1) Product shall be especially compounded for traffic markings 12 2) When placed on the roadway, the markings shall not be slippery when wet, 13 lift from pavement under normal weather conditions nor exhibit a tacky 14 exposed surface. 15 3) Cold ductility of the material shall permit normal road surface expansion 16 and contraction without chipping or cracking. 17 4) The markings shall retain their original color, dimensions and placement 18 under normal traffic conditions at road surface temperatures of 158 degrees 19 Fahrenheit and below. 20 5) Markings shall have uniform cross-section, clean edges, square ends and no 21 evidence of tracking. 22 6) The density and quality of the material shall be uniform throughout the 23 markings. 24 7) The thickness shall be uniform throughout the length and width of the 25 markings. 26 8) The markings shall be 95 percent free of holes and voids, and free of 27 blisters for a minimum of 60 days after application. 28 9) The minimum thickness of the marking, as measured above the plane 29 formed by the pavement surface, shall not be less than 1/8 inch in the center 30 of the marking and 3/32 inch at a distance of/z inch from the edge. 31 10) Maximum thickness shall be 3/16 inch. 32 11) The material shall not deteriorate by contact with sodium chloride, calcium 33 chloride or other chemicals used to prevent roadway ice or because of the 34 oil content of pavement markings or from oil droppings or other effects of 35 traffic. 36 12) The material shall not prohibit adhesion of other thermoplastic markings if, 37 at some future time, new markings are placed over existing material. New 38 material shall bond itself to the old line in such a manner that no splitting or 39 separation takes place. 40 13) The markings placed on the roadway shall be completely retroreflective 41 both internally and externally with traffic beads and shall exhibit uniform 42 retro-directive reflectance. 43 14) Traffic beads 44 a) Manufactured from glass 45 b) Spherical in shape 46 c) Essentially free of sharp angular particles 47 d) Essentially free of particles showing cloudiness, surface scoring or 48 surface scratching 49 e) Water white in color 50 f) Applied at a uniform rate CITY OF FORT WORTH Water Replacements on Camp Bowie (US 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN. 105062-3 Revised November 13, 2024 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 321723-5 PAVEMENT MARKINGS Page 5 of 9 g) Meet or exceed Specifications shown in AASHTO Standard Specification for Glass Beads Used in Pavement Markings, AASHTO Designation: M 247-09. c. Preformed Polymer Tape 1) Material shall meet or exceed the Specifications for SWARCO Director 35, 3M High Performance Tape Series 3801 ES, or approved equal. d. Preformed Heat -Activated Thermoplastic Tape 1) Material shall meet or exceed the Specifications for HOT Tape Brand 0.125 mil preformed thermoplastic or approved equal. 2. Raised Markers a. Markers shall meet the requirements of the Texas Manual on Uniform Traffic Control Devices. b. Non -reflective markers shall be Type Y (yellow body) and Type W (white body) round ceramic markers and shall meet or exceed the TxDOT Specification DMS-4300. c. The reflective markers shall be plastic, meet or exceed the TxDOT Specification DMS-4200 for high -volume retroreflective raised markers and be available in the following types: 1) Type I-C, white body, 1 face reflects white 2) Type II -A -A, yellow body, 2 faces reflect amber 3) Type II-C-R, white body, 1 face reflects white, the other red 3. Work Zone Markings a. Tabs 1) Temporary flexible -reflective roadway marker tabs shall meet requirements of TxDOT DMS-8242, "Temporary Flexible -Reflective Road Marker Tabs." 2) Removable markings shall not be used to simulate edge lines. 3) No segment of roadway open to traffic shall remain without permanent pavement markings for a period greater than 14 calendar days. b. Raised Markers 1) All raised pavement markers shall meet the requirements of DMS-4200. c. Striping 1) Work Zone striping shall meet or exceed the TxDOT Specification DMS- 8200. 36 2.3 ACCESSORIES [NOT USED] 37 2.4 SOURCE QUALITY CONTROL 38 39 40 A. Performance 1. Minimum maintained retroreflectivity levels for longitudinal markings shall meet the requirements detailed in the table below for a minimum of 30 calendar days. Posted Speed (mph) < 30 35 — 50 > 55 2-lane roads with centerline n/a 100 250 markings only (1) All other roads (2) n/a 50 100 CITY OF FORT WORTH Water Replacements on Camp Bowie (US 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN. 105062-3 Revised November 13, 2024 321723-6 PAVEMENT MARKINGS Page 6 of 9 1 (1) Measured at standard 30-m geometry in units of mcd/mz/lux. 2 (2) Exceptions: 3 A. When raised reflective pavement markings (RRPMs) supplement or substitute for a 4 longitudinal line, minimum pavement marking retroreflectivity levels are not applicable as 5 long as the RRPMs are maintained so that at least 3 are visible from any position along that 6 line during nighttime conditions. 7 B. When continuous roadway lighting assures that the markings are visible, minimum 8 pavement marking retroreflectivity levels are not applicable. 9 PART 3 - EXECUTION 10 3.1 EXAMINATION [NOT USED] 11 3.2 PREPARATION 12 A. Pavement Conditions 13 1. Roadway surfaces shall be free of dirt, grease, loose and/or flaking existing 14 markings and other forms of contamination. 15 2. New Portland cement concrete surfaces shall be cleaned sufficiently to remove the 16 curing membrane. 17 3. Pavement to which material is to be applied shall be completely dry. 18 4. Pavement shall be considered dry, if, on a sunny day after observation for 15 19 minutes, no condensation develops on the underside of a 1 square foot piece of 20 clear plastic that has been placed on the pavement and weighted on the edges. 21 5. Equipment and methods used for surface preparation shall not damage the 22 pavement or present a hazard to motorists or pedestrians. 23 3.3 INSTALLATION 24 A. General 25 1. The materials shall be applied according to the manufacturer's recommendations. 26 2. Markings and markers shall be applied within temperature limits recommended by 27 the material manufacturer, and shall be applied on clean, dry pavement having a 28 surface temperature above 50 degrees Fahrenheit. 29 3. Markings that are not properly applied due to faulty application methods or being 30 placed in the wrong position or alignment shall be removed and replaced by the 31 Contractor at the Contractor's expense. If the mistake is such that it would be 32 confusing or hazardous to motorists, it shall be remedied the same day of 33 notification. Notification will be made by phone and confirmed by fax. Other 34 mistakes shall be remedied within 5 days of written notification. 35 4. When markings are applied on roadways open to traffic, care will be taken to 36 ensure that proper safety precautions are followed, including the use of signs, 37 cones, barricades, flaggers, etc. 38 5. Freshly applied markings shall be protected from traffic damage and disfigurement. 39 6. Temperature of the material must be equal to the temperature of the road surface 40 before allowing traffic to travel on it. 41 B. Pavement Markings 42 1. Thermoplastic, hot applied, spray CITY OF FORT WORTH Water Replacements on Camp Bowie (US 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN. 105062-3 Revised November 13, 2024 321723-7 PAVEMENT MARKINGS Page 7 of 9 1 a. This method shall be used to install and replace long lines — centerlines, lane 2 lines, edge lines, turn lanes, and dots. 3 b. Markings shall be applied at a 110 mil thickness. 4 c. Markings shall be applied at a 90 mil thickness when placed over existing 5 markings. 6 d. A sealer shall be used if concrete or asphalt is older than three (3) years. 7 e. Typical setting time shall be between 4 minutes and 10 minutes depending 8 upon the roadway surface temperature and the humidity factor. 9 f. Retroreflective raised markers shall be used to supplement the centerlines, lane 10 lines, and turn lanes. Refer to City Standard Detail Drawings for placement. 11 g. Minimum retroreflectivity of markings shall meet or exceed values shown in 12 subparagraph 2.4.A.1 of this Specification. 13 2. Thermoplastic, hot applied, extruded 14 a. This method shall be used to install and replace crosswalks and stop -lines. 15 b. Markings shall be applied at a 125 mil thickness. 16 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 17 this Specification. 18 3. Preformed Polymer Tape 19 a. This method shall be used to install and replace crosswalks, stop -lines, and 20 legends. 21 b. The applied marking shall adhere to the pavement surface with no slippage or 22 lifting and have square ends, straight lines and clean edges. 23 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 24 this Specification. 25 4. Preformed Heat -Activated Thermoplastic Tape 26 a. This method shall be used to install and replace crosswalks, stop -lines, and 27 legends. 28 b. The applied marking shall adhere to the pavement surface with no slippage or 29 lifting and have square ends, straight lines and clean edges. 30 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 31 this Specification. 32 C. Raised Markers 33 1. All permanent raised pavement markers on Portland Cement roadways shall be 34 installed with epoxy adhesive. Bituminous adhesive is not acceptable. 35 2. All permanent raised pavement markers on new asphalt roadways may be installed 36 with epoxy or bituminous adhesive. 37 3. A chalk line, chain or equivalent shall be used during layout to ensure that 38 individual markers are properly aligned. All markers shall be placed uniformly 39 along the line to achieve a smooth continuous appearance. 40 D. Work Zone Markings 41 1. Work shall be performed with as little disruption to traffic as possible. 42 2. Install longitudinal markings on pavement surfaces before opening to traffic. 43 3. Maintain lane alignment traffic control devices and operations until markings are 44 installed. 45 4. Install markings in proper alignment in accordance with the Texas MUTCD and as 46 shown on the Drawings. CITY OF FORT WORTH Water Replacements on Camp Bowie (US 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN. 105062-3 Revised November 13, 2024 321723-8 PAVEMENT MARKINGS Page 8 of 9 1 5. Place standard longitudinal lines no sooner than 3 calendar days after the placement 2 of a surface treatment, unless otherwise shown on the Drawings. 3 6. Place markings in proper alignment with the location of the final pavement 4 markings. 5 7. Do not use raised pavement markers for words, symbols, shapes, or diagonal or 6 transverse lines. 7 8. All markings shall be visible from a distance of 300 feet in daylight conditions and 8 from a distance of at least 160 feet in nighttime conditions, illuminated by low- 9 beam automobile headlight. 10 9. The daytime and nighttime reflected color of the markings must be distinctly white 11 or yellow. 12 10. The markings must exhibit uniform retroreflective characteristics. 13 11. Epoxy adhesives shall not be used to work zone markings. 14 3.4 REMOVALS 15 1. Pavement Marking and Marker Removal 16 a. The industry's best practice shall be used to remove existing pavement 17 markings and markers. 18 b. If the roadway is being damaged during the marker removal, Work shall be 19 halted until consultation with the City. 20 c. Removals shall be done in such a matter that color and texture contrast of the 21 pavement surface will be held to a minimum. 22 d. Repair damage to asphaltic surfaces, such as spalling, shelling, etc., greater than 23 %4 inch in depth resulting from the removal of pavement markings and markers. 24 Driveway patch asphalt emulsion may be broom applied to reseal damage to 25 asphaltic surfaces. 26 e. Dispose of markers in accordance with federal, state, and local regulations. 27 £ Use any of the following methods unless otherwise shown on the Drawings. 28 1) Surface Treatment Method 29 a) Apply surface treatment at rates shown on the Drawings or as directed. 30 Place a surface treatment a minimum of 2 feet wide to cover the 31 existing marking. 32 b) Place a surface treatment, thin overlay, or microsurfacing a minimum 33 of 1 lane in width in areas where directional changes of traffic are 34 involved or in other areas as directed by the City. 35 2) Burn Method 36 a) Use an approved burning method. 37 b) For thermoplastic pavement markings or prefabricated pavement 38 markings, heat may be applied to remove the bulk of the marking 39 material prior to blast cleaning. 40 c) When using heat, avoid spalling pavement surfaces. 41 d) Sweeping or light blast cleaning may be used to remove minor residue. 42 3) Blasting Method 43 a) Use a blasting method such as water blasting, abrasive blasting, water 44 abrasive blasting, shot blasting, slurry blasting, water -injected abrasive 45 blasting, or brush blasting as approved. 46 b) Remove pavement markings on concrete surfaces by a blasting method 47 only. 48 4) Mechanical Method CITY OF FORT WORTH Water Replacements on Camp Bowie (US 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN. 105062-3 Revised November 13, 2024 32 17 23 - 9 PAVEMENT MARKINGS Page 9 of 9 1 a) Use any mechanical method except grinding. 2 b) Flail milling is acceptable in the removal of markings on asphalt and 3 concrete surfaces. 4 2. If a location is to be paved over, no additional compensation will be allowed for 5 marking or marker removal. 6 3.5 REPAIR / RESTORATION [NOT USED] 7 3.6 RE -INSTALLATION [NOT USED] 8 3.7 FIELD QUALITY CONTROL 9 A. All lines must have clean edges, square ends, and be uniform cross-section. 10 B. The density and quality of markings shall be uniform throughout their thickness. 11 C. The applied markings shall have no more than 5 percent, by area, of holes or voids and 12 shall be free of blisters. 13 3.8 SYSTEM STARTUP [NOT USED] 14 3.9 ADJUSTING [NOT USED] 15 3.10 CLEANING 16 A. Contractor shall clean up and remove all loose material resulting from construction 17 operations. 18 3.11 CLOSEOUT ACTIVITIES [NOT USED] 19 3.12 PROTECTION [NOT USED] 20 3.13 MAINTENANCE [NOT USED] 21 3.14 ATTACHMENTS [NOT USED] 22 END OF SECTION 23 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S. Arnold Removed paint type marking, updated references, added sealer language 24 CITY OF FORT WORTH Water Replacements on Camp Bowie (US 377 to Irene St) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN. 105062-3 Revised November 13, 2024 33 11 10- 1 DUCTILE IRON PIPE Page 1 of 14 1 SECTION 33 1110 2 DUCTILE IRON PIPE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Ductile Iron Pipe 3-inch through 64-inch for potable water, wastewater and reuse 7 applications 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. Modified 2.2.B.6.b.7 and 9 10 2. Modified 2.2.B.7.d.2 11 3. Deleted 2.2.B.14.b-d and f 12 4. Added 2.2.B.14.g 13 5. Added 2.2.11.14.11 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 16 Contract 17 2. Division 1 — General Requirements 18 3. Section 33 0131 — Closed Circuit Television (CCTV) Inspection 19 4. Section 33 04 10 — Joint Bonding and Electrical Isolation 20 5. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 21 6. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 22 7. Section 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 23 8. Section 33 1105 — Bolts, Nuts, and Gaskets 24 9. Section 33 11 11 —Ductile Iron Fittings 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment 27 1. Ductile Iron Pipe 28 a. Measurement 29 1) Measured horizontally along the surface from center line to center line of 30 the fitting, manhole, or appurtenance 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 and measured as provided under "Measurement" will be paid for at the unit 34 price bid per linear foot for "DIP" installed for: 35 a) Various sizes 36 b) Various types of backfill 37 c) Various linings 38 d) Various Depths, for miscellaneous sewer projects only CITY OF FORT WORTH WATER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS US ROUTE 377 TO IRENE ST Revised August 15, 2024 CITY PROJECT NO. 105062-3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 33 11 10-2 DUCTILE IRON PIPE Page 2 of 14 e) Various restraints f) Various uses c. The price bid shall include: 1) Furnishing and installing Ductile Iron Pipe with joints as specified by the Drawings 2) Mobilization 3) Polyethylene encasement 4) Lining 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing, placement and compaction of embedment 10) Furnishing, placement and compaction of backfill 11) Trench water stops 12) Thrust restraint, if required in Contract Documents 13) Bolts and nuts 14) Gaskets 15) Clean-up 16) Cleaning 17) Disinfection 18) Testing 23 1.3 REFERENCES 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 A. Definitions 1. Gland or Follower Gland a. Non -restrained, mechanical joint fitting 2. Retainer Gland a. Mechanically restrained mechanical joint fitting B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO). 3. American Society of Mechanical Engineers (ASME): a. B 16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 4. ASTM International (ASTM): a. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications b. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both c. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. d. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. e. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for Water or Other Liquids. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 15, 2024 WATER REPLACEMENTS ON CAMP BOWIE US ROUTE 377 TO IRENE ST CITY PROJECT NO. 105062-3 33 11 10 - 3 DUCTILE IRON PIPE Page 3 of 14 1 f. 13117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 2 g. 13633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and 3 Steel. 4 5. American Water Works Association (AWWA): 5 a. C203, Coal -Tar Protective Coatings and Linings for Steel Water Pipelines - 6 Enamel and Tape - Hot Applied. 7 b. C600, Installation of Ductile -Iron Water Mains and their Appurtenances. 8 c. M41, Ductile -Iron Pipe and Fittings. 9 6. American Water Works Association/American National Standards Institute 10 (AWWA/ANSI): 11 a. C 104/A21.4, Cement —Mortar Lining for Ductile -Iron Pipe and Fittings. 12 b. C 105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. 13 c. CI I I/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. 14 d. C 115/A21.15, Flanged Ductile -Iron Pipe with Ductile -Iron or Gray -Iron 15 Threaded Flanges. 16 e. C 150/A21.50, Thickness Design of Ductile -Iron Pipe. 17 £ C151/A21.51, Ductile -Iron Pipe, Centrifugally Cast, for Water. 18 g. C600, Installation of Ductile -Iron Water Mains and their Appurtenances 19 7. NSF International (NSF): 20 a. 61, Drinking Water System Components -Health Effects. 21 8. Society for Protective Coatings (SSPC): 22 a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. 23 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 24 1.5 SUBMITTALS 25 A. Submittals shall be in accordance with Section 0133 00. 26 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 27 specials. 28 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS 29 A. Product Data 30 1. Interior lining 31 a. If it is other than cement mortar lining in accordance with AWWA/ANSI 32 C 104/A21.4, including: 33 1) Material 34 2) Application recommendations 35 3) Field touch-up procedures 36 2. Thrust Restraint 37 a. Retainer glands, thrust harnesses or any other means 38 3. Gaskets 39 a. If hydrocarbon or other special gaskets are required 40 B. Shop Drawings — Furnish for Ductile Iron Pipe used in the water distribution system or 41 for a wastewater force main for 24-inch and greater diameters, including: 42 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in 43 Texas including: CITY OF FORT WORTH WATER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS US ROUTE 377 TO IRENE ST Revised August 15, 2024 CITY PROJECT NO. 105062-3 33 11 10-4 DUCTILE IRON PIPE Page 4 of 14 1 a. Working pressure 2 b. Surge pressure 3 c. Deflection 4 2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed 5 Professional Engineer in Texas, to verify the restraint lengths shown in the 6 Drawings. 7 3. Lay schedule/drawing for 24-inch and greater diameters, sealed by a Licensed 8 Professional Engineer in Texas including: 9 a. Pipe class 10 b. Joints type 11 c. Fittings 12 d. Stationing 13 e. Transitions 14 f. Joint deflection 15 C. Certificates 16 1. Furnish an affidavit certifying that all Ductile Iron Pipe meets the provisions of this 17 Section, each run of pipe furnished has met Specifications, all inspections have 18 been made, and that all tests have been performed in accordance with 19 AWWA/ANSI C151/A21.51. 20 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. 21 1.7 CLOSEOUT SUBMITTALS [NOT USED] 22 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 23 1.9 QUALITY ASSURANCE 24 A. Qualifications 25 1. Manufacturers 26 a. Finished pipe shall be the product of 1 manufacturer. 27 1) Change orders, specials, and field changes may be provided by a different 28 manufacturer upon City approval. 29 b. Pipe manufacturing operations (pipe, lining, and coatings) shall be performed 30 under the control of the manufacturer. 31 c. Ductile Iron Pipe 32 1) Manufactured in accordance with AWWA/ANSI C151/A21.51 33 a) Perform quality control tests and maintain results as outlined within 34 standard to assure compliance. 35 2) Subject each pipe to a hydrostatic test of not less than 500 psi for duration 36 of at least 10 seconds. 37 B. Preconstruction Testing 38 1. The City may, at its own cost, subject random lengths of pipe for testing by an 39 independent laboratory for compliance with this Specification. 40 a. The compliance test shall be performed in the United States. 41 b. Any visible defects or failure to meet the quality standards herein will be 42 grounds for rejecting the entire order. CITY OF FORT WORTH WATER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS US ROUTE 377 TO IRENE ST Revised August 15, 2024 CITY PROJECT NO. 105062-3 33 11 10 - 5 DUCTILE IRON PIPE Page 5 of 14 1 1.10 DELIVERY, STORAGE, AND HANDLING 2 A. Storage and Handling Requirements 3 1. Ductile Iron Pipe shall be stored and handled in accordance with the guidelines as 4 stated in AWWA M41. 5 2. Secure and maintain a location to store the material in accordance with Section 01 6 6600. 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART2- PRODUCTS 10 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 11 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 12 A. Manufacturers 13 1. Only the manufacturers as listed in the City's Standard Products List will be 14 considered as shown in Section 0160 00. 15 a. The manufacturer must comply with this Specification and related Sections. 16 2. Any product that is not listed on the Standard Products List is considered a 17 substitution and shall be submitted in accordance with Section 0125 00. 18 B. Pipe 19 1. Pipe shall be in accordance with AWWA/ANSI CI I I/A21.11, AWWA/ANSI 20 CI50/A21.15, and AWWA/ANSI C151/A21.51. 21 2. All pipe shall meet the requirements of NSF 61. 22 3. Pipe shall have a lay length of 18 feet or 20 feet except for special fittings or 23 closure pieces and necessary to comply with the Drawings. 24 4. As a minimum the following pressures classes apply. The Drawings may specify a 25 higher pressure class or the pressure and deflection design criteria may also require 26 a higher pressure class, but in no case should they be less than the following: 27 Diameter Min Pressure Class (inches) (psi) 3 through 12 350 14 through 20 250 24 200 30 through 64 150 28 5. Pipe markings shall meet the minimum requirements of AWWA/ANSI 29 C151/A21.51. Minimum pipe markings shall be as follows: 30 a. "DI" or "Ductile" shall be clearly labeled on each pipe 31 b. Weight, pressure class and nominal thickness of each pipe 32 c. Year and country pipe was cast 33 d. Manufacturer's mark 34 6. Pressure and Deflection Design CITY OF FORT WORTH WATER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS US ROUTE 377 TO IRENE ST Revised August 15, 2024 CITY PROJECT NO. 105062-3 33 11 10 - 6 DUCTILE IRON PIPE Page 6 of 14 1 a. Pipe design shall be based on trench conditions and design pressure class 2 specified in the Drawings. 3 b. Pipe shall be designed according to the methods indicated in AWWA/ANSI 4 CI50/A21.50, AWWA/ANSI C151/A21.51, and AWWA M41 for trench 5 construction, using the following parameters: 6 1) Unit Weight of Fill (w) = 130 pcf 7 2) Live Load = AASHTO HS 20 8 3) Trench Depth = 12 feet minimum, or as indicated in Drawings 9 4) Bedding Conditions = Type 4 10 5) Working Pressure (PW) = 150 psi 11 6) Surge Allowance (Ps) = 100 psi 12 7) Design Internal Pressure (P,) = 2(P,, + Ps) or 2:1 safety factor of the 13 actual working pressure plus the actual surge pressure, whichever is 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 greater. a) Test Pressure = (1) No less than 1.25 minimum times the stated working pressure (187 psi minimum) of the pipeline measured at the highest elevation along the test section. (2) No less than 1.5 times the stated working pressure (225 psi minimum) at the lowest elevation of the test section. 8) Maximum Calculated Deflection (DX) = 3 percent 9) Restrained Joint Safetv Factor (Sr) =150 percent c. Trench depths shall be verified after existing utilities are located. 1) Vertical alignment changes required because of existing utility or other conflicts shall be accommodated by an appropriate change in pipe design depth. 2) In no case shall pipe be installed deeper than its design allows. 7. Provisions for Thrust a. Thrust at bends, tees, plugs or other fittings shall be mechanically restrained joints when required by the Drawings. b. Thrust at bends adjacent to casing pipe shall be restrained by mechanical means through casing and for a sufficient distance each side of casing. c. No thrust restraint contribution shall be allowed for the restrained length of pipe within the casing. d. Restrained joints, when required, shall be used for a sufficient distance from each side of the bend, tee, plug, valve or other fitting to resist thrust which will be developed at the design pressure of the pipe. For the purpose of thrust, the following shall apply: 1) Valves shall be calculated as dead ends. 2) Design pressure shall be the test pressure or the working pressure plus the surge allowance, whichever is greater. 3) Restrained joints shall consist of approved mechanical restrained or push - on restrained joints as listed in the City's Standard Products List as shown in Section 0160 00. e. The Pipe Manufacturer shall verify the length of pipe with restrained joints to resist thrust in accordance with the Drawings, AWWA M41, and the following: 1) The weight of earth (We) shall be calculated as the weight of the projected soil prism above the pipe, for unsaturated soil conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 15, 2024 WATER REPLACEMENTS ON CAMP BOWIE US ROUTE 377 TO IRENE ST CITY PROJECT NO. 105062-3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 33 11 10-7 DUCTILE IRON PIPE Page 7 of 14 2) Soil density = 130 pcf (maximum value to be used), for unsaturated soil conditions 3) If indicated on the Drawings and the Geotechnical Borings that ground water is expected, account for reduced soil density. 8. Joints a. General — Comply with AWWA/ANSI CI I I/A21.11. b. Push -On Joints c. Mechanical Joints d. Push -On Restrained Joints 1) Restraining Push -on joints by means of a special gasket a) Only those products that are listed in Section 0160 00 b) The working pressure rating of the restrained gasket must exceed the test pressure of the pipe line to be installed. c) Approved for use of restraining Ductile Iron Pipe in casing with a carrier pipe of 4-inches to 12-inches d) Otherwise only approved if specially listed on the Drawings 2) Push -on Restrained Joint bell and spigot a) Only those products list in the standard products list will be allowed for the size listed in the standard products list per Section 0160 00. b) Pressure rating shall exceed the working and test pressure of the pipe line. e. Flanged Joints — AWWA/ANSI C115/A21.15, ASME B16.1, Class 125 f. Flange bolt circles and bolt holes shall match those of ASME B 16.1, Class 125. g. Field fabricated flanges are prohibited. 9. Gaskets a. Provide Gaskets in accordance with Section 33 1105. 10. Isolation Flanges a. Flanges required by the drawings to be Isolation Flanges shall conform to Section 33 04 10. 11. Bolts and Nuts a. Mechanical Joints 1) Provide bolts and nuts in accordance with Section 33 1105. b. Flanged Ends 1) Meet requirements of AW WA C 115. a) Provide bolts and nuts in accordance with Section 33 1105. 12. Flange Coatings a. Connections to Steel Flanges 1) Buried connections with Steel Flanges shall be coated with a Petrolatum Tape System in accordance with Section 33 1105. 13. Ductile Iron Pipe Exterior Coatings a. All ductile iron shall have an asphaltic coating, minimum of 1 mil thick, on the pipe exterior, unless otherwise specified in the Contract Documents. 14. Polyethylene Encasement a. All buried Ductile Iron Pipe shall be polyethylene encased. b. Only manufaetur-er-s listed in the ✓ti% Etandar-d Pr-oduets List as shown e. Use only viFgin polyethylene material; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 15, 2024 WATER REPLACEMENTS ON CAMP BOWIE US ROUTE 377 TO IRENE ST CITY PROJECT NO. 105062-3 33 11 10-8 DUCTILE IRON PIPE Page 8 of 14 1 d. Eneasement for buried be 8 finear low density 2 pipe shall mil (LLD) 3 4 A 3A3A A i A NS1 C-1 05 A 21 .5 and A STA! A 674. 5 e. Marking: At a minimum of every 2 feet along its length, the mark the 6 polyethylene film with the following information: 7 1) Manufacturer's name or trademark 8 2) Year of manufacturer 9 3) AWWA/ANSI C105/A21.5 10 4) Minimum film thickness and material type 11 5) Applicable range of nominal diameter sizes 12 6) Warning — Corrosion Protection — Repair Any Damage 13 f c,,,.eial Markings/Colors 14 , perform one of the followinge- 15 ul Label polyethylene fnCiJem cit�ith"�EC TD MIATTW' , 16 b) Provide purple polyethylene in aeeordanee with the Amerie 17 Publie Works A ssoeiati n Uniform Color Codt ,. 18 e) Attaeh purple reelaimed water marker tape to the polyethylene 19 wrap. 20 , perform one of the following: 21 a) Label polyethylene eneasement ith " AVUTEM A„ATE 22 Code -; -or 24 e) Attaeh green sanitary sewer marker tape to the polyethylene wrap. 25 g. Polvethvlene encasement for use with ductile iron pipe systems shall 26 consist of three lavers of co -extruded linear low densitv polvethvlene 27 L( LDPE). fused into a single thickness of not less than eight mils. 28 h. The inside surface of the polvethvlene wrap to be in contact with the pipe 29 exterior shall be infused with a blend of anti -microbial biocide to mitigate 30 microbiologically influenced corrosion and a volatile corrosion inhibitor to 31 control galvanic corrosion. 32 i. Minimum widths 33 Polyethylene Tube and Sheet Sizes for Push -On Joint Pipe Nominal Pipe Diameter Min. Width — Flat Tube Min. Width — Sheet (inches) (inches) (inches) 3 14 28 4 14 28 6 16 32 8 20 40 10 24 48 12 27 54 14 30 60 16 34 68 18 37 74 20 41 82 24 54 108 CITY OF FORT WORTH WATER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS US ROUTE 377 TO IRENE ST Revised August 15, 2024 CITY PROJECT NO. 105062-3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 11 10-9 DUCTILE IRON PIPE Page 9 of 14 30 67 134 36 81 162 42 81 162 48 95 190 54 108 216 60 108 216 64 121 242 15. Ductile Iron Pipe Interior Lining a. Cement Mortar Lining 1) Ductile Iron Pipe for potable water shall have a cement mortar lining in accordance with AWWA/ANSI C104/A21.04 and be acceptable according to NSF 61. b. Ceramic Epoxy or Epoxy Linings 1) Ductile Iron Pipe for use in wastewater applications shall be lined with a Ceramic Epoxy or Epoxy lining as designated in the City's Standard Products List as shown in Section 01 60 00. 2) Apply lining at a minimum of 40 mils DFT. 3) Due to the tolerances involved, the gasket area and spigot end up to 6 inches back from the end of the spigot end must be coated with 6 mils nominal, 10 mils maximum using a Joint Compound as supplied by the manufacturer. a) Apply the joint compound by brush to ensure coverage. b) Care should betaken that the joint compound is smooth without excess buildup in the gasket seat or on the spigot ends. c) Coat the gasket seat and spigot ends after the application of the lining. 4) Surface preparation shall be in accordance with the manufacturer's recommendations. 5) Check thickness using a magnetic film thickness gauge in accordance with the method outlined in SSPC PA 2. 6) Test the interior lining of all pipe barrels for pinholes with a non- destructive 2,500 volt test. a) Repair any defects prior to shipment. 7) Mark each fitting with the date of application of the lining system along with its numerical sequence of application on that date and records maintained by the applicator of his work. 8) For all Ductile Iron Pipe in wastewater service where the pipe has been cut, coat the exposed surface with the touch-up material as recommended by the manufacturer. a) The touch-up material and the lining shall be of the same manufacturer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 15, 2024 WATER REPLACEMENTS ON CAMP BOWIE US ROUTE 377 TO IRENE ST CITY PROJECT NO. 105062-3 33 11 10-10 DUCTILE IRON PIPE Page 10 of 14 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. General 9 1. Install pipe, fittings, specials and appurtenances as specified herein, as specified in 10 AWWA C600, AWWA M41 and in accordance with the pipe manufacturer's 11 recommendations. 12 2. See Section 33 11 11 for installation requirements for Ductile Iron Fittings. 13 3. Lay pipe to the lines and grades as indicated in the Drawings. 14 4. Excavate and backfill trenches in accordance with Section 33 05 10. 15 5. Embed Ductile Iron Pipe in accordance with Section 33 05 10. 16 6. For installation of carrier pipe within casing, see Section 33 05 24. 17 B. Pipe Handling 18 1. Haul and distribute pipe and fittings at the project site. 19 2. Handle piping with care to avoid damage. 20 a. Inspect each joint of pipe and reject or repair any damaged pipe prior to 21 lowering into the trench. 22 b. Do not handle the pipe in such a way that will damage the interior lining. 23 c. Use only nylon ropes, slings or other lifting devices that will not damage the 24 surface of the pipe for handling the pipe. 25 3. At the close of each operating day: 26 a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after 27 the laying operation. 28 b. Effectively seal the open end of the pipe using a gasketed night cap. 29 C. Joint Making 30 1. Mechanical Joints 31 a. Bolt the follower ring into compression against the gasket with the bolts 32 tightened down evenly then cross torqued in accordance with AWWA C600. 33 b. Overstressing of bolts to compensate for poor installation practice will not be 34 permitted. 35 2. Push -on Joints 36 a. Install Push -on joints as defined in AWWA/ANSI C111/A21.11. 37 b. Wipe clean the gasket seat inside the bell of all extraneous matter. 38 c. Place the gasket in the bell in the position prescribed by the manufacturer. CITY OF FORT WORTH WATER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS US ROUTE 377 TO IRENE ST Revised August 15, 2024 CITY PROJECT NO. 105062-3 33 11 10 - 11 DUCTILE IRON PIPE Page 11 of 14 1 d. Apply a thin film of non -toxic vegetable soap lubricant to the inside of the 2 gasket and the outside of the spigot prior to entering the spigot into the bell. 3 e. When using a field cut plain end piece of pipe, refinish the field cut and scarf to 4 conform to AWWA C600. 5 3. Flanged Joints 6 a. Use erection bolts and drift pins to make flanged connections. 7 1) Do not use undue force or restraint on the ends of the fittings. 8 2) Apply even and uniform pressure to the gasket. 9 b. The fitting must be free to move in any direction while bolting. 10 1) Install flange bolts with all bolt heads faced in one direction. 11 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 4. Joint Deflection a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines and grades and shown in the Drawings. b. The deflection of each joint must be in accordance with AWWA C600 Table 3. c. The maximum deflection allowed is 50 percent of that indicated in AWWA C600. d. The manufacturer's recommendation may be used with the approval of the Engineer. D. Polyethylene Encasement Installation 1. Preparation a. Remove all lumps of clay, mud, cinders, etc., on pipe surface prior to installation of polyethylene encasement. 1) Prevent soil or embedment material from becoming trapped between pipe and polyethylene. b. Fit polyethylene film to contour of pipe to affect a snug, but not tight encase with minimum space between polyethylene and pipe. 1) Provide sufficient slack in contouring to prevent stretching polyethylene where it bridges irregular surfaces such as bell -spigot interfaces, bolted joints or fittings and to prevent damage to polyethylene due to backfilling operations. 2) Secure overlaps and ends with adhesive tape and hold. c. For installations below water table and/or in areas subject to tidal actions, seal both ends of polyethylene tube with adhesive tape at joint overlap. 2. Tubular Type (Method A) a. Cut polyethylene tube to length approximately 2 feet longer than pipe section. b. Slip tube around pipe, centering it to provide 1-foot overlap on each adjacent pipe section and bunching it accordion -fashion lengthwise until it clears pipe ends. c. Lower pipe into trench and make up pipe joint with preceding section of pipe. d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. e. After assembling pipe joint, make overlap of polyethylene tube, pull bunched polyethylene from preceding length of pipe, slip it over end of the new length of pipe and wrap until it overlaps joint at end of preceding length of pipe. f. Secure overlap in place. g. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel of pipe, securing fold at quarter points. h. Repair cuts, tears, punctures or other damage to polyethylene. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 15, 2024 WATER REPLACEMENTS ON CAMP BOWIE US ROUTE 377 TO IRENE ST CITY PROJECT NO. 105062-3 33 11 10 - 12 DUCTILE IRON PIPE Page 12 of 14 1 i. Proceed with installation of next pipe in same manner. 2 3. Tubular Type (Method B) 3 a. Cut polyethylene tube to length approximately 1 foot shorter than pipe section. 4 b. Slip tube around pipe, centering it to provide 6 inches of bare pipe at each end. 5 c. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel 6 of pipe, securing fold at quarter points; secure ends. 7 d. Before making up joint, slip 3-foot length of polyethylene tube over end of 8 proceeding pipe section, bunching it accordion -fashion lengthwise. 9 e. After completing joint, pull 3-foot length of polyethylene over joint, 10 overlapping polyethylene previously installed on each adjacent section of pipe 11 by at least 1 foot; make each end snug and secure. 12 4. Sheet Type 13 a. Cut polyethylene sheet to a length approximately 2 feet longer than piece 14 section. 15 b. Center length to provide 1-foot overlap on each adjacent pipe section, bunching 16 it until it clears the pipe ends. 17 c. Wrap polyethylene around pipe so that it circumferentially overlaps top 18 quadrant of pipe. 19 d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. 20 e. Lower wrapped pipe into trench and make up pipe joint with preceding section 21 of pipe. 22 f. Make shallow bell hole at joints to facilitate installation of polyethylene. 23 g. After completing joint, make overlap and secure ends. 24 h. Repair cuts, tears, punctures or other damage to polyethylene. 25 i. Proceed with installation of next section of pipe in same manner. 26 5. Pipe -Shaped Appurtenances 27 a. Cover bends, reducers, offsets and other pipe -shaped appurtenances with 28 polyethylene in same manner as pipe and fittings. 29 6. Odd -Shaped Appurtenances 30 a. When it is not practical to wrap valves, tees, crosses, and other odd -shaped 31 pieces in tube, wrap with flat sheet or split length polyethylene tube by passing 32 sheet under appurtenances and bringing it up around body. 33 b. Make seams by bringing edges together, folding over twice and taping down. 34 c. Tape polyethylene securely in place at the valve stem and at any other 35 penetrations. 36 7. Repairs 37 a. Repair any cuts, tears, punctures or damage to polyethylene with adhesive tape 38 or with short length of polyethylene sheet or cut open tube, wrapped around 39 fitting to cover damaged area and secured in place. 40 8. Openings in Encasement 41 a. Provide openings for branches, service taps, blow -offs, air valves and similar 42 appurtenances by making an X-shaped cut in polyethylene and temporarily 43 folding back film. 44 b. After appurtenance is installed, tape slack securely to appurtenance and repair 45 cut, as well as other damaged area in polyethylene with tape. 46 c. Service taps may also be made directly through polyethylene, with any 47 resulting damaged areas being repaired as described above. CITY OF FORT WORTH WATER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS US ROUTE 377 TO IRENE ST Revised August 15, 2024 CITY PROJECT NO. 105062-3 33 11 10 - 13 DUCTILE IRON PIPE Page 13 of 14 1 9. Junctions between Wrapped and Unwrapped Pipe: 2 a. Where polyethylene -wrapped pipe joins an adjacent pipe that is not wrapped, 3 extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. 4 b. Secure end with circumferential turns of tape. 5 c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric 6 tape for minimum clear distance of 3 feet away from Cast or Ductile Iron Pipe. 7 3.5 REPAIR/RESTORATION 8 A. Patching 9 1. Excessive field -patching is not permitted of lining or coating. 10 2. Patching of lining or coating will be allowed where area to be repaired does not 11 exceed 100 square inches and has no dimensions greater than 12 inches. 12 3. In general, there shall not be more than 1 patch on either the lining or the coating of 13 any 1 joint of pipe. 14 4. Wherever necessary to patch the pipe: 15 a. Make patch with cement mortar as previously specified for interior joints. 16 b. Do not install patched pipe until the patch has been properly and adequately 17 cured and approved for laying by the City. 18 5. Promptly remove rejected pipe from the site. 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL 21 A. Potable Water Mains 22 1. Cleaning, disinfection, hydrostatic testing and bacteriological testing of water mains 23 a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water 24 main as specified in Section 33 04 40. 25 B. Wastewater Lines 26 1. Closed Circuit Television (CCTV) Inspection 27 a. Provide a Post -CCTV Inspection in accordance with Section 33 01 31. 28 3.8 SYSTEM STARTUP [NOT USED] 29 3.9 ADJUSTING [NOT USED] 30 3.10 CLEANING [NOT USED] 31 3.11 CLOSEOUT ACTIVITIES [NOT USED] 32 3.12 PROTECTION [NOT USED] 33 3.13 MAINTENANCE [NOT USED] 34 3.14 ATTACHMENTS [NOT USED] 35 END OF SECTION 36 CITY OF FORT WORTH WATER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS US ROUTE 377 TO IRENE ST Revised August 15, 2024 CITY PROJECT NO. 105062-3 33 11 10 - 14 DUCTILE IRON PIPE Page 14 of 14 Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A.l.b. — Updated Payment types 12/20/2012 D. Johnson 1.3 — Added definitions of gland types for clarity 2.2.B.9, 10, 11 and 12 — Added reference to Section 33 1105 and removed material specification for bolts, nuts and gaskets CITY OF FORT WORTH WATER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS US ROUTE 377 TO IRENE ST Revised August 15, 2024 CITY PROJECT NO. 105062-3 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 33 11 11 DUCTILE IRON FITTINGS 331111-1 DUCTILE IRON FITTINGS Page 1 of 13 5 A. Section Includes: 6 1. Ductile Iron Fittings 3-inch through 64-inch for potable water, wastewater, and 7 other liquids for use with Ductile Iron Pipe and Polyvinyl Chloride (PVC) Pipe 8 2. All mechanical joint fittings shall be mechanically restrained using restrained 9 wedge type retainer glands. 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. Deleted 2.2.B.14.b-d and f 12 2. Added 2.2.13.14.,g 13 3. Added 2.2.B.14.h 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 16 Contract 17 2. Division 1 — General Requirements 18 3. Section 03 30 00 — Cast -in -Place Concrete 19 4. Section 33 04 10 — Joint Bonding and Electrical Isolation 20 5. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 21 6. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 22 7. Section 33 1105 — Bolts, Nuts, and Gaskets 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Ductile Iron Water Fittings with Restraint 26 a. Measurement 27 1) Shall be per ton of fittings supplied 28 2) Fittings weights are the sum of the various types of fittings multiplied by 29 the weight per fitting as listed in AWWA/ANSI C 153/A21.53. 30 3) The fitting weights listed in AWWA/ANSI C110/A21.10 are only allowed 31 for specials where an AWWA/ANSI C 153/A21.53 is not available, or if the 32 Drawings specifically call for an AWWA/ANSI C110/A21.10 fittings. 33 4) If the Contractor chooses to supply AWWA/ANSI C110/A21.10 (full 34 body) Ductile Iron Fittings in lieu of AWWA/ANSI C153/A21.53 35 (compact) Ductile Iron Fittings at his convenience, then the weight shall be 36 measured in accordance with AWWA/ANSI C153/A21.53. 37 b. Payment 38 1) The work performed and materials furnished in accordance with this Item 39 and measured as provided under "Measurement" will be paid for at the unit 40 price bid per ton of "Ductile Iron Water Fittings with Restraint". CITY OF FORT WORTH WATER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS US ROUTE 377 TO IRENE ST Revised August 15, 2024 CITY PROJECT NO. 105062-3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 33 11 11 -2 DUCTILE IRON FITTINGS Page 2 of 13 c. The price bid shall include: 1) Furnishing and installing Ductile Iron Water Fittings as specified by the Drawings 2) Polyethylene encasement 3) Lining 4) Pavement removal 5) Excavation 6) Hauling 7) Disposal of excess material 8) Furnishing and installing bolts, nuts, and restraints 9) Furnishing, placement and compaction of embedment 10) Furnishing, placement and compaction of backfill 11) Trench water stops 12) Clean-up 13) Cleaning 14) Disinfection 15) Testing 2. Ductile Iron Sewer Fittings a. Measurement 1) Shall be per ton of fittings supplied 2) Fittings weights are the sum of the various types of fittings multiplied by the weight per fitting as listed in AWWA/ANSI C153/A21.53. 3) The fitting weights listed in AWWA/ANSI C110/A21.10 are only allowed for specials where an AWWA/ANSI C153/A21.53 is not available, or if the Drawings specifically call for an AWWA/ANSI C110/A21.10 fittings. 4) If the Contractor chooses to supply AWWA/ANSI C110/A21.10 (full body) Ductile Iron Fittings in lieu of AWWA/ANSI C 153/A21.53 (compact) Ductile Iron Fittings at his convenience, then the weight shall be measured in accordance with AWWA/ANSI C153/A21.53. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per ton of "Ductile Iron Sewer Fittings". c. The price bid shall include: 1) Furnishing and installing Ductile Iron Water Fittings as specified by the Drawings 2) Epoxy Coating 3) Polyethylene encasement 4) Lining 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing and installing bolts, nuts, and restraints 10) Furnishing, placement and compaction of embedment 11) Furnishing, placement and compaction of backfill 12) Clean-up 13) Cleaning 14) Disinfection CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 15, 2024 WATER REPLACEMENTS ON CAMP BOWIE US ROUTE 377 TO IRENE ST CITY PROJECT NO. 105062-3 33 11 11 -3 DUCTILE IRON FITTINGS Page 3 of 13 15) Testing 2 1.3 REFERENCES 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 A. Definitions 1. Gland or Follower Gland a. Non -restrained, mechanical joint fitting 2. Retainer Gland a. Mechanically restrained mechanical joint fitting, consisting of multiple gripping wedges incorporated into a follower gland meeting the applicable requirements of ANSI/AWWA C110/A21.10. B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Society of Mechanical Engineers (ASME): a. B 16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 3. ASTM International (ASTM): a. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications b. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both c. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. d. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for Water or Other Liquids. e. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 4. American Water Works Association (AWWA): a. C203, Coal -Tar Protective Coatings and Linings for Steel Water Pipelines - Enamel and Tape - Hot Applied. b. C600, Installation of Ductile -Iron Water Mains and their Appurtenances. c. M41, Ductile -Iron Pipe and Fittings. 5. American Water Works Association/American National Standards Institute (AWWA/ANSI): a. C I04/A21.4, Cement —Mortar Lining for Ductile -Iron Pipe and Fittings. b. C 105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. c. C 110/A21.10, Ductile -Iron and Gray -Iron Fittings. d. CI I I/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. e. C 115/A21.15, Flanged Ductile -Iron Pipe with Ductile -Iron or Gray -Iron Threaded Flanges. £ C151/A21.51, Ductile -Iron Pipe, Centrifugally Cast, for Water. g. CI53/A21.53, Ductile -Iron Compact Fittings for Water Service. 6. NSF International (NSF): a. 61, Drinking Water System Components - Health Effects. 7. Society for Protective Coatings (SSPC): a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 15, 2024 WATER REPLACEMENTS ON CAMP BOWIE US ROUTE 377 TO IRENE ST CITY PROJECT NO. 105062-3 33 11 11 -4 DUCTILE IRON FITTINGS Page 4 of 13 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS 3 A. Submittals shall be in accordance with Section 0133 00. 4 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 5 specials. 6 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS 7 A. Product Data 8 1. Ductile Iron Fittings 9 a. Pressure class 10 b. Interior lining 11 c. Joint types 12 2. Polyethylene encasement and tape 13 a. Planned method of installation 14 b. Whether the film is linear low density or high density cross linked polyethylene 15 c. The thickness of the film provided 16 3. The interior lining, if it is other than cement mortar lining in accordance with 17 AWWA/ANSI C104/A21.4 18 a. Material 19 b. Application recommendations 20 c. Field touch-up procedures 21 4. Thrust Restraint 22 a. Retainer glands 23 b. Thrust harnesses 24 c. Any other means 25 5. Gaskets 26 a. Provide Gaskets in accordance with Section 33 1105. 27 6. Isolation Flanges 28 a. Flanges required by the drawings to be Isolation Flanges shall conform to 29 Section 33 04 10. 30 7. Bolts and Nuts 31 a. Mechanical Joints 32 1) Provide bolts and nuts in accordance with Section 33 1105. 33 b. Flanged Ends 34 1) Meet requirements of AWWA C 115. 35 a) Provide bolts and nuts in accordance with Section 33 1105. 36 8. Flange Coatings 37 a. Connections to Steel Flanges 38 1) Buried connections with Steel Flanges shall be coated with a Petrolatum 39 Tape System in accordance with Section 33 1105. 40 B. Certificates 41 1. The manufacturer shall furnish an affidavit certifying that all Ductile Iron Fittings 42 meet the provisions of this Section and meet the requirements of AWWA/ANSI 43 C110/A21.10 or AWWA/ANSI C153/A21.53. 44 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. CITY OF FORT WORTH WATER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS US ROUTE 377 TO IRENE ST Revised August 15, 2024 CITY PROJECT NO. 105062-3 33 11 11 -5 DUCTILE IRON FITTINGS Page 5 of 13 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE 4 A. Qualifications 5 1. Manufacturers 6 a. Fittings manufacturing operations (fittings, lining, and coatings) shall be 7 performed under the control of the manufacturer. 8 b. Ductile Iron Fittings shall be manufactured in accordance with AWWA/ANSI 9 C110/A21.10 or AWWA/ANSI C153/A21.53. 10 1) Perform quality control tests and maintain the results as outlined in these 11 standards to assure compliance. 12 B. Preconstruction Testing 13 1. The City may, at its own cost, subject random fittings for destructive testing by an 14 independent laboratory for compliance with this Specification. 15 a. The compliance test shall be performed in the United States. 16 b. Any visible defects or failure to meet the quality standards herein will be 17 grounds for rejecting the entire order. 18 1.10 DELIVERY, STORAGE, AND HANDLING 19 A. Storage and Handling Requirements 20 1. Store and handle in accordance with the guidelines as stated in AWWA M41. 21 2. Secure and maintain a location to store the material in accordance with Section 01 22 6600. 23 1.11 FIELD [SITE] CONDITIONS [NOT USED] 24 1.12 WARRANTY [NOT USED] 25 PART 2 - PRODUCTS 26 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 27 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 28 A. Manufacturers 29 1. Only the manufacturers as listed on the City's Standard Products List will be 30 considered as shown in Section 0160 00. 31 a. The manufacturer must comply with this Specification and related Sections. 32 2. Any product that is not listed on the Standard Products List is considered a 33 substitution and shall be submitted in accordance with Section 0125 00. 34 B. Ductile Iron Fittings 35 1. Ductile Iron Fittings shall be in accordance with AWWA/ANSI C110/A21.10, 36 AWWA/ANSI CI53/A21.53. 37 2. All fittings for potable water service shall meet the requirements of NSF 61. 38 3. Ductile Iron Fittings, at a minimum, shall meet or exceed the pressures classes of 39 the pipe which the fitting is connected, unless specifically indicated in the 40 Drawings. CITY OF FORT WORTH WATER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS US ROUTE 377 TO IRENE ST Revised August 15, 2024 CITY PROJECT NO. 105062-3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 33 11 11 -6 DUCTILE IRON FITTINGS Page 6 of 13 4. Fittings Markings a. Meet the minimum requirements of AWWA/ANSI C151/A21.51. b. Minimum markings shall include: 1) "DI" or "Ductile" cast or metal stamped on each fitting 2) Applicable AWWA/ANSI standard for that the fitting 3) Pressure rating 4) Number of degrees for all bends 5) Nominal diameter of the openings 6) Year and country fitting was cast 7) Manufacturer's mark 5. Joints a. Mechanical Joints with mechanical restraint 1) Comply with AWWA/ANSI C1 I I/A21.11 and applicable parts of ANSI/AWWA C110/A21.10. 2) The retainer gland shall have the following working pressure ratings based on size and type of pipe: a) Ductile Iron Pipe (1) 3-inch — 16-inch, 350 psi (2) 18-inch — 48-inch, 250 psi b) PVC C900 and C905 (1) 3-inch — 12-inch, 305psi (2) 14-inch — 16-inch, 235psi (3) 18-inch — 20-inch, 200psi (4) 24-inch — 30 —inch 165psi c) Ratings are for water pressure and must include a minimum safety factor of 2 to 1 in all sizes 3) Retainer glands shall have specific designs for Ductile Iron and PVC and should be easily differentiate between the 2. 4) Gland body, wedges and wedge actuating components shall be cast from grade 65-45-12 ductile iron material in accordance with ASTM A536. 5) Mechanical joint restraint shall require conventional tools and installation procedures per AWWA C600, while retaining full mechanical joint deflection during assembly as well as allowing joint deflection after assembly. 6) Proper actuation of the gripping wedges shall be ensured with torque limiting twist off nuts. 7) A minimum of 6 wedges shall be required for 8 inch diameter PVC pipe. b. Push -On, Restrained Joints 1) Restraining Push -on joints by means of a special gasket a) Only those products that are listed in 0160 00 b) The working pressure rating of the restrained gasket must exceed the test pressure of the pipe line to be installed. c) Approved for use of restraining Ductile Iron Pipe in casing with a carrier pipe of 4-inches to 12-inches d) Otherwise only approved if specially listed on the drawings 2) Push -on Restrained Joint bell and spigot a) Only those products list in the standard products list will be allowed for the size listed in the standard products list per Section 01 60 00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 15, 2024 WATER REPLACEMENTS ON CAMP BOWIE US ROUTE 377 TO IRENE ST CITY PROJECT NO. 105062-3 33 11 11 -7 DUCTILE IRON FITTINGS Page 7 of 13 1 b) Pressure rating shall exceed the working and test pressure of the pipe 2 line 3 c. Flanged Joints 4 1) AWWA/ANSI C115/A21.15, ASME B16.1, Class 125 5 2) Flange bolt circles and bolt holes shall match those of ASME B 16.1, Class 6 125. 7 3) Field fabricated flanges are prohibited. 8 6. Gaskets 9 a. Provide Gaskets in accordance with Section 33 11 05. 10 7. Isolation Flanges 11 a. Flanges required by the drawings to be Isolation Flanges shall conform to 12 Section 33 04 10. 13 8. Bolts and Nuts 14 a. Mechanical Joints 15 1) Provide bolts and nuts in accordance with Section 33 1105. 16 b. Flanged Ends 17 1) Meet requirements of AW WA C 115. 18 a) Provide bolts and nuts in accordance with Section 33 11 05. 19 9. Flange Coatings 20 a. Connections to Steel Flanges 21 1) Buried connections with Steel Flanges shall be coated with a Petrolatum 22 Tape System in accordance with Section 33 1105. 23 10. Ductile Iron Fitting Exterior Coatings 24 a. All Ductile Iron Fittings shall have an asphaltic coating, minimum of 1 mil 25 thick, on the exterior, unless otherwise specified in the Contract Documents. 26 11. Polyethylene Encasement 27 a. All buried Ductile Iron Fittings shall be polyethylene encased. 28 b. Only manufacturers listed in the G:t-,f'& Etandard Produets List as shown 29 in Seetion 0160 00 will be eonsidered aeeeptable. 30 e. Use only virgin polyethylene material; 31 d. Eneasement for buried fittings shall be 8 mil linear low density (LLD) 32 33 34 . 35 e. Marking: At a minimum of every 2 feet along its length, the mark the 36 polyethylene film with the following information: 37 1) Manufacturer's name or trademark 38 2) Year of manufacturer 39 3) AWWA/ANSI C105/A21.5 40 4) Minimum film thickness and material type 41 5) Applicable range of nominal diameter sizes 42 6) Warning — Corrosion Protection — Repair Any Damage 43 44 , perform one of the followingw- 45 a) Label polyeth�4ene eneasement with "RECLAIMED AALATEW-2, 46 b) Provide purple polyeth�4ene in neeor-danee with the Amerie 47 Publie Works A ssoei pion 7T..;f,.... Color food; o CITY OF FORT WORTH WATER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS US ROUTE 377 TO IRENE ST Revised August 15, 2024 CITY PROJECT NO. 105062-3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 9. h. i. 33 11 11 -8 DUCTILE IRON FITTINGS Page 8 of 13 a.� cra caElipH-rple-reC-laiairedwater -marker- tape t6 thC-pvrSccirJ-a) Label polyethy4ene eneasement with iazrc 2) Wastewater, perform one of the following: "WASTEWATER"; b) Provide green polyethylene in aeeor-danee with the Amer-ieaff e) Attaeh green sanitar-y sewer marker tape to the polyethylene wrap. Polvethvlene encasement for use with ductile iron pipe systems shall consist of three lavers of co -extruded linear low densitv polvethvlene (LLDPE). fused into a single thickness of not less than eight mils. The inside surface of the polvethvlene wrap to be in contact with the pipe exterior shall be infused with a blend of anti -microbial biocide to mitigate microbiolo0cally influenced corrosion and a volatile corrosion inhibitor to control galvanic corrosion. Minimum widths Polyethylene Tube and Sheet Sizes for Push -On Joint Fittings Nominal Fittings Diameter (inches) 3 4 6 8 10 12 14 16 18 20 24 30 36 42 48 54 60 64 Min. Width — Flat Tube (inches) 14 14 16 20 24 27 30 34 37 41 54 67 81 81 95 108 108 121 Min. Width — Sheet (inches) 28 28 32 40 48 54 60 68 74 82 108 134 162 162 190 216 216 242 12. Ductile Iron Fittings Interior Lining a. Cement Mortar Lining 1) Ductile Iron Fittings for potable water shall have a cement mortar lining in accordance with AWWA/ANSI C104/A21.4 and be acceptable according to NSF 61. b. Ceramic Epoxy or Epoxy Linings CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 15, 2024 WATER REPLACEMENTS ON CAMP BOWIE US ROUTE 377 TO IRENE ST CITY PROJECT NO. 105062-3 33 11 11 -9 DUCTILE IRON FITTINGS Page 9 of 13 1 1) Ductile Iron Fittings for use in wastewater applications shall be lined with 2 a Ceramic Epoxy or Epoxy lining as designated in the Standard Products 3 List as shown in Section 0160 00. 4 2) Apply lining at a minimum of 40 mils DFT 5 3) Due to the tolerances involved, the gasket area and spigot end up to 6 6 inches back from the end of the spigot end must be coated with 6 mils 7 nominal, 10 mils maximum using a Joint Compound as supplied by the 8 manufacturer. 9 a) Apply the joint compound by brush to ensure coverage. 10 b) Care should betaken that the joint compound is smooth without excess 11 buildup in the gasket seat or on the spigot ends. 12 c) Coat the gasket seat and spigot ends after the application of the lining. 13 4) Surface preparation shall be in accordance with the manufacturer's 14 recommendations. 15 5) Check thickness using a magnetic film thickness gauge in accordance with 16 the method outlined in SSPC PA 2. 17 6) Test the interior lining of all fittings for pinholes with a non-destructive 18 2,500 volt test. 19 a) Repair any defects prior to shipment. 20 7) Mark each fitting with the date of application of the lining system along 21 with its numerical sequence of application on that date and records 22 maintained by the applicator of his work. 23 8) For all Ductile Iron Fittings in wastewater service where the fitting has 24 been cut, coat the exposed surface with the touch-up material as 25 recommended by the manufacturer. 26 a) The touch-up material and the lining shall be of the same manufacturer. 27 2.3 ACCESSORIES [NOT USED] 28 2.4 SOURCE QUALITY CONTROL [NOT USED] 29 PART 3 - EXECUTION 30 3.1 INSTALLERS [NOT USED] 31 3.2 EXAMINATION [NOT USED] 32 3.3 PREPARATION [NOT USED] 33 3.4 INSTALLATION 34 A. General 35 1. Install fittings, specials and appurtenances as specified herein, as specified in 36 AWWA C600, AWWA M41, and in accordance with the fittings manufacturer's 37 recommendations. 38 2. Lay fittings to the lines and grades as indicated in the Drawings. 39 3. Excavate and backfill trenches in accordance with 33 05 10. 40 4. Embed Ductile Iron Fittings in accordance with 33 05 10. 41 B. Joint Making 42 1. Mechanical Joints with required mechanical restraint CITY OF FORT WORTH WATER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS US ROUTE 377 TO IRENE ST Revised August 15, 2024 CITY PROJECT NO. 105062-3 33 11 11 - 10 DUCTILE IRON FITTINGS Page 10 of 13 1 a. All mechanical joints require mechanical restraint. 2 b. Bolt the retainer gland into compression against the gasket, with the bolts 3 tightened down evenly then cross torqued in accordance with AWWA C600. 4 c. Overstressing of bolts to compensate for poor installation practice will not be 5 permitted. 6 2. Push -on Joints (restrained) 7 a. All push -on joints shall be restrained push -on type. 8 b. Install Push -on joints as defined in AWWA/ANSI C1I I/A21.11. 9 c. Wipe clean the gasket seat inside the bell of all extraneous matter. 10 d. Place the gasket in the bell in the position prescribed by the manufacturer. 11 e. Apply a thin film of non -toxic vegetable soap lubricant to the inside of the 12 gasket and the outside of the spigot prior to entering the spigot into the bell. 13 £ When using a field cut plain end piece of pipe, refinished the field cut and scarf 14 to conform to AWWA M-41. 15 3. Flanged Joints 16 a. Use erection bolts and drift pins to make flanged connections. 17 1) Do not use undue force or restraint on the ends of the fittings. 18 2) Apply even and uniform pressure to the gasket. 19 b. The fitting must be free to move in any direction while bolting. 20 1) Install flange bolts with all bolt heads faced in 1 direction. 21 4. Joint Deflection 22 a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines 23 and grades and shown in the Drawings. 24 b. The deflection of each joint must be in accordance with AWWA C600 Table 3. 25 c. The maximum deflection allowed is 50 percent of that indicated in AWWA 26 C600. 27 d. The manufacturer's recommendation may be used with the approval of the 28 Engineer. 29 C. Polyethylene Encasement Installation 30 1. Preparation 31 a. Remove all lumps of clay, mud, cinders, etc., on fittings surface prior to 32 installation of polyethylene encasement. 33 1) Prevent soil or embedment material from becoming trapped between 34 fittings and polyethylene. 35 b. Fit polyethylene film to contour of fittings to affect a snug, but not tight encase 36 with minimum space between polyethylene and fittings. 37 1) Provide sufficient slack in contouring to prevent stretching polyethylene 38 where it bridges irregular surfaces such as bell -spigot interfaces, bolted 39 joints or fittings, and to prevent damage to polyethylene due to backfilling 40 operations. 41 2) Secure overlaps and ends with adhesive tape and hold. 42 c. For installations below water table and/or in areas subject to tidal actions, seal 43 both ends of polyethylene tube with adhesive tape at joint overlap. 44 2. Tubular Type (Method A) 45 a. Cut polyethylene tube to length approximately 2 feet longer than fittings 46 section. CITY OF FORT WORTH WATER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS US ROUTE 377 TO IRENE ST Revised August 15, 2024 CITY PROJECT NO. 105062-3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 33 11 11 - 11 DUCTILE IRON FITTINGS Page 11 of 13 b. Slip tube around fittings, centering it to provide 1 foot overlap on each adjacent pipe section and bunching it accordion -fashion lengthwise until it clears fittings ends. c. Lower fittings into trench with preceding section of pipe. d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. e. After assembling fittings make overlap of polyethylene tube, pull bunched polyethylene from preceding length of pipe, slip it over end of the fitting and wrap until it overlaps joint at end of preceding length of pipe. f. Secure overlap in place. g. Take up slack width at top of fitting to make a snug, but not tight, fit along barrel of fitting, securing fold at quarter points. h. Repair cuts, tears, punctures or other damage to polyethylene. i. Proceed with installation of next fitting in same manner. 3. Tubular Type (Method B) a. Cut polyethylene tube to length approximately 1 foot shorter than fitting section. b. Slip tube around fitting, centering it to provide 6 inches of bare fitting at each end. c. Take up slack width at top of fitting to make a snug, but not tight, fit along barrel of fitting, securing fold at quarter points; secure ends. d. Before making up joint, slip 3-foot length of polyethylene tube over end of proceeding pipe section, bunching it accordion -fashion lengthwise. e. After completing joint, pull 3-foot length of polyethylene over joint, overlapping polyethylene previously installed on each adjacent section of pipe by at least 1 foot; make each end snug and secure. 4. Sheet Type a. Cut polyethylene sheet to a length approximately 2 feet longer than piece section. b. Center length to provide 1-foot overlap on each fitting, bunching it until it clears the fitting ends. c. Wrap polyethylene around fitting so that it circumferentially overlaps top quadrant of fitting. d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. e. Lower wrapped fitting into trench with preceding section of pipe. f. Make shallow bell hole at joints to facilitate installation of polyethylene. g. After completing joint, make overlap and secure ends. h. Repair cuts, tears, punctures or other damage to polyethylene. i. Proceed with installation of fittings in same manner. 5. Pipe -Shaped Appurtenances a. Cover bends, reducers, offsets, and other pipe -shaped appurtenances with polyethylene in same manner as pipe and fittings. 6. Odd -Shaped Appurtenances a. When it is not practical to wrap valves, tees, crosses and other odd -shaped pieces in tube, wrap with flat sheet or split length polyethylene tube by passing sheet under appurtenances and bringing it up around body. b. Make seams by bringing edges together, folding over twice and taping down. c. Tape polyethylene securely in place at the valve stem and at any other penetrations. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 15, 2024 WATER REPLACEMENTS ON CAMP BOWIE US ROUTE 377 TO IRENE ST CITY PROJECT NO. 105062-3 33 11 11 - 12 DUCTILE IRON FITTINGS Page 12 of 13 1 7. Repairs 2 a. Repair any cuts, tears, punctures or damage to polyethylene with adhesive tape 3 or with short length of polyethylene sheet or cut open tube, wrapped around 4 fitting to cover damaged area, and secure in place. 5 8. Openings in Encasement 6 a. Provide openings for branches, service taps, blow -offs, air valves and similar 7 appurtenances by making an X-shaped cut in polyethylene and temporarily 8 folding back film. 9 b. After appurtenance is installed, tape slack securely to appurtenance and repair 10 cut, as well as other damaged area in polyethylene with tape. 11 c. Service taps may also be made directly through polyethylene, with any 12 resulting damaged areas being repaired as described above. 13 9. Junctions between Wrapped and Unwrapped Fittings 14 a. Where polyethylene -wrapped fitting joins an adjacent pipe that is not wrapped, 15 extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. 16 b. Secure end with circumferential turns of tape. 17 c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric 18 tape for minimum clear distance of 3 feet away from cast or Ductile Iron 19 Fittings. 20 D. Blocking 21 1. Install concrete blocking in accordance with Section 03 30 00 for all bends, tees, 22 crosses and plugs in the pipe lines as indicated in the Drawings. 23 2. Place the concrete blocking so as to rest against firm undisturbed trench walls, 24 normal to the thrust. 25 3. The supporting area for each block shall be at least as great as that indicated on the 26 Drawings and shall be sufficient to withstand the thrust, including water hammer, 27 which may develop. 28 4. Each block shall rest on a firm, undisturbed foundation or trench bottom. 29 5. If the Contractor encounters soil that appears to be different than that which was 30 used to calculate the blocking according to the Drawings, the Contractor shall 31 notify the Engineer prior to the installation of the blocking. 32 3.5 REPAIR/RESTORATION 33 A. Patching 34 1. Excessive field -patching is not permitted of lining or coating. 35 2. Patching of lining or coating will be allowed where area to be repaired does not 36 exceed 100 square inches and has no dimensions greater than 12 inches. 37 3. In general, there shall not be more than 1 patch on either the lining or the coating of 38 any fitting. 39 4. Wherever necessary to patch the fitting: 40 a. Make patch with cement mortar as previously specified for interior joints. 41 b. Do not install patched fitting until the patch has been properly and adequately 42 cured and approved for laying by the City. 43 c. Promptly remove rejected fittings from the site. CITY OF FORT WORTH WATER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS US ROUTE 377 TO IRENE ST Revised August 15, 2024 CITY PROJECT NO. 105062-3 331111 -13 DUCTILE IRON FITTINGS Page 13 of 13 1 3.6 RE -INSTALLATION [NOT USED] 2 3.7 FIELD [OR] SITE QUALITY CONTROL 3 A. Potable Water Mains 4 1. Cleaning, disinfection, hydrostatic testing and bacteriological testing of water mains 5 a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water 6 main as specified in Section 33 04 40. 7 3.8 SYSTEM STARTUP [NOT USED] 8 3.9 ADJUSTING [NOT USED] 9 3.10 CLEANING [NOT USED] 10 3.11 CLOSEOUT ACTIVITIES [NOT USED] 11 3.12 PROTECTION [NOT USED] 12 3.13 MAINTENANCE [NOT USED] 13 3.14 ATTACHMENTS [NOT USED] 14 15 DATE NAME 12/20/2012 D.Johnson 9/20/2017 W. Norwood 16 END OF SECTION Revision Log SUMMARY OF CHANGE 1.2.A.I.c — Restraints included in price bid 1.2.A.2.c — Restraints included in price bid 1.3 — Added definitions of gland types for clarity 2.2.B.5 — Removed unrestrained push -on and mechanical joints 2.2.B.6, 7, 8, and 9 — Added reference to Section 33 05 10 and 33 04 10; removed material specifications for bolts, nuts and gaskets. 3.4 — Requirement for all mechanical and push -on joints to be restrained 3 AD — Corrected reference 2.2.13.5.a.7 — Added requirement for 6 wedges on MJ Restraint for 8 inch PVC pipe CITY OF FORT WORTH WATER REPLACEMENTS ON CAMP BOWIE STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS US ROUTE 377 TO IRENE ST Revised August 15, 2024 CITY PROJECT NO. 105062-3 APPENDIX GC-4.02 Subsurface and Physical Conditions Geotechnical Report GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities TxDOT Permit - FTW GR-01 60 00 Product Requirements CITY OF FORT WORTH WATER REPLACEMENTS ON CAMP BOWIE (US ROUTE 377 TO IRENE ST) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105062-3 Revised July 1, 2011 CITY OF FORT WORTH WATER REPLACEMENTS ON CAMP BOWIE (US ROUTE 377 TO IRENE ST) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105062-3 Revised July 1, 2011 GC-4.02 Subsurface and Physical Conditions Geotechnical Report CITY OF FORT WORTH WATER REPLACEMENTS ON CAMP BOWIE (US ROUTE 377 TO IRENE ST) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105062-3 Revised July 1, 2011 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH WATER REPLACEMENTS ON CAMP BOWIE (US ROUTE 377 TO IRENE ST) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105062-3 Revised July 1, 2011 GEOTECHNICAL ENGINEERING STUDY WATER AND SANITARY SEWER IMPROVEMENTS CAMP BOWIE BOULEVARD FORT WORTH, TEXAS Presented To: Kimley-Horn and Associates, Inc. May 2024 PROJECT NO. 103-23-519 C Ji I Engineering May 10, 2024 Report No. 103-23-519 Kimley-Horn and Associates, Inc. 801 Cherry Street, Unit 11, Suite 1300 Fort Worth, Texas 76102 Attn: Ms. Shelby Warchesik, P.E. GEOTECHNICAL ENGINEERING STUDY WATER AND SANITARY SEWER IMPROVEMENTS CAMP BOWIE BOULEVARD FORT WORTH, TEXAS Dear Ms. Warchesik: Submitted here are the results of a geotechnical engineering study for the referenced project. This study was performed in general accordance with CMJ Proposal 23-9266 (Revised) dated September 12, 2023. The geotechnical services were authorized via Kimley-Horn and Associates, Inc. Individual Project Order (IPO) Number 061018457-03. Engineering analyses and recommendations are contained in the text section of the report. The results of our field and laboratory services are included in the appendix of the report. We would appreciate the opportunity to be considered for providing construction material testing services during the construction phase of this project. We appreciate the opportunity to be of service to Kimley-Horn and Associates, Inc. Please contact us if you have any questions or if we may be of further service at this time. Respectfully submitted, CMJ ENGINEERING, INC. TBPELS REGISTRATION No. F-9177 Ammon D. Lutz, E.I.T., G.I.T. Geotechnical Project Manager Texas Nos. 77207, 468 �Q•�EOF i*: %.* /MATTHEW W. KAMMERDIENE 127818 (t1�0�`•• PCENSS� • ��l ss�ONA1.E�G` j Matthew W. Kammerdiener, P.E. Senior Engineer Texas No. 127818 copies submitted: (2) Mr. Shelby Warchesik, P.E.; Kimley-Horn and Associates, Inc. (mail and email) CMJ Engineering p: 817.284.9400 f: 817.589.9993 7636 Pebble Drive Fort Worth, TX 76118 www.cmjengr.com TABLE OF CONTENTS Page 1.0 INTRODUCTION------------------------------------------------------------------------------------------------------- 1 2.0 FIELD EXPLORATION AND LABORATORY TESTING ------------------------------------------------------ 2 3.0 SUBSURFACE CONDITIONS-------------------------------------------------------------------------------------- 3 4.0 TRENCH / BORE EXCAVATIONS --------------------------------------------------------------------------------- 6 5.0 GENERAL EARTHWORK ------------------------------------------------------------------------------------------- 10 6.0 CONSTRUCTION OBSERVATIONS-----------------------------------------------------------------------------13 7.0 REPORT CLOSURE-------------------------------------------------------------------------------------------------13 APPENDIX A Plate Planof Borings ------------------------------------------------------------------------------------------------------ A. 1 A—A.1 c Unified Soil Classification System --------------------------------------------------------------------------------------- A.2 Key to Classification and Symbols--------------------------------------------------------------------------------------A.3 Logsof Borings------------------------------------------------------------------------------------------------------ A.4—A.14 Particle Size Distribution Reports ------------------------------------------------------------------------------- A.15—A.22 Analytical Test Results-------------------------------------------------------------------------------------------------- A.23 1.0 INTRODUCTION 1.1 General The project, as currently planned, will consist of water and sewer line improvements along Camp Bowie Boulevard in Fort Worth, Texas. The project limits are approximately from Hulen Street to Clifton Street and east of the Fort Worth traffic circle in the vicinity of Marks Place and Irene Street. The project vicinity and approximate locations of exploration borings are illustrated on Plates A.1a, A.1 b, and A.1 c, Plan of Borings. 1.2 Purpose and Scope The purpose of this geotechnical engineering study has been to determine the general subsurface conditions, evaluate the engineering characteristics of the subsurface materials encountered, develop comments on general excavation and directional boring, and provide earthwork recommendations. To accomplish its intended purposes, the study has been conducted in the following phases: (1) drilling sample borings to determine the general subsurface conditions and to obtain samples for testing; (2) performing laboratory tests on appropriate samples to determine pertinent engineering properties of the subsurface materials; and (3) performing engineering analyses, using the field and laboratory data to develop geotechnical recommendations for the proposed construction. The design is currently in progress and the locations and/or elevations of the pipelines could change. Once the final design is near completion (80-percent to 90-percent stage), it is recommended that CMJ Engineering, Inc. be retained to review those portions of the construction documents pertaining to the geotechnical recommendations, as a means to determine that our recommendations have been interpreted as intended. 1.3 Report Format The text of the report is contained in Sections 1 through 7. All plates and large tables are contained in Appendix A. The alpha -numeric plate and table numbers identify the appendix in which they appear. Small tables of less than one page in length may appear in the body of the text and are numbered according to the section in which they occur. Report No. 103-23-519 CMJ ENGINEERING, INC. Units used in the report are based on the English system and may include tons per square foot (tsf), kips (1 kip = 1,000 pounds), kips per square foot (ksf), pounds per square foot (psf), pounds per cubic foot (pcf), and pounds per square inch (psi). 2.0 FIELD EXPLORATION AND LABORATORY TESTING 2.1 Field Exploration Subsurface materials at the project site were explored by eleven (11) vertical soil borings. Boring B- 1 was unable to be drilled due to brick pavers that were unable to be removed; the original boring nomenclature was kept for sake of continuity. Borings B-2 through B-12 were drilled to depths of 20 feet along the proposed alignment. The borings were drilled using continuous flight augers at the approximate locations shown on the Plan of Borings, Plates A.1 a, A.1 b, and A.1 c. The boring logs are included on Plates A.4 through A.14 and keys to classifications and symbols used on the logs are provided on Plates A.2 and A.3. Undisturbed samples of cohesive soils were obtained with nominal 3-inch diameter thin -walled (Shelby) tube samplers at the locations shown on the logs of borings. The Shelby tube sampler consists of a thin -walled steel tube with a sharp cutting edge connected to a head equipped with a ball valve threaded for rod connection. The tube is pushed into the soil by the hydraulic pulldown of the drilling rig. The soil specimens were extruded from the tube in the field, logged, tested for consistency with a hand penetrometer, sealed, and packaged to limit the loss of moisture. The consistency of cohesive soil samples was evaluated in the field using a calibrated hand penetrometer. In this test, a 0.25-inch diameter piston is pushed into the relatively undisturbed sample at a constant rate to a depth of 0.25 inch. The results of these tests, in tsf, are tabulated at respective sample depths on the logs. When the capacity of the penetrometer is exceeded, the value is tabulated as 4.5+. To evaluate the relative density and consistency of the harder formations, a modified version of the Texas Cone Penetration test was performed at selected locations. Texas Department of Transportation (TXDOT) Test Method Tex-132-E specifies driving a 3-inch diameter cone with a 170- pound hammer freely falling 24 inches. This results in 340 foot-pounds of energy for each blow. This method was modified by utilizing a 140-pound hammer freely falling 30 inches. This results in 350 foot-pounds of energy for each hammer blow. In relatively soft materials, the penetrometer cone Report No. 103-23-519 CMJ ENGINEERING, INC. 2 is driven 1 foot and the number of blows required for each 6-inch penetration is tabulated at respective test depths, as blows per 6 inches on the log. In hard materials (rock or rock -like), the penetrometer cone is driven with the resulting penetrations, in inches, recorded for the first and second 50 blows, a total of 100 blows. The penetration for the total 100 blows is recorded at the respective testing depths on the boring log. Groundwater observations during and after completion of the borings are shown on the upper right of the boring log. Upon completion of the borings, the bore holes were backfilled with soil cuttings and patched with concrete or asphalt as appropriate. 2.2 Laboratory Testing Laboratory soil tests were performed on selected representative samples recovered from the borings. In addition to the classification tests (liquid limits, plastic limits, and particle size analyses), moisture content, unconfined compressive strength, and unit weight tests were performed. Results of the laboratory classification tests, moisture content, unconfined compressive strength, and unit weight tests conducted for this project are included on the boring logs. The particle size analyses results are presented on Plates A.15 through A.22. Analytical tests to aid in evaluation of corrosive potential of the on -site soils were performed on selected samples recovered from the borings. The results of the analytical testing are tabulated on Plate A.23. The above laboratory tests were performed in general accordance with applicable ASTM procedures, or generally accepted practice. 3.0 SUBSURFACE CONDITIONS 3.1 Site Geology The Dallas Sheet of the Geoloaic Atlas of Texas indicates the majority of the project site is located in the Duck Creek Formation of Lower Cretaceous Age. The Duck Creek Formation consists of limestone with some shaley portions. This formation typically weathers to form relatively deep active clay soils. Borings B-6, B-7, and B-9 are located in the Kiamichi Formation of Lower Cretaceous Age, which is approximately 25 feet thick and is composed of weak, extremely active clays. Outcrops Report No. 103-23-519 CMJ ENGINEERING, INC. 3 of the Kiamichi normally form narrow bands on hillsides. Heavy water seepage can occur along the contact zone between the Duck Creek and Kiamichi Formation during periods of heavy rainfall. 3.2 Soil Conditions Specific types and depths of subsurface strata encountered at the boring locations are shown on the boring logs in Appendix A. The generalized subsurface stratigraphy encountered in the borings is discussed below. Note that depths on the borings refer to the depth from the existing grade or ground surface present at the time of the investigation, and the boundaries between the various soil types are approximate. Existing paving at the boring locations consisted of 2 to 4 inches of asphalt in Borings B-6 through B-9 and B-11 through B-12, and 5'/2 to 8'/2 inches of concrete in Borings B-2 through B-5 and B-10. The concrete encountered in Borings B-2 through B-4 was overlain by brick pavers. Sand or sand and gravel base material was present below the pavement in Borings B-7 through B-10 and B-12 with thicknesses of 3 to 5 inches. Table 3.2-1 summarizes the existing pavement sections as encountered in the borings. TABLE 3.2-1 Existing Pavement Sections Boring Existing Pavement No. B-2 2'/2" Brick over 7'/2" PCC B-3 2'/2" Brick over 5'/z" PCC B-4 2'/2" Brick over 8" PCC B-5 8'/2' PCC B-6 2° HMAC over 8" PCC B-7 3" HMAC B-8 4" HMAC B-9 3'/2" HMAC B-10 53/4" PCC B-11 3'/2' HMAC B-12 2" HMAC Existing Subgrade 5" Gravel Base over 2" PCC 5" Gravel Base 4" Sand and Gravel Base 3" Sand Base 5" Sand and Gravel Base Fill and possible fill materials were observed below the paving extending to depths of 3 to 4 feet in Borings B-11 and B-12 consisting of dark brown and brown clays and silty clays, containing asphalt fragments, iron seams, ironstone nodules, calcareous nodules pebbles, and gravel. Report No. 103-23-519 4 CMJ ENGINEERING, INC. Natural soils encountered consist of various dark brown, brown, light brown, light reddish brown, gray, and tan clays, silty clays, sandy clays, silty shaly clays, and shaly clays. The various natural soils typically contain iron seams, iron stains, ironstone nodules, limestone fragments, calcareous deposits, gravel, and occasional calcareous seams and limestone seams. A 2 foot thick tan gravel layer with sand and silt seams was encountered in Boring B-6 at a depth of 7 feet. Borings B-5, B- 9, B-10, and B-12 were terminated in the various clayey soils at a depth of 20 feet. The various clayey soils encountered in the borings had tested Liquid Limits (LL) ranging from 26 to 69 with Plasticity Indices (PI) of 12 to 48 and are classified as SP, SC, CL, and CH according to the USCS. The various clayey soils encountered are generally stiff to hard (soil basis) with pocket penetrometer values ranging from 2.0 to over 4.5 tsf. Tested dry unit weight and unconfined compressive strength values range from 91 to 117 pcf and 2,120 to 8,520 psf, respectively. Tan limestone was next encountered in Borings B-2 through B-4, B-8, B-11, and B-12 at depths of 1 to 10 feet. The tan limestone occasionally occurs fractured or weathered in upper reaches, contains clay seams and occasional clay layers and varies from soft to very hard (rock basis), with Texas Cone Penetrometer (THD) test values of '/2 to 63/4 inches of penetration for 100 hammer blows. Borings B-2 and B-8 were terminated in the tan limestone at a depth of 20 feet. Gray limestone was next encountered in Borings B-3, B-4, and B-11 at depths of 14 to 17 feet. The gray limestone occasionally contains shale seams and is considered hard to very hard (rock basis), with Texas Cone Penetrometer (THD) test values of 1 to 13/4 inches of penetration for 100 hammer blows. Borings B-3, B-4, and B-11 were terminated in the gray limestone at a depth of 20 feet. Gray shale was next encountered in Borings B-6 and B-7 at a depth of 16 feet. The gray shale contains limestone layers and is considered moderately hard (rock basis) with a Texas Cone Penetrometer (THD) value of 2'/4 inches of penetration per 100 blows. Borings B-6 and B-7 were terminated in the gray shale at a depth of 20 feet. 3.3 Groundwater Observations The borings were drilled using continuous flight augers in order to observe groundwater seepage during drilling. Groundwater seepage was encountered during drilling in Borings B-6 at a depth of 9 feet below existing grade. A groundwater level of 12 feet was measured at drilling completion in Report No. 103-23-519 CMJ ENGINEERING, INC. 5 Boring B-6. Borehole cave-in was also observed in Boring B-6 at a depth of 13 feet during drilling. Borings B-2 through B-5 and B-7 through B-12 were dry during drilling and at completion. Fluctuations of the groundwater level can occur due to seasonal variations in the amount of rainfall; site topography and runoff; hydraulic conductivity of soil strata; and other factors not evident at the time the borings were drilled. Groundwater can occur in joints in the clays, atop the limestone or shale or via more permeable strata and should be considered when developing the design and construction plans for the project. Water traveling through the soil (subsurface water) is unpredictable. This could be due to seasonal changes in the groundwater and due to the unpredictable nature of groundwater paths. Therefore, it is necessary during construction for the contractor to be observant of groundwater seepage in excavations in order to assess the situation and take appropriate action. 4.0 TRENCH / BORE EXCAVATIONS 4.1 Expected Subsurface Conditions The various soil materials encountered in the borings can be excavated using conventional earthwork equipment. Where more granular materials are present, such as encountered in Boring B-6, some caving may occur due to the low -plasticity nature of these materials and with the presence of groundwater which was also present in Boring B-6. Moderately hard to very hard limestones and shales were encountered in Borings B-2 through B-4, B-6 through B-8, B-11, and B-12 at depths of 1 to 16 feet. Heavy-duty specialized equipment will likely be required to excavate through the limestones and shales. In addition, overexcavation should be anticipated within the limestone and shale. Overexcavation may result from large blocks or chunks breaking along either weathered or clay seams beyond the planned excavation. 4.2 Open Cut The trench excavations should be performed in accordance with OSHA Safety and Health Standards (29 CFR 1926/1919), Subpart P. For excavations less than 5 feet deep through the various clays, it is expected that near -vertical excavation walls will be possible. For excavations which occur through soft clays, granular soils, loose fill, or submerged soils, it will be necessary to either slope the excavation sidewalls or provide temporary bracing to control excavation wall instability. In addition, Report No. 103-23-519 CMJ ENGINEERING, INC. 6 for excavations deeper than 5 feet, the excavation sidewalls must be sloped, or temporary bracing must be provided, regardless of the soil conditions encountered. The design of any trench or excavation safety plans required is the contractor's responsibility. 4.3 Directional Bore Comments The results of the exploration borings indicate the presence of granular materials as well as groundwater seepage in Boring B-6. These conditions will complicate directional boring operations. The more granular strata can serve as conduits to direct water towards the bore excavation. Caving may occur due to the low plasticity nature of these materials, possibly requiring casing or slurry methods for borehole stability. Water seepage can decrease the stability of the bore/tunnel excavation and result in ground subsidence. Proper dewatering, as discussed below, is imperative for excavation stability. Otherwise, the predominate natural clayey materials are generally good materials for bore/tunneling operations. Pipe installment via jacking would be very difficult in tan and gray limestone and shale. Boring with hardened rock teeth would likely be required below 1- to 16-foot depths in select areas due to the presence of the limestone and shale. Proper dewatering, as discussed below, is imperative for excavation stability should groundwater be encountered. The contractor may consider surface settlement monitoring measurements during construction, particularly in sensitive areas such as right-of-way crossing(s). 4.4 Trench / Bore Pit Dewatering As discussed in Section 3.3, Groundwater Observations, groundwater conditions can vary with seasonal fluctuations in rainfall. In the case that groundwater is encountered, controlling the groundwater is essential to the construction of the proposed utility lines. Furthermore, the more granular, sandy soils can act like a "quick" condition, in which soil strength reduces to a very small magnitude when vibratory construction equipment traverses this soil, particularly if not properly dewatered. In addition to proper dewatering, care must be taken to cause as minimal disturbance as possible on sandy soils in the excavation. Failure to control any encountered groundwater could result in excavation collapse, excavation bottom heave, an unstable bottom and detrimental pipeline settlement and pipe deflections after backfilling. Groundwater levels should be maintained at least two feet below the base of the excavation for the full term of construction. Protection of the open excavations should be provided during periods of moderate to heavy rainfall, as surface water will most likely channel and collect in the excavations. The water level should be lowered prior to Report No. 103-23-519 CMJ ENGINEERING, INC. 7 excavating and should be maintained at this lowered level until the pipe trench is backfilled. If water infiltration rates are high, it may be necessary to install a more elaborate dewatering system. The design of any dewatering system required is the contractor's responsibility. 4.5 Soft Trench Bottom Conditions Soft trench bottom conditions are unlikely where the trench bottom is situated in the natural soils, limestones, or shales; however such conditions may exist in areas of existing fill or more granular materials as encountered in select borings. Control of groundwater as discussed above is the key to avoiding an unstable trench bottom in more granular soils, as well as cohesive soils. Unstable trench bottoms are unsuitable for support of the proposed pipelines. Soft clays or saturated sands could occur where groundwater is present. In any areas where unsuitable bearing materials are encountered at the planned invert elevation, the trench bottom can be prepared using the following method: • Under -cut to a suitable bearing subgrade and replace it with a structural compacted fill. The over -excavation should extend laterally a distance of at least 1 foot beyond the edges of the pipe, and then at least 1 foot laterally for every 1.5 feet of fill required beneath the pipe. The over -excavation backfill should be surrounded with a geotextile consisting of Mirafi 140N, Amoco ProPex 4545, or equivalent. The backfill should consist of a free -draining aggregate (i.e., sands, gravels, crushed limestone, or crushed concrete) approved by the geotechnical engineer. The backfill should be placed in maximum 9-inch loose lifts and uniformly compacted to a minimum relative density of 65 percent as determined by test methods ASTM D4253 and D4254. 4.6 Excavation Considerations If open trench cuts are performed within 1.25 times the trench depth of any surface structure, trench shoring (not trench boxes) should be used within open trench cuts performed within this distance. Hydraulic shoring struts should be used and installed during excavation as needed to provide full lateral support to vertical trench sidewalls and thereby help reduce lateral ground movements near existing structures. A pre -construction condition survey should be performed prior to beginning excavation near any structure that could be affected by the trench excavation to verify existing conditions (existing distress) prior to construction. Construction monitoring should be performed to verify that existing structures are not impacted or damaged by construction operations. Where pavement crossings may occur, any pavement repair structure (asphalt or base course material) should extend a minimum of 12 inches beyond the edge of the excavation trench. This Report No. 103-23-519 CMJ ENGINEERING, INC. 9 additional width of pavement structure greatly reduces the potential for reflective cracking upwards into the pavement. 4.7 Pipe Installation Bedding To assure adequate base support for the pipe, it is recommended that bedding/embedment material be placed around the pipe, 6 inches below the pipe, and 12 inches above the pipe. If concern exists of native backfill above the embedment migrating into the more coarse embedment (and causing backfill settlement), a filter cloth is recommended at the embedment/native soil interface. The filter cloth should cover the entire interface and up through the sidewall a minimum of 1 foot. Bedding material may consist of gravel/stone from 1" to No. 10 sieve size. Gravel should be consolidated upon placement by rodding or pneumatic vibration methods. Such methods should not cause harm or distress to the pipe. The filter cloth should be TenCate Geosynthetics Mirafi 140N or equivalent. 4.8 Trench Backfill Site excavated materials are generally considered suitable for use as backfill above the pipe bedding materials. All trench backfill should be free of deleterious materials. Use of rock fragments greater than 4 inches in any dimension should be prohibited, since attaining a uniform moisture and density without voids would be difficult. Backfill should be compacted in maximum 8-inch loose lifts at a minimum of 95 percent of the Standard Proctor density (ASTM D698). The uncompacted lift thickness should be reduced to 4 inches for structure backfill zones requiring hand -operated power compactors or small self-propelled compactors. Clay soils having a Plasticity Index greater than 20 should be compacted at a moisture content ranging from 0 to plus 4 percentage points above the optimum moisture content. Granular soils having a PI less than 20 should be compacted at a moisture content ranging from minus 3 to plus 3 percentage points of the optimum moisture content. Jetting to compact the pipe backfill should not be allowed. In areas where the settlement of the backfill must be closely controlled, the trench excavation should be backfilled with either cement stabilized sand or flowable concrete having a 28- day compressive strength ranging between 50 and 200 psi. Report No. 103-23-519 9 CMJ ENGINEERING, INC. 4.9 Trench Backfill Settlement The settlement of the backfill soils should be anticipated. It is anticipated that properly compacted on -site clay fill soils will settle between about 1 and 2 percent of the fill thickness. For example, 10 feet of fill would be expected to settle on the order of 1.2 to 2.4 inches. The trench backfill could be over -built in order to reduce the potential for a surface depression along the trench centerline. We recommend the backfill be crowned. The centerline of the excavation should be over -built by one foot and sloped down to match grade at the edge of the excavation. 4.10 Provisions to Reduce Backfill Settlement Field testing will be a critical element in controlling the compaction of the backfill to limit settlement. All trench backfilling in these critical areas shall include full-time observation of soil compaction by an experienced geotechnician under the supervision of the geotechnical engineer. The contractor should provide protection for the testing/inspection personnel while working in the trenches and shall move the protective shield/shoring such that areas to be tested are readily accessible. The compacted moisture/density of all backfill soils should be tested at a rate of one test per 100 linear feet of trench, for each lift of fill placed, during compaction. Digging through existing lifts of backfill to access and test underlying lifts should not be allowed. In addition, to limit settlement where crushed stone materials are used as pipe bedding materials, a suitable geotextile may be placed atop the crushed stone embedment to limit the intrusion of fines into the crushed stone material. 5.0 GENERAL EARTHWORK 5.1 Site Preparation & Field Testing The subgrade should be firm and able to support the construction equipment without displacement. Soft or yielding subgrade should be corrected and made stable before construction proceeds. The subgrade should be proof rolled to detect soft spots, which if exist, should be excavated to provide a firm and otherwise suitable subgrade. Proof rolling should be performed using a heavy pneumatic tired roller, loaded dump truck, or similar piece of equipment. The proof rolling operations should be observed by the project geotechnical engineer or his/her representative. Prior to fill placement, the subgrade should be scarified to a minimum depth of 6 inches, its moisture content adjusted, and recompacted to the moisture and density recommended for fill. Report No. 103-23-519 10 CMJ ENGINEERING, INC. Fill materials should be uniform with respect to material type and moisture content. Clods and chunks of material should be broken down and the fill material mixed by disking, blading, or plowing, as necessary, so that a material of uniform moisture and density is obtained for each lift. Water required for sprinkling to bring the fill material to the proper moisture content should be applied evenly through each layer. 5.2 Placement and Compaction Fill material should be placed in loose lifts not exceeding 8 inches in uncompacted thickness. The uncompacted lift thickness should be reduced to 4 inches for structure backfill zones requiring hand - operated power compactors or small self-propelled compactors. The fill material should be uniform with respect to material type and moisture content. Clods and chunks of material should be broken down and the fill material mixed by disking, blading, or plowing, as necessary, so that a material of uniform moisture and density is obtained for each lift. Water required for sprinkling to bring the fill material to the proper moisture content should be applied evenly through each layer. General fill material should be compacted to a density ranging from 95 to 100 percent of maximum dry density as determined by ASTM D698, Standard Proctor. Crushed stone should be compacted via three passes of a vibratory roller over a 6-inch lift. In conjunction with the compacting operation, the fill material should be brought to the proper moisture content. The moisture content for general earth fill should range from 2 percentage points below optimum to 5 percentage points above optimum (-2 to +5). These ranges of moisture contents are given as maximum recommended ranges. For some soils and under some conditions, the contractor may have to maintain a more narrow range of moisture content (within the recommended range) in order to consistently achieve the recommended density. Field density tests should be taken as each lift of fill material is placed. As a guide, one field density test per lift for each 5,000 square feet of compacted area is recommended. For small areas or critical areas, the frequency of testing may need to be increased to one test per 2,500 square feet. A minimum of 2 tests per lift should be required. The earthwork operations should be observed and tested on a continuing basis by an experienced geotechnician working in conjunction with the project geotechnical engineer. Report No. 103-23-519 IE CMJ ENGINEERING, INC. 5.3 Excavation The side slopes of excavations through the overburden soils should be made in such a manner to provide for their stability during construction. Existing structures, pipelines or other facilities, which are constructed prior to or during the currently proposed construction and which require excavation, should be protected from loss of end bearing or lateral support. Temporary construction slopes and/or permanent embankment slopes should be protected from surface runoff water. Site grading should be designed to allow drainage at planned areas where erosion protection is provided, instead of allowing surface water to flow down unprotected slopes. Trench safety recommendations are beyond the scope of this report. The contractor must comply with all applicable safety regulations concerning trench safety and excavations including, but not limited to, OSHA regulations. 5.4 Acceptance of Imported Fill Any soil imported from off -site sources should be tested for compliance with the recommendations for the particular application and approved by the project geotechnical engineer prior to the materials being used. The owner should also require the contractor to obtain a written, notarized certification from the landowner of each proposed off -site soil borrow source stating that to the best of the landowner's knowledge and belief there has never been contamination of the borrow source site with hazardous or toxic materials. The certification should be furnished to the owner prior to proceeding to furnish soils to the site. Soil materials derived from the excavation of underground petroleum storage tanks should not be used as fill on this project. 5.5 Soil Corrosion Potential Various analytical laboratory tests were performed on selected soil samples. These tests include chloride, sulfates, and pH. The tests indicate that the subsurface clayey soils are mildly corrosive to buried concrete. The results of these tests are attached on Plate A.24. Standard construction practices for protecting buried pipes and similar facilities in contact with these soils should be used. 5.6 Erosion and Sediment Control All disturbed areas should be protected from erosion and sedimentation during construction, and all permanent slopes and other areas subject to erosion or sedimentation should be provided with Report No. 103-23-519 CMJ ENGINEERING, INC. 12 permanent erosion and sediment control facilities. All applicable ordinances and codes regarding erosion and sediment control should be followed. 6.0 CONSTRUCTION OBSERVATIONS In any geotechnical investigation, the design recommendations are based on a limited amount of information about the subsurface conditions. In the analysis, the geotechnical engineer must assume the subsurface conditions are similar to the conditions encountered in the borings. However, quite often during construction anomalies in the subsurface conditions are revealed. Therefore, it is recommended that CMJ Engineering, Inc. be retained to observe earthwork and foundation installation and perform materials evaluation during the construction phase of the project. This enables the geotechnical engineer to stay abreast of the project and to be readily available to evaluate unanticipated conditions, to conduct additional tests if required and, when necessary, to recommend alternative solutions to unanticipated conditions. Until these construction phase services are performed by the project geotechnical engineer, the recommendations contained in this report on such items as final foundation bearing elevations, proper soil moisture condition, and other such subsurface related recommendations should be considered as preliminary. It is proposed that construction phase observation and materials testing commence by the project geotechnical engineer at the outset of the project. Experience has shown that the most suitable method for procuring these services is for the owner or the owner's design engineers to contract directly with the project geotechnical engineer. This results in a clear, direct line of communication between the owner and the owner's design engineers and the geotechnical engineer. 7.0 REPORT CLOSURE The boring logs shown in this report contain information related to the types of soil encountered at specific locations and times and show lines delineating the interface between these materials. The logs also contain our field representative's interpretation of conditions that are believed to exist in those depth intervals between the actual samples taken. Therefore, these boring logs contain both factual and interpretive information. Laboratory soil classification tests were also performed on samples from selected depths in the borings. The results of these tests, along with visual -manual procedures were used to generally classify each stratum. Therefore, it should be understood that the classification data on the logs of borings represent visual estimates of classifications for those Report No. 103-23-519 CMJ ENGINEERING, INC. 13 portions of each stratum on which the full range of laboratory soil classification tests were not performed. It is not implied that these logs are representative of subsurface conditions at other locations and times. With regard to groundwater conditions, this report presents data on groundwater levels as they were observed during the course of the field work. In particular, water level readings have been made in the borings at the times and under conditions stated in the text of the report and on the boring logs. It should be noted that fluctuations in the level of the groundwater table can occur with passage of time due to variations in rainfall, temperature, and other factors. Also, this report does not include quantitative information on rates of flow of groundwater into excavations, on pumping capacities necessary to dewater the excavations, or on methods of dewatering excavations. Unanticipated soil conditions at a construction site are commonly encountered and cannot be fully predicted by mere soil samples, test borings or test pits. Such unexpected conditions frequently require that additional expenditures be made by the owner to attain a properly designed and constructed project. Therefore, provision for some contingency fund is recommended to accommodate such potential extra cost. The analyses, conclusions and recommendations contained in this report are based on site conditions as they existed at the time of our field investigation and further on the assumption that the exploratory borings are representative of the subsurface conditions throughout the site; that is, the subsurface conditions everywhere are not significantly different from those disclosed by the borings at the time they were completed. If, during construction, different subsurface conditions from those encountered in our borings are observed, or appear to be present in excavations, we must be advised promptly so that we can review these conditions and reconsider our recommendations where necessary. If there is a substantial lapse of time between submission of this report and the start of the work at the site, if conditions have changed due either to natural causes or to construction operations at or adjacent to the site, or if structure locations, structural loads or finish grades are changed, we urge that we be promptly informed and retained to review our report to determine the applicability of the conclusions and recommendations, considering the changed conditions and/or time lapse. Further, it is urged that CMJ Engineering, Inc. be retained to review those portions of the plans and specifications for this particular project that pertain to earthwork and foundations as a means to determine whether the plans and specifications are consistent with the recommendations contained Report No. 103-23-519 CMJ ENGINEERING, INC. 14 in this report. In addition, we are available to observe construction, particularly the compaction of structural fill, or backfill and the construction of foundations as recommended in the report, and such other field observations as might be necessary. The scope of our services did not include any environmental assessment or investigation for the presence or absence of wetlands or hazardous or toxic materials in the soil, surface water, groundwater or air, on or below or around the site. This report has been prepared for use in developing an overall design concept. Paragraphs, statements, test results, boring logs, diagrams, etc. should not be taken out of context, nor utilized without a knowledge and awareness of their intent within the overall concept of this report. The reproduction of this report, or any part thereof, supplied to persons other than the owner, should indicate that this study was made for design purposes only and that verification of the subsurface conditions for purposes of determining difficulty of excavation, trafficability, etc. are responsibilities of the contractor. This report has been prepared for the exclusive use of Kimley-Horn and Associates, Inc. for specific application to design of this project. The only warranty made by us in connection with the services provided is that we have used that degree of care and skill ordinarily exercised under similar conditions by reputable members of our profession practicing in the same or similar locality. No other warranty, expressed or implied, is made or intended. Report No. 103-23-519 15 CMJ ENGINEERING, INC. Aiz A$rt, All- 401 Ole •.- *�. k 7I1"- . e , W « 1U yt 1 _ - Z'�/ • Fµ r - m l or f.w,. i� • 1 i , r ' >1IL 1 z 0 200 411 FEET t LEGEND. Boring Location APPROXIMATE PLAN OF BORINGS Water and Sanitary Sewer Improvements M`.■■/My''; eer' n a' Camp Bowie 0 Fort Worth, Texas CMJ Project No. 103-23-519 Date: 05/06/24 \Users\CherylDriscoll\OneDrive — TLP Solutions\drawings\CMJ\103-23-519.dwg Layout: boring (2) Current Layer: 0 O c m m ` ale/d p c) m m - m ti o _ . �.��. o N 7- � s m 4 MFR I�W t... O o -0 3p7� T _ (D CD X ., 70 WM� o0 Z (D ,l = •� �; 9 a ate' 3ARI4 3N3211 0 Is OQ s O ' Q co 1 ! O Ox A--�� \li 'I Nn m U) a m uNi :4 - o m m Major Divisions Gym. Typical Names Laboratory Classification Criteria 2 _Z�' Well -graded gravels, gravel- �, D D z � c GW sand mixtures, little or no N C.= -6-- greater than 4: Cr= -----3— ----- between 1 and 3 D Co o fines o D10 D10 X Dso C: 0) 0- U V .o oi U) U) .N co a Poorly graded gravels, gravel � � � T N `� a v - GP sand mixtures, little or no cn U) U) Not meeting all gradation requirements for GW > Lo > a) U) fines �' co Uco C� C co a a o o z o Silty gravels, gravel -sand -silt N �? : Liquid and Plastic limits "A" Liquid and plastic limits N m c f6 `� E GM mixtures L a) Z below line or P.I. plotting in hatched zone o z w (n .N a greater than 4 between 4 and 7 are c _� - CU T .CU Z a) v o m N o .U5 U) Liquid and Plastic limits q borderline cases �' > o Clayey gravels, gravel -sand- N " "A" requiring use of dual -0 a, o g 2 a a GC clay mixtures c CU Z a� c •� above line with P.I. symbols c Q " r : greater than 7 co U) Ew m — Well -graded sands, gravelly O O m (D3- o c GW sands, little or no fines Ca (n C =D60_ greater than 6: Cr= D10 --- — -- between 1 and 3 D10 x Dso L) c 0) 0 A c U C aoi Poorly graded sands; C 2 CU v SP gravelly sands, little or no � (n a c°', Not meeting all gradation requirements for SW N fines CU Loa U i CCU C ` U) .� O iZ N N C6 ° o a, o Lr) I m Liquid and Plastic limits 0 o z 0)c °' SM Silty sands, sand -silt 0 a c,4 below "A" line or P.I. less Liquid and plastic limits m � - Co mixtures 3 0 a o o o than 4 plotting between 4 and 7 w a) c 0 o° J are borderline cases �, -0 •v Cu �' Liquid and Plastic limits requiring use of dual 0 a� SC Clayey sands, sand -clay E •a) c E above "A" line with P.I. symbols y a Q mixtures a) a N a, m greater than 7 U Inorganic silts and very fine sands, rock flour, silty or LO ML clayey fine sands, or clayey U) M silts with slight plasticity > L Inorganic clays of low to sc (n _0 a) CL medium plasticity, gravelly o CU .- clays, sandy clays, silty 5c N = clays, and lean clays o F Z s CH OL Organic silts and organic silty ac �, -- clays of low plasticity X o m U) F T 30 o Inorganic silts, micaceous or :N FL c MH diatomaceous fine sandy or i OH d MH •= m silty soils, elastic silts .P ar c a) m 20 U_ � CL o CH Inorganic clays of high 70- CU a' plasticity, fat clays 1c 4 CL-ML ML a id OL / a Organic clays of medium to o 7 OH high plasticity, organic silts o 10 20 30 ao so so 70 so so 100 CU ._T Peat and other highly organic - o Pt soils Liquid Limit Plasticity Chart UNIFIED SOIL CLASSIFICATION SYSTEM PLATE A.2 �161 two] z4aeld_"Y2*1 0 o GRAVEL LEAN CLAY LIMESTONE 0 0 • • SAND • ••• SANDY — SHALE •••• • -- SILT SILTY — SANDSTONE HIGHLY PLASTIC CLAY / CLAYEY CONGLOMERATE Shelby Auger Split Rock Cone No Tube Spoon Core Pen Recovery TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL Fine Grained Soils (More than 50% Passing No. 200 Sieve) Descriptive Item Penetrometer Reading, (tsf Soft 0.0 to 1.0 Firm 1.0 to 1.5 Stiff 1.5 to 3.0 Very Stiff 3.0 to 4.5 Hard 4.5+ Coarse Grained Soils (More than 50% Retained on No. 200 Sieve) Penetration Resistance Descriptive Item Relative Density (blows/foot) 0 to 4 Very Loose 0 to 20% 4 to 10 Loose 20 to 40% 10 to 30 Medium Dense 40 to 70% 30 to 50 Dense 70 to 90% Over 50 Very Dense 90 to 100% Soil Structure Calcareous Contains appreciable deposits of calcium carbonate; generally nodular Slickensided Having inclined planes of weakness that are slick and glossy in appearance Laminated Composed of thin layers of varying color or texture Fissured Containing cracks, sometimes filled with fine sand or silt Interbedded Composed of alternate layers of different soil types, usually in approximately equal proportions TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK Hardness and Degree of Cementation Very Soft or Plastic Can be remolded in hand; corresponds in consistency up to very stiff in soils Soft Can be scratched with fingernail Moderately Hard Can be scratched easily with knife; cannot be scratched with fingernail Hard Difficult to scratch with knife Very Hard Cannot be scratched with knife Poorly Cemented or Friable Easily crumbled Cemented Bound together by chemically precipitated material; Quartz, calcite, dolomite, siderite, and iron oxide are common cementing materials. Degree of Weathering Unweathered Rock in its natural state before being exposed to atmospheric agents Slightly Weathered Noted predominantly by color change with no disintegrated zones Weathered Complete color change with zones of slightly decomposed rock Extremely Weathered Complete color change with consistency, texture, and general appearance approaching soil KEY TO CLASSIFICATION AND SYMBOLS PLATE A.3 Project No. Boring No. 103-23-519 B-2 Location See Plate A.1 Completion Completion Depth 20 0, Date 3-11-24 Surface Elevation Project Water and Sanitary Sewer Improvements CMJ ENGINEERING INC. - Camp Bowie Blvd. - Fort Worth, TX Water Observations Dry during drilling; dry at completion Type CME-55 w/ CFA o _ O� N Z c > LL C W a •N i) Stratum Description 0 0 2 >� _ N o 0 0 �� LL �� _ o �_�_� o goy �Q- OU U W CJ 3 C 0 0 N 1 M.� 7_ 6E N= �o E N N 2-O M C O O uj C E 7 C O O IY IY mILH d(n JJ dJ d S 2U ZJ Z)UIL BRICK, 2.5" thick CONCRETE, 7.5" thick 4.5+ 29 17 12 11 SILTY CLAY, light brown, w/ iron stains, ironstone TF nodules, calcareous nodules, and gravel, hard LIMESTONE, tan, w/ clay seams and layers, hard 100/1.25' to very hard 100/1.75' 100/1.25' ' 00/0.87" LOG OF BORING NO. B-2 PLATE A.4 Project No. Boring No. 103-23-519 B-3 Location See Plate A.1 Completion Completion Depth 20 0, Date 3-11-24 Surface Elevation Project Water and Sanitary Sewer Improvements CMJ ENGINEERING INC. - Camp Bowie Blvd. - Fort Worth, TX Water Observations Dry during drilling; dry at completion Type CME-55 w/ CFA o _ O� N c >LL C W a•N iT Stratum Description Z 0 0 2 > _ N o LL 0). o o OU U W CJ 3 C 0 0 N 1 M.� '7 ._ O'E N= �o E N N 2-0 .N C O O uj C.0 E 7 C O O IY FQa. a.(n JJ a-J 0-S 2U Z)J Z)UIL BRICK, 2.5" thick 7CONCRETE, 5.5" thick SILTY CLAY, brown LIMESTONE, tan, w/ clay seams and layers, very hard ' 00/0.87G' -8" thick clay layer at 6' -14" thick clay layer at 11' LIMESTONE, gray, w/ shale seams, hard 100/0.5" 100/1 " 100/1.75' LOG OF BORING NO. B-3 PLATE A.5 Project No. Boring No. 103-23-519 B-4 Location See Plate A.1 Completion Completion Depth 20 0' Date 3-11-24 Surface Elevation Project Water and Sanitary Sewer Improvements CMJ ENGINEERING INC. - Camp Bowie Blvd. - Fort Worth, TX Water Observations Dry during drilling; dry at completion Type CME-55 w/ CFA o _ N C W Stratum Description 0 0 2 >� _ N o 0 0 �� LL �� _ o �_�_� o goy �Q- OU U W CJ 3 C 0 0 N 1 M.� 7_ O'E N= �o E N N 2-O M C O O uj C E 7 C O O IY IY mILH d(n JJ a-J 0-S 2U ZJ Z)UIL BRICK, 2.5" thick \CONCRETE, 8" thick ` 2.75 46 41 17 24 15 SILTY CLAY, dark brown, w/ iron seams, ironstone 2.0 31 91 2780 nodules, and pebbles, stiff 2.25 89 67 21 46 32 CLAY, dark brown, w/ iron seams, ironstone 2.5 28 nodules, and pebbles, stiff LIMESTONE, tan, w/ clay seams and layers, hard to very hard 100/1 " -fractured above 10' LIMESTONE, gray, hard ' 00/1.125' -w/ shale seams below 18' 100/1.5" ------------------------- LOG OF BORING NO. B-4 PLATE A.6 Project No. Boring No. 103-23-519 B-rJ Location See Plate A.1 Completion Completion Depth 20 0, Date 3-12-24 Surface Elevation LL U) o ai � � d d T U� —5 —10 —15 —20 j Project Water and Sanitary Sewer Improvements CMJ ENGINEERING INC. - Camp Bowie Blvd. - Fort Worth, TX Water Observations Dry during drilling; dry at completion Type CME-55 w/ CFA o _ O� N c >LL C W a•N iT Stratum Description Z 0 0 2 > _ N o LL 0)8 o o OU U W CJ 3 C 0 0 N 1 M. '7 ._ O'E N= �o E N N �-O C O O ul C.0 E 7 C O O (Y IY FQa. a.(n JJ dJ d S 2U Z)J Z)UIL —CONCRETE, 8.5" thick CLAY, dark brown, w/ iron seams, ironstone 2.5 88 57 16 41 24 nodules, and pebbles, stiff to very stiff 2.5 25 103 2980 2.75 25 2.5 24 3.5 24 SILTY CLAY, light brown, w/ ironstone nodules, calcareous nodules, pebbles, and occasional 3.25 20 calcareous seams, stiff to very stiff 2.0 70 29 13 16 15 2.5 13 117 2120 LOG OF BORING NO. B-rJ PLATE A.7 Project No. Boring No. 103-23-519 B-6 Location See Plate A.1 Completion Completion Depth 20 0' Date 3-12-24 Surface Elevation Project Water and Sanitary Sewer Improvements CMJ ENGINEERING INC. - Camp Bowie Blvd. - Fort Worth, TX Water Observations Seepage at 9' and cave-in at 13' during drilling; water at 12' at completion; Type B-47 w/ CFA o _ O� N Z c > LL C W a •N i) Stratum Description 0 0 2 >� _ N o 0 0 �� LL �� _ o �_�_� o goy �Q- OU U W CJ 3 C 0 0 N 1 M.� 7_ O'E N= �o E N N 2-O M C O O uj C E 7 C O O IY IY mILH d(n JJ a-J 0-S 2U ZJ Z)UIL —\ ASPHALT, 2" thick CONCRETE, 8" thick 4.5+ 35 26 13 13 10 SANDY CLAY. light reddish brown, light brown, and 3.25 19 brown, w/ iron stains, ironstone nodules, pebbles, 2.0 16 112 2380 gravel, and occasional calcareous seams, stiff to hard 3.5 10 GRAVEL, tan, w/ sand and silt seams SHALY CLAY, light brown, w/ iron stains, ironstone nodules, calcareous nodules, and pebbles -borehole cave-in at 13' during drilling SHALE, gray, w/ limestone layers 32 12 66 43 16 27 19 LOG OF BORING NO. B-6 PLATE A.8 Project No. Boring No. 103-23-519 B-7 Location See Plate A.1 Completion Completion Depth 20 0, Date 3-12-24 Surface Elevation Project Water and Sanitary Sewer Improvements CMJ ENGINEERING INC. - Camp Bowie Blvd. - Fort Worth, TX Water Observations Dry during drilling; dry at completion Type B-47 w/ CFA o _ O� N Z c > LL C W a •N i) Stratum Description �� 0 0 2 >� _ N o 0 0 �� LL _ o �_�_� o �oY �Q- OU U W C1 3 C 0 0 N 1 M.� 7_ O'E N= �o E N N 2-O M C O O uj C E 7 C O O IY IY mILH d(n JJ a-J 0-S 2U ZJ Z)UIL -\ ASPHALT, 3" thick \\GRAVEL BASE, 5" thick 3.5 82 53 19 34 22 \C:ONCRETE, 2" thick 4.0 20 106 4260 CLAY, light brown, brown, and gray, w/ iron stains, 3.0 21 ironstone nodules, calcareous nodules, and ` 3.5 88 54 17 37 20 pebbles, very stiff p SHALY CLAY, light brown and gray, w/ iron seams, ironstone nodules, calcareous nodules, and pebbles, very stiff 3.75 21 108 5130 3.25 22 SHALE, gray, w/ limestone layers, moderately hard 3.75 100/2.25' 18 LOG OF BORING NO. B-7 PLATE A.9 Project No. Boring No. 103-23-519 B-8 Location See Plate A.1 Completion Completion Depth 20 0, Date 3-12-24 Surface Elevation Project Water and Sanitary Sewer Improvements CMJ ENGINEERING INC. - Camp Bowie Blvd. - Fort Worth, TX Water Observations Dry during drilling; dry at completion Type B-47 w/ CFA o _ O� N Z c > LL C W a •N i) Stratum Description �� 0 0 2 >� _ N o 0 0 �� LL _ o �_�_� o goy �Q- OU U W CJ 3 C O O V1 N 1 M 7_ O' E N= �o E N N 2-0 M C O O uj C E 7 C O O IY IY mILH .� d(n JJ dJ d S 2U ZJ Z)UIL ASPHALT, 4" thick GRAVEL BASE, 5" thick ` 2.75 83 52 17 35 19 SILTY SHALY CLAY, light brown and brown, w/ iron 4.0 14 seams, ironstone nodules, calcareous nodules, 2.0 20 calcareous seams, pebbles, and occasional limestone seams, stiff to very stiff 2.25 21 106 3040 3.0 97 69 21 48 25 3.5 23 LIIV�ESTONE, tan, w/ clay seams and occasional clay ayers LOG OF BORING NO. B-8 PLATE A.10 Project No. Boring No. 103-23-519 B-9 Location See Plate A.1 Completion Completion Depth 20 0, Date 3-12-24 Surface Elevation Project Water and Sanitary Sewer Improvements Camp Bowie Blvd. - Fort Worth, TX Water Observations Dry during drilling; dry at completion Type B-47 w/ CFA Stratum Description -7ASPHALT, 3.5" thick SAND AND GRAVEL BASE. 4" thick SILTY SHALY CLAY, light brown, w/ iron seams, ironstone nodules, calcareous seams, calcareous nodules, and pebbles, stiff to very stiff SILTY CLAY, light brown, w/ ironstone nodules, calcareous nodules, calcareous seams, limestone seams, and pebbles, hard SHALY CLAY, tan and gray CMJ ENGINEERING INC. - o N _ C LL O 8-1 > LL �.2 � .-a Z ... a) U� LE U E w. o c Lu (Y C1 IY O U� mILH N.� d(n o-E JJ �o dJ 2-O a. S O 2U C.0 Z)J C O O Z)UIL 3.75 71 45 17 28 17 3.0 21 2.5 19 109 2510 2.75 17 4.5+ 81 35 16 19 14 4.5+ 18 110 5750 LOG OF BORING NO. B-9 PLATE A.11 Project No. Boring No. 103-23-519 B-10 Location See Plate A.1 Completion Completion Depth 20 0, Date 3-12-24 Surface Elevation i —10 —15 —20 Project Water and Sanitary Sewer Improvements Camp Bowie Blvd. - Fort Worth, TX Water Observations Dry during drilling; dry at completion Type B-47 w/ CFA Stratum Description CONCRETE, 5.75" thick SAND BASE, 3" thick CLAY, dark brown, brown, and light brown, w/ iron seams, ironstone nodules, calcareous nodules, and pebbles, stiff to very stiff SILTY CLAY, light brown, w/ iron seams, ironstone nodules, calcareous nodules, limestone fragments, and pebbles, stiff to hard SHALY CLAY, light brown and gray SILTY CLAY, tan and gray, w/ occasional limestone layers CMJ ENGINEERING INC. - o N _ E L.L O O o > LL 'y c' Z ... N U) U N E -O y. o E Lu C1 IY IY 0 0Uj m d H 6-(n J J d J d S O O 2 U E Z J C O O Z) U IL 4.25 84 52 19 33 24 4.0 20 107 5730 3.75 18 2.5 85 19 4.5+ 70 28 15 13 16 4.0 15 45 18 27 17 LOG OF BORING NO. B-10 PLATE A.12 Project No. Boring No. 103-23-519 B-11 Location See Plate A.1 Completion Completion Depth 20 0, Date 3-12-24 Surface Elevation Project Water and Sanitary Sewer Improvements Camp Bowie Blvd. - Fort Worth, TX Water Observations Dry during drilling; dry at completion Type B-53 w/ CFA o ' � d Stratum Description ASPHALT, 3.5" thick CLAY, dark brown and brown, w/ iron seams, ironstone nodules, asphalt fragments, gravel, and pebbles, hard (FILL) LIIV�ESTONE, tan, w/ clay seams and occasional clay ayers, hard -12" thick silty clay layer at 9' -occurs fractured above 10' LIMESTONE, gray, hard to very hard CMJ ENGINEERING INC. - o N _ C LL 8_1... > .-a Z �� o > a)U� TN U 3 N 1 7_ _o N= E _ N N . C ! ul OU E 7 Lu (Y C1 IY O U� mdH N.� d(n o-E JJ �o dJ 2-O a. S O 2U C� Z)J C O O Z)UIL 4.5+ 61 57 21 36 20 4.5+ 62 18 3.0 45 16 29 15 117 8520 100/1.75' 100/1 " LOG OF BORING NO. B-11 PLATE A.13 Project No. Boring No. 103-23-519 B-12 Location See Plate A.1 Completion Completion Depth 20 0, Date 3-12-24 Surface Elevation Project Water and Sanitary Sewer Improvements Camp Bowie Blvd. - Fort Worth, TX Water Observations Dry during drilling; dry at completion Type B-53 w/ CFA o ' � d Stratum Description 5 CMJ ENGINEERING INC. - o _ N C L.L o .2 � .-a Z 8-1 LL � ... > a) N� 8-1 8-1n� c g _ _ w a pU � a-0 U 0 3�LL N> '�} �m c N UE� w C1 a mU? M.� 6E co E - o o ca c o 0 (Y IY m d H d U) J J d J a. S 2 U Z) J Z) U IL --:::: ASPHALT, 2" thick xr�- SAND AND GRAVEL BASE. 5" thick 4.5+ 77 39 19 20 18 SILTY CLAY, brown, w/ iron seams, ironstone 3.0 16 95 2370 nodules, calcareous nodules, and pebbles, very to hard ` 2.25 18 stiff (FILL) 4.5+ 29 16 13 17 113 4130 SILTY CLAY, fight brown, w/ iron seams, ironstone nodules, calcareous nodules, and pebbles, stiff to hard UrESTOI*E, tan, weathered, w/ clay seams and Mayers, soft to moderately hard LIMESTONE, tan, w/ clay seams and occasional clay layers, moderately hard 100/6.75' 100/2.75' SHALY CLAY, light brown, w/ iron seams, ironstone nodules, calcareous nodules, pebbles, and occasional limestone seams, blocky, hard 4.5+ ------------------------- 16 114 7440 LOG OF BORING NO. B-12 PLATE A.14 W Z LL. I— Z W U LU W ,I X OI Eel Particle Size Distribution Report 0 0 0 � � � 0 � N to M N 4k ik �k �k it ik 100 I I I I I 7 fi—� � I � � I I I 90 — I I I I I I I I I I I so —— I I I I I I I I I I I I I I I J I I I I I I I I I I I I 7o--- I I I I I I I I I I I I I I b0 I I I I I I I I I I I I I I 50 I_4 I I I I I I I I I J ) I J I J J I I I I I I I I I I I I I I I I I I 40r I 1 I l l I l l I J I I) I I J I I I I I I ---- 30 I 1 I l l I I I I I I I I I I I I I I I I I 20-- I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 10 I I I I I I I I I I I I I I I I o-- I I I I I I 10) 1c 0.' 0.)1 0.00' GRAIN SIZE - mm. % Gravel % Sand % Fines +3„ Coarse Fine Coarse Medium Fine Silt Clay 0.0 0.0 0.2 0.3 1.2 8.8 40.9 48.6 LL PL D85 D60 D50 D30 D15 67 21 0.0538 0.0070 0.0025 MATERIAL DESCRIPTION Project No. 103-23-519 Client: Kimley-Horn & Associates Project: Water & Sanitary Sewer Improv.-Camp Bowie Blvd.-FW, TX o Depth: 3-4 Sample Number: B-4 CMJ ENGINEERING, INC. D10 Cc Cu TEST DATE USCS NM CH Remarks: Plate A.15 Fort Worth, Texas W Z LL H Z W U ry Lu a. IN X 0 X Particle Size Distribution Report C C O O O (O M N w T M # # # # # # # 100 I I I I 1^r•�`Li i i i I I I I I I I I I I I I I I 90 i i i i i i f i —1 �• I I( I 80 I I I I I I I I I I I I� I 70--- I I I I I I I I I I I I I I I I I I I I I I I I I I I I 60 I I I I I I I I I I I I I I I I I I I I I I I I I I I I 50 —I 1 1 1 1 I I I I I I I I I I I I I I I J I I I I I I I I I I I I 40 I 1 I I I I I I I I I I I I I J I I I I I I I I I I I I 30 I I I I I I I I I I I I I I I I I I I I I I I I I I I I 20 I I I l l 1 1 I I I I I I I I I I I I I I I I I I I I I 10 I I I I I I I I I I I I I I I I I I I I I I I I I I I ° -- 10i1---1— 1�----i i o. GRAIN SIZE - mm. % Gravel % Sand +3" Coarse Fine Coarse Medium Fine 0.0 0.0 ++ 3.6 4.2 4.4 17.4 LL PL D85 D60 D50 D30 D15 29 13 0.2526 0.0221 0.0092 0.0024 MATERIAL DESCRIPTION Project No. 103-23-519 Client: Kimley-Horn & Associates Project: Water & Sanitary Sewer Improv.-Camp Bowie Blvd.-FW, TX o Depth: 14-15 Sample Number: B-5 CMJ ENGINEERING, INC. % Fines Silt Clay 41.8 28.6 D10 Cc Cu TEST DATE USCS NM CL Remarks: Plate A.16 Fort Worth. Texas w Z Z w U w n m X 0 Col Particle Size Distribution Report C C C C C C O N O O to c0 "� N r r M 7k # Yk xk # St ik 100 I 1 1 1 `rr I I I I I I I I I \I I I I 90 I I I I I I I I I I I I I I 80 I I I I I I I I I I I I I I I I I I I I I I I I I I I I 70 I I I I I 60 I I I I I I I I I I I I I I I 50 I I I I I I I I I I I I I I 40 I 1 I l l I l I I I I I I I J J I J I I I I I I 30 20 10 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I o 10) 1( 0.' 0. )� O.GO' GRAIN SIZE - mm +3" % Gravel % Sand % Fines Coarse Fine Coarse Medium Fine Silt Clay 0.0 0.0 11.2 12.0 15.6 29.0 18.6 13.6 LL PL D85 D60 D50 D30 D15 D10 Cc Cu 3.7941 0.3977 0.2478 0.0542 0.0027 MATERIAL DESCRIPTION TEST DATE USCS NM Project No. 103-23-519 Client: Kimley-Horn & Associates Project: Water & Sanitary Sewer Improv.-Camp Bowie Blvd.-FW, TX o Depth: 7-8 Sample Number: B-6 CMJ ENGINEERING, INC. Remarks: Plate A.17 Fort Worth, Texas Particle Size Distribution Report o00 C C (0 M N 100r ter` so I I I I I I I I I I I I I I \ 80 i I I I I I I I I I I I I I I I 70 w 60 I l l l I z I I I \ LL I I I z 50 I I I I w I I I \ aU 4o I I I I I \b I I I I I I I I I I I I I I I I I I I I I I I I I I I I 3o I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 20 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 10 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 0 0 0.1 o. )i 0.00, GRAIN SIZE - mm. % Gravel % Sand % Fines % +3 Coarse Fine Coarse Medium Fine Silt Clay 0 0.0 0.0 0.6 3.0 2.7 5.4 43.0 45.3 1 X LL PL D85 D60 D50 D30 D15 D10 Cc Cu 0 54 17 0.0542 0.0061 0.0028 MATERIAL DESCRIPTION TEST DATE USCS NM 0 CH Project No. 103-23-519 Client: Kimley-Horn & Associates Remarks: Project: Water & Sanitary Sewer Improv.-Camp Bowie Blvd.-FW, TX o Depth: 4-5 Sample Number: B-7 CMJ ENGINEERING, INC. Plate A.18 Fort Worth, Texas W w z z LLI U W W a_ 8 0 Particle Size Distribution Report C C 100 I I I I I I I I I I I I I I I I 90 I I I I I I I I I I I I I I I I 80 I I I I I I I I I I I I I I I I 70 I I I l l l I I I I I I I I I I I I I I I I 60 I I I I I I I I I I I I I I I I 50 I I I I I I I I I J J I I I I I 40 1 4 I 1 1 1 7 I l I I I I I I I I I 30 I I I I I I I I I I I I I I I I I 20 1 — I I I I l l I I I I I I I I I I I 10-1— I I I I I I I I I I I I I I I I 100 1c GRAIN SIZE - mm % Gravel % Sand % Fines % +3 Coarse Fine Coarse Medium Fine Silt Clay 0.0 0.0 0.2 0.9 1.1 1.2 44.0 52.6 LL PL D85 D60 D50 D30 D15 D10 Cc Cu 69 21 0.0290 0.0055 0.0016 MATERIAL DESCRIPTION TEST DATE USCS NM CH Project No. 103-23-519 Client: Kimley-Horn & Associates Project: Water & Sanitary Sewer Improv.-Camp Bowie Blvd.-FW, TX o Depth: 7-8 Sample Number: B-8 CMJ ENGINEERING, INC. Remarks: Fort Worth, Texas Plate A.19 100 I I I I I 90 I I I I 80 I I I I 70 I W 60 z LL Z 50 W U L 40 0- 30 20 10 0 % +3" 0 0.0 X LL 0 35 0 Particle Size Distribution Report Cq I I I I I I I I I I I I I I I I I I I I I �•.� I I I I I I I I I I I I \ I I I I I I I I I I I i t I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I A I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I l I I I I I I I I I I I I ! I I I I I �— I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 11'`I I I I I � I I I I I I I 1 W 40 0.' 0.04 0.00, GRAIN SIZE - mm. % Gravel % Sand % Fines Coarse Fine Coarse Medium Fine Silt Clay 0.0 1.8 4.7 6.3 6.1 56.0 25.1 PL D85 D60 D50 D30 16 0.2245 0.0135 0.0083 0.0043 MATERIAL DESCRIPTION Project No. 103-23-519 Client: Kimley-Horn & Associates Project: Water & Sanitary Sewer Improv.-Camp Bowie Blvd.-FW, TX o Depth: 7-8 Sample Number: B-9 CMJ ENGINEERING, INC. Fort Worth. Texas D15 D10 Cc Cu TEST DATE USCS NM CL Remarks: Plate A.20 X 0 7 Particle Size Distribution Report (o M N r ! Mk ik 3k ik ik ik 3k ik 100 90 I I I I I I I I I I I I i `►� 80 i I I -t--firtt— I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 70 - I I I I I I I I I I I I I I I I I I I I I I I I I I I I 60- I I I I I I I I I I I I I I I I I I I I I I I I I I I I 50i �+ —I—�— I I I I I I I I I I I I I I I J I I I I I I I I I I I I 40T I I I I I I I I I I I I I I I 1 I I I I I J I I I I I I 30 4 l i 4 1 1 4-4 1 I I I l l I I 1 I I I I I I I I I I J I I I I I I I I I 20-- I I l l I I I I I I I I I I I I I I I I I I I I I I 10-I-1—I_�— I I I I I I I I I I I I I I I I I I I I I I I I I I 10) 1C 0.' 0. )1 0.(A' GRAIN SIZE - mm. +3" % Gravel % Sand % Fines Coarse Fine Coarse Medium Fine Silt Clay 0.0 0.0 2.2 2.1 3.4 7.7 50.7 33.9 I LL PL D85 D60 D50 D30 D15 D10 Cc Cu 0.0788 0.0078 0.0055 0.0016 MATERIAL DESCRIPTION TEST DATE USCS NM Project No. 103-23-519 Client: Kimley-Horn & Associates Project: Water & Sanitary Sewer Improv.-Camp Bowie Blvd.-FW, TX o Depth: 4-5 Sample Number: B-10 CMJ ENGINEERING, INC. Remarks: Plate A.21 Fort Worth, Texas Particle Size Distribution Report C C C C C C .0 .0 � O O O O O O O O V O O 100 I I I I I 1 I I I I I I I I I I I I I Imo. I I I I I I I I I I I I I I I I I I I I I 80---r- I w 60---�tl—�f----�— t--- Z I I I I I I I I I I I I I I I I I I J I I I I I I I I I z 50 LU I I I I I I I I I I I a' I I I I I I I I I I I LU 40 --- — ---� i—i �; ---�— I I I I I I I i--- I I — —��- I I I I --- I I J I l l I I 30-;--- I I I I I I I I 1 l I 1 I I I I I INO 20 / -� ���I----�-- 1------------------- ---- I 1 I I I I I I I I I I I I I I I I I I I I I I I I I I 10 — ! -�---�-�1--1_1----�----------I--�- ------------- ---- I I I I I I I I I I I I I I I I I I I I I I I I I I I I o L---LPL-1-1----L-- 1---1-�--1----- ----- -- 10) 1( 0.' 0. )1 0.(0' GRAIN SIZE - mm. %+3„ % Gravel % Sand % Fines Coarse Fine oarse Medium Fine Silt Clay 0 0.0 0.0 9.8 8.5 8.7 10.5 33.4 29.1 LL PL D85 D60 D50 D30 D15 D10 Cc Cu 0I 2.7404 0.0637 0.0374 0.0022 MATERIAL DESCRIPTION TEST DATE USCS NM O Project No. 103-23-519 Client: Kimley-Horn & Associates Remarks: Project: Water & Sanitary Sewer Improv.-Camp Bowie Blvd.-FW, TX o Depth: 2-3 Sample Number: B-11 CMJ ENGINEERING, INC. Plate A.22 Fort Worth, Texas ANALYTICAL TEST RESULTS Project: Water and Sanitary Sewer Improvements Camp Bowie Boulevard — Fort Worth, Texas Project No.: 103-23-519 Boring No. Depth (ft.) pH Chloride (brig) Che Soluble Sulfate (mg/kg) B-4 4-5 8.1 11.7 70.6 B-5 9-10 8.4 8.4 11.3 B-7 9-10 8.4 8.9 16.9 CMJ ENGINEERING, INC. PLATE A.23 GC-6.06.D Minority and Women Owned Business Enterprise Compliance CITY OF FORT WORTH WATER REPLACEMENTS ON CAMP BOWIE (US ROUTE 377 TO IRENE ST) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105062-3 Revised July 1, 2011 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH WATER REPLACEMENTS ON CAMP BOWIE (US ROUTE 377 TO IRENE ST) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105062-3 Revised July 1, 2011 FORTWORTH. City of Fort Worth Business Equity Division INSTRUCTIONS TO BIDDERS ABOUT THE BUWRESS EQUITY G Bid number: Business Equity Goal: 12.89 % It is the policy of the City of Fort Worth to ensure the full and equitable utilization of Business Equity Firms when appropriate, in the procurement of all goods and services. When a Business Equity Goal is established for a bid, it means that the City of Fort Worth believes that there are Business Equity Firms available that can provide goods or services requested by the bid. The Business Equity Goal for Bid number is 12.89 %. This means that the City believes that there are available Business Equity Firms that can provide goods or services required by this bid and therefore, 12.89% of the Bidder's awarded amount must be spent with a Business Equity Firm. All requirements and regulations stated in the City's current Business Equity Ordinance #25165-10-2021 apply to this bid. Definitions are at the end of this document. Because a Business Equity Goal has been established for this bid, in order for your bid to be considered, a Bidder must satisfv one (1) of the conditions below. A. Commit to Meet or Exceed the Business Equity Goal Hire Business Equity Firm(s) to provide goods or services and spend at least the goal amount with the Business Equity Firm(s). Step 1: Obtain a listing of Business Equity Firms by completing the "Request for Listing of Certified Firms Form" located at the City of Fort Worth's Business Equity Division website. Step 2: Request bids from Business Equity Firms to provide goods or services at least 10 calendar days before bid opening. Step 3: Submit the following two (2) forms: a. Utilization Plan b. Letter(s) of Intent B. Prove a Good Faith Effort Show attempt to hire Business Equity Firms to meet or exceed the goal, but was unsuccessful. This can occur in two (2) ways: 1) Bidder proposes a smaller Goal Step 1: Obtain a listing of Business Equity Firms by completing the "Request for Listing of Certified Firms Form" located at the City of Fort Worth's Business Equity Division website. Step 2: Request bids from Business Equity Firms to provide goods or services at least 10 calendar days before bid opening. Step 3: Submit the following three (3) forms: a. Utilization Plan b. Letter(s) of Intent c. Good Faith Effort 2) Bidder proposes a 0% Goal Step 1: Obtain a listing of Business Equity Firms by completing the "Request for Listing of Certified Firms Form" located at the City of Fort Worth's Business Equity Division website. Step 2: Request bids from Business Equity Firms to provide goods or services at least 10 calendar days before bid opening. Step 3: If unsuccessful, submit Good Faith Effort Form. Please see Ordinance &20-370 (q) page for requirements of an acceptable Good Faith Effort. C. Prove that the Bidder Can Perform the Service and Provide all Materials on the Project as the Prime Contractor Bidder must show that the Bidder is providing all of the goods and services through their own company and that there are no goods or services provided by a third party or an affiliate. Bidder will not purchase any supplies or inventory from a third party. Step 1: Must submit Prime Contract Waiver Form D. Create a Joint Venture with a Business Equity Firm At least one or both of the firms must be a Business Equity Firm Step 1: Must submit Joint Venture Form DEADLINE TO SUBMIT REQUIRED DOCUMENTS AND FORMS Bidders must submit sealed bids to be opened at the date, time, and place stated in the solicitation for the public opening of bids. Faxed copies will not be accepted. FREQUENTLY ASKED QUESTIONS 1. If I am Business Equity Firm, can I count my performance of the bid? Answer. A Business Equity Prime Contractor can count its self -performance towards meeting the Business Equity Goal for the assigned North American Industry Classification System (NAICS) commodity codes on its Minority Business Enterprise (MBE) or Women Business Enterprise (WBE) certification. 2. What if I am a Business Equity Firm, but I am unable to self perform all work or provide all of the goods under the bid, can I count my performance under the Bid? Answer. If the Business Equity Prime cannot self -perform all of the work, it will be accountable for subcontracting with certified firms to meet the overall goal. Business Equity Firms that qualify under the "Significant Business Presence" definition may count in the Program upon approval of DVIN-BE. 3. This bid does not have a set amount that the City will purchase from the Awarded Bidder, how do I complete the form? Answers: a. For a low bid procurement, the lowest bidder shall submit a Utilization Plan no later than 2:00 PM on the third business day after bids are opened detailing all Subcontractors the Contractor intends to utilize in its performance of a Contract. Contractors that are Business Equity Firms may count their self -performed services towards meeting a Business Equity Goal. b. For a Best Value procurement, all bidders who wish to be considered for evaluation scoring shall submit a Utilization Plan by 2:00 PM on the third business day after the bids are opened detailing all Subcontractors the Contractor intends to utilize in its performance of a Contract. Contractors that are Business Equity Firms may count their self -performed services towards meeting a Business Equity Goal. c. Non-compliance. If the lowest bidder for a low bid procurement or any bidder for a Best Value procurement does not timely submit its Utilization Plan with the required documents, that bidder will be deemed Non -Responsive. For a low bid procurement, the City will notify the next lowest bidder who shall then submit a Utilization Plan with required documents no later than 2:00 PM on the third business day after the bidder receives notification. This process will be followed until a bidder submitting the required documents is selected. DEFINITIONS Business Equity Firm means an Independent Firm that is a Certified minority- and/or women -owned business enterprise (M/WBE) with a Significant Business Presence in the City's Marketplace. Business Equity Goal means a calculation prepared by the DVIN-BE that includes all the following factors: the detailed cost estimate of the work to be performed, or goods purchased; the 6-county Marketplace; the availability of Business Equity Firms and non -Business Equity Firms in the Marketplace determined ona Contract -by -Contract basis; and the subcontracting/supplier opportunities of each project. Certified means those firms identified by the North American Industry Classification System (NAICS) that have been determined to be a bona fide MBE or WBE by the North Central Texas Regional Certification Agency (NCTRCA), the Dallas/Fort Worth Minority Supplier Development Council (DFW /MSDC), Women's Business Council -SW (WBCS), Texas Department of Transportation (TxDOT) or another certifying agency that the DVIN-BE may deem appropriate and accepted by the City of Fort Worth. DVIN-BE means the City's Department of Diversity and Inclusion — Business Equity Division Good Faith Efforts means the actions undertaken by a Contractor and approved by DVIN-BE as described inthe Business Equity Ordinance U0-370 (g). Joint Venture means a business entity formed by two or more independent Persons for the purpose of pursuing a common objective, such as a prime contract. The resulting business entity has additional resources and capacity, enhancing its ability to compete for larger awards. A joint venture is generally characterized by shared ownership, shared returns and risks, and shared governance. In a joint venture, the prime managing partner holds 51 % or more interest in the business. Partner(s) hold less than 51 % interest but in most cases, not less than 20%. Marketplace means the geographic area as defined by the City's most current Disparity Study (i.e., Tarrant, Dallas, Denton, Johnson, Parker and Wise counties). Responsive means that a Person is compliant with the requirements of the Business Equity Ordinance. Significant Business Presence means a Person (1) which has its principal place of business located inside the Marketplace; (2) which has its principal place of business located outside the Marketplace but has been verified to be in existence for a minimum of 24 months and from which at least 20% of the business's workforce is based in the Marketplace; or (3) which has cumulative business receipts greater than $1,000,000 for work done in the Marketplace since January 1, 2013. Utilization Plan means the list of Business Equity Firms that a Contractor commits will be utilized to meet the Business Equity Goal for a specific project, the scopes of the work and the dollar values or the percentages of the work to be performed. VIOLATIONS AND SANCTIONS 1. Failure to comply with the City's Business Equity Ordinance will result in the bid being considered "Non -Responsive." 2. Failure to submit the required Business Equity forms and documentation will result in the bid being considered non -responsive and a "written warning" letter that may impact the Offeror's evaluation scoring on future City bid opportunities for up to 12 months, refer to Ordinance F420-373 on VIOLATIONS AND SANCTIONS for continued offenses or failures to comply. If you have any questions, contact Department of Diversity & Inclusion, Business Equity Division Email: DVIN_BE@fortworthtexas.gov I Phone: 817-392-2674 ATTACHMENT1A Page 1 of 4 FORT WORTH City of Fort Worth Office of Business Diversity MBE Subcontractors/Suppliers Utilization Form OFFEROR COMPANY NAME: Check applicable box to describe Offeror's Certification PROJECT NAME: M/W/DBE n NON-M/W/DBE Water Replacements on Camp Bowie (US Route 377 to Irene St) BID DATE City's MBE Project Goal: I Offeror's MBE Project Commitment: PROJECT NUMBER 12.89 Rio Rio 105062-3 Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non -responsive to bid specifications. MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace. Marketplace is the geographic area of Tarrant, Dallas, Denton, Johnson, Parker, and Wise counties. Prime contractors must identify by tier level of all subcontractors/suppliers. Tier: means the level of subcontracting below the prime contractor/consultant i.e. a direct payment from the prime contractor to a subcontractor is considered 1st tier, a payment by a subcontractor to its supplier is considered 2nd tier. The prime contractor is responsible to provide proof of payment of all tiered subcontractors identified as a MBE and counting those dollars towards meeting the contract committed goal. ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bonafide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) and the Dallas/Fort Worth Minority Supplier Development Council (D/FW MSDC). If hauling services are utilized, the Offeror will be given credit as long as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from another MBE firm, including MBE owner -operated, and receive full MBE credit. The MBE may lease trucks from non -MBEs, including owner -operated, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement. Rev. 2/13/19 FORT ATTACHMENT 1A Page 2 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non -MBEs. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. N SUBCONTRACTOR/SUPPLIER ° Company Name T M W n Detail Detail Address i B B Subcontracting Supplies Dollar Amount Telephone/Fax e E E M Work Purchased Email r B Contact Person E Rev. 5/15/19 FORTWORTH ATTACHMENT1A Page 3 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non -MBEs. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. N SUBCONTRACTOR/SUPPLIER ° Company Name T M W n Detail Detail Address i B B Subcontracting Supplies Dollar Amount Telephone/Fax e E E M Work Purchased Email r B Contact Person E J Rev. 5/15/19 FORT WORTH ATTACHMENT 1A Page 4 of 4 Total Dollar Amount of MBE Subcontractors/Suppliers $ Total Dollar Amount of Non -MBE Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ The Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Office of Business Diversity through the submittal of a Request for Approval of Change/Addition form. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The Offeror shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed MBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Authorized Signature Title Company Name Address City/State/Zip Office of Business Diversity Email: mwbeoffice@fortworthtexas.gov Phone: (817) 392-2674 Printed Signature Contact Name/Title (if different) Telephone and/or Fax E-mail Address Date Rev. 5/15/19 FORT WORTH City of Fort Worth Business Equity (M/WBE) Specifications Prime Contractor Waiver Form OFFEROR COMPANY NAME: PROJECT NAME: Water Replacements on Camp Bowie (US Route 377 to Irene St) City's MBE Project Goal: I Offeror's MBE Project Commitment: 12.89 % I % ATTACHMENT 1B Page 1 of 1 Check applicable block to describe Prime M/WBE NON-MWBE BID DATE PROJECT NUMBER 105062-3 If both answers to this form are YES, do not complete ATTACHMENT 1C (Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1 C. This form is only applicable if both answers are yes. Failure to complete this form in its entirety and be received by the Purchasing Division no later than 2:00 p.m., on the second City business day after bid opening, exclusive of the bid opening date, will result in the bid being considered non -responsive to bid specifications. Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this NO project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? YES L—I If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. NO The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including certified M/WBE(s) on this contract, the payment thereof and any proposed changes to the original M/WBE(s) arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the M/WBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract and may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. Authorized Signature Title Company Name Address City/State/Zip Printed Signature Contact Name (if different) Phone Number Fax Number Email Address Date Business Equity Division Rev. 3/13/2022 Email: DVIN_BEOffice@fortworthtexas.gov Phone: (817)392-2674 FORT WORTH. City of Fort Worth ATTACHMENT 1C Business Equity Division Page 1 of 4 Good Faith Effort Form PRIME/OFFEROR COMPANY NAME: PROJECT NAME: Water Replacements on Camp Bowie (US Route 377 to Irene St) Check applicable box to describe Prime/Offeror's Certification I❑Business Equity Non -Business I --irm ❑ Equity Firm BID DATE Business Equity Goal: Offeror's Business Equity Goal Commitment: PROJECT NUMBER 12.89 Rio Rio 105062-3 I If the Offeror did not meet or exceed the Business Equity Goal for this project, the Prime/Offeror must complete I !I this form. 11 If the Prime/Offeror's method of compliance with the Business Equity Goal is based upon demonstration of a "Good Faith Effort", the Prime/Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 10 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts or intentional discrimination by the Prime/Offeror. Failure to complete this form, in its entirety with supporting documentation, and received by the Purchasing Division no later than 2:00 p.m. on the third City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. Exception: CFA, ICA, and CDBG projects, documents will be submitted to the City Project Manager if publicly bid or to the Developer if privately bid. 1.) Please list each and every subcontracting and/or supplier opportunity for the completion of this project, regardless of whether it is to be provided by a Business Equity firm or non -Business Equity firm. (DO NOT LIST NAMES OF FIRMS). On all projects, the Prime/Offeror must list each subcontracting and or supplier opportunity regardless of tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Effective 03/15/2022 ATTACHMENT 1C Page 2 of 4 2.) Obtain a current (not more than two (2) months old from the bid open date) list of Business Equity subcontractors and/or suppliers from the City's Business Equity Division. ❑ Yes ❑ No Date of Listing 3.) Did you solicit bids from Business Equity firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? ❑ Yes (If yes, attach list to include name of Business Equity firm, person contacted, phone number and date and time of contact.) ❑ No 4.) Did you solicit bids from Business Equity firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by fax, exclusive of the day the bids are opened? ❑ Yes (If yes, attach list to include name of Business Equity firm, fax number and date and time of contact. In addition, if the fax is returned as undeliverable, then that "undeliverable confirmation" received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation and/or "undeliverable confirmation" documentation may render the NO GFE non -responsive.) 5.) Did you solicit bids from Business Equity firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? ❑ Yes (If yes, attach email confirmation to include name of Business Equity firm, date and time. In addition, if an email is returned as undeliverable, then that "undeliverable message" receipt must be printed directly from the FINO email system for proper documentation. Failure to submit confirmation and/or "undeliverable message" documentation may render the GFE non -responsive.) NOTE: The three methods identified above are acceptable for soliciting bids, and each selected method must be applied to the applicable contract. The Prime/Offeror must document that either at least two attempts were made using two of the three methods or that at least one successful contact was made using one of the three methods in order to deemed responsive to the Good Faith Effort requirement. NOTE: The Prime/Offeror must contact the entire Business Equity list specific to each subcontracting and supplier opportunity to be in compliance with questions 3 thru 5. 6.) Did you provide plans and specifications to potential Business Equity firms? ❑ Yes ❑ No 7.) Did you provide the information regarding the location of plans and specifications in order to assist the Business Equity firms? ❑ Yes ❑ No Effective 03/15/2022 ATTACHMENT 1C Page 3 of 4 8.) Did you prepare a quotation for the Business Equity firms to bid on goods/services specific to their skill set? ❑ Yes (If yes, attach all copies of quotations.) ❑ No 9.) Was the contact information on any of the listings not valid? ❑ Yes (If yes, attach the information that was not valid in order for the Business Equity Division to address the corrections needed.) ❑ No 10.) Submit documentation if Business Equity firms quotes were rejected. The documentation submitted should be in the firms forms of an affidavit, include a detailed explanation of why the Business Equity firms was rejected and any supporting documentation the Prime/Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Prime/Offeror will provide for confidential in -camera access to an inspection of any relevant documentation by City personnel. (Please use additional sheets, if necessary, and attach.) Company Name Telephone ADDITIONAL INFORMATION: Contact Person Scope of Work Reason for Rejection Please provide additional information you feel will further explain your good and honest efforts to obtain Business Equity firm participation on this project. The Prime/Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Prime/Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. A Prime/Offeror who intentionally and/or knowingly misrepresents material facts shall be Debarred for a period of time of not less than three (3) years. Effective 03/15/2022 ATTACHMENT 1C Page 4 of 4 The undersigned certifies that the information provided and the Business Equity firms listed was/were contacted in good faith. It is understood that any Business Equity firms listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City's Business Equity Division. Authorized Signature Title Company Name Address City/State/Zip Business Equity Division Email: DVIN_BEOffice@fortworthtexas.gov Phone: (817) 392-2674 Printed Signature Contact Name and Title (if different) Phone Number Email Address Date Effective 03/15/2022 FORT WORTH. CITY OF FORT WORTH M/WBE Joint Venture Eligibility Form All questions must be answered; use "N/A" if not applicable. Name of City project: Water Replacements on Camp Bowie (US Route 377 to Irene St) A joint venture form must be completed on each project RFP/Bid/Purchasing Number: 1. Joint venture information: Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Cellular: Facsimile: I E-mail address: Identify the firms that comprise the joint venture: Joint Venture Page 1 of 3 Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the joint venture M/WBE firm Non-M/WBE firm name: name: Business Address: Business Address: City, State, Zip: City, State, Zip: Telephone Facsimile E-mail Telephone Facsimile Cellular Cellular Certification Status: E-mail address Name of Certifying Agency: P"r 1i 2. Scope of work performed by the Joint Venture: Describe the scope of work of the M/WBE: Describe the scope of work of the non-M/WBE: Rev. 2/13/19 Joint Venture Page 2 of 3 3. What is the percentage of M/WBE participation on this joint venture that you wish to be counted toward meeting the project goal? 4. Attach a copy of the joint venture agreement. 5. List components of Ownership Of joint venture: (Do not complete if this information is described in joint venture agreement) Profit and loss sharing: Capital contributions, including equipment: Other applicable ownership interests: 6. Identify by name, race, sex and firm those individuals (with titles) who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating b. Marketing and Sales c. Hiring and Firing of management personnel d. Purchasing of major equipment and/or supplies Supervision of field operations The City's Business Equity Division will review your joint venture submission and will have final approval of the M/WBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's Business Equity Division immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's Business Equity Ordinance 25165-10-2021 . Rev. 2/13/19 Joint Venture Paqe 3 of 3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision -making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts. Name of MBE firm Name of non -MBE firm Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date Date Notarization State of County of On this day of , 20 , before me appeared and to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public Print Name Notary Public Signature Commission Expires Office of Business Diversity Email: mwbeoffice@fortworthtexas.gov Phone: (817) 392-2674 (seal) Rev. 2/13/19 GC-6.07 Wage Rates CITY OF FORT WORTH WATER REPLACEMENTS ON CAMP BOWIE (US ROUTE 377 TO IRENE ST) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105062-3 Revised July 1, 2011 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH WATER REPLACEMENTS ON CAMP BOWIE (US ROUTE 377 TO IRENE ST) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105062-3 Revised July 1, 2011 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 Broom or Sweeper Operator $ 11.74 Concrete Finisher, Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete Saw Operator $ 14.48 Crane Operator, Hydraulic 80 tons or less $ 18.12 Crane Operator, Lattice Boom 80 Tons or Less $ 17.27 Crane Operator, Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 Electrician $ 19.80 Excavator Operator, 50,000 pounds or less $ 17.19 Excavator Operator, Over 50,000 pounds $ 16.99 Flagger $ 10.06 Form Builder/Setter, Structures $ 13.84 Form Setter, Paving & Curb $ 13.16 Foundation Drill Operator, Crawler Mounted $ 17.99 Foundation Drill Operator, Truck Mounted $ 21.07 Front End Loader Operator, 3 CY or Less $ 13.69 Front End Loader Operator, Over 3 CY $ 14.72 Laborer, Common $ 10.72 Laborer, Utility $ 12.32 Loader/Backhoe Operator $ 15.18 Mechanic $ 17.68 Milling Machine Operator $ 14.32 Motor Grader Operator, Fine Grade $ 17.19 Motor Grader Operator, Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 Reclaimer/Pulverizer Operator $ 11.01 Reinforcing Steel Worker $ 16.18 Roller Operator, Asphalt $ 13.08 Roller Operator, Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 15.96 Spreader Box Operator $ 14.73 Truck Driver Lowboy -Float $ 16.24 Truck Driver Transit -Mix $ 14.14 Truck Driver, Single Axle $ 12.31 Truck Driver, Single or Tandem Axle Dump Truck $ 12.62 Truck Driver, Tandem Axle Tractor with Semi Trailer $ 12.86 Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis -Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas' Standard Job Classifications and Descriptions for Highway, Heavy, Utilities, and Industrial Construction in Texas. Page 1 of 1 2013 PREVAILING WAGE RATES (Commercial Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate AC Mechanic $ 25.24 AC Mechanic Helper $ 13.67 Acoustical Ceiling Installer $ 16.83 Acoustical Ceiling Installer Helper $ 12.70 Bricklayer/Stone Mason $ 19.45 Bricklayer/Stone Mason Trainee $ 13.31 Bricklayer/Stone Mason Helper $ 10.91 Carpenter $ 17.75 Carpenter Helper $ 14.32 Concrete Cutter/Sawer $ 17.00 Concrete Cutter/Sawer Helper $ 11.00 Concrete Finisher $ 15.77 Concrete Finisher Helper $ 11.00 Concrete Form Builder $ 15.27 Concrete Form Builder Helper $ 11.00 Drywall Mechanic $ 15.36 Drywall Helper $ 12.54 Drywall Taper $ 15.00 Drywall Taper Helper $ 11.50 Electrician (Journeyman) $ 19.63 Electrician Apprentice (Helper) $ 15.64 Electronic Technician $ 20.00 Floor Layer $ 18.00 Floor Layer Helper $ 10.00 Glazier $ 21.03 Glazier Helper $ 12.81 Insulator $ 16.59 Insulator Helper $ 11.21 Laborer Common $ 10.89 Laborer Skilled $ 14.15 Lather $ 12.99 Metal Building Assembler $ 16.00 Metal Building Assembler Helper $ 12.00 Metal Installer (Miscellaneous) $ 13.00 Metal Installer Helper (Miscellaneous) $ 11.00 Metal Stud Framer $ 16.12 Metal Stud Framer Helper $ 12.54 Painter $ 16.44 Painter Helper $ 9.98 Pipefitter $ 21.22 Pipefitter Helper $ 15.39 Plasterer $ 16.17 Plasterer Helper $ 12.85 Plumber $ 21.98 Plumber Helper $ 15.85 Reinforcing Steel Setter $ 12.87 Page 1 of 2 Reinforcing Steel Setter Helper $ 11.08 Roofer $ 16.90 Roofer Helper $ 11.15 Sheet Metal Worker $ 16.35 Sheet Metal Worker Helper $ 13.11 Sprinkler System Installer $ 19.17 Sprinkler System Installer Helper $ 14.15 Steel Worker Structural $ 17.00 Steel Worker Structural Helper $ 13.74 Waterproofer $ 15.00 Equipment Operators Concrete Pump $ 18.50 Crane, Clamsheel, Backhoe, Derrick, D'Line Shovel $ 19.31 Forklift $ 16.45 Foundation Drill Operator $ 22.50 Front End Loader $ 16.97 Truck Driver $ 16.77 Welder $ 19.96 Welder Helper $ 13.00 The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published by the North Texas Construction Industry (Fall 2012) Independently compiled by the Lane Gorman Trubitt, PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's (The Construction Association) website. www.texoassociation.org/Chapter/wagerates.asp Page 2 of 2 GC-6.09 Permits and Utilities CITY OF FORT WORTH WATER REPLACEMENTS ON CAMP BOWIE (US ROUTE 377 TO IRENE ST) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105062-3 Revised July 1, 2011 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH WATER REPLACEMENTS ON CAMP BOWIE (US ROUTE 377 TO IRENE ST) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105062-3 Revised July 1, 2011 Utility Permit Approval - Permit mn-ber: 00002/20240425/41160/93678/UP Date of Approval: 12-19-2024 UTILITY PERMIT APPROVAL TO: IlKasavich John I IDate: II12-19-2024 IlCity of Fort Worth Water Department I Application/Permit 00002/20240425/41160/93678/UP 200 Texas St No.: 200 Texas Street I District: Fort Worth Fort Worth,76102 Highway 1control Section 11 Maintenance Section lCounty 1089061: At milepost 0 IIL167-84 11 1Tarrant 1260058: At milepost 0.127 IILZ11-26 11 1Tarrant US0377-K: At milepost 302-1.03 110080-07 11 1Tarrant US0377-L: From milepost 98.402 To milepost 98.481 110080-07 11 1Tarrant US0377-R: From milepost 98.475 To milepost 98.493 110080-07 11 1Tarrant US0377-L: From milepost 98.485 To milepost 98.525 110080-07 11 1Tarrant Schedule Dates: from 12/23/2024 to 12/23/2025 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. 00002/20240425/41160/93678/UP dated 04/25/2024 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-way for 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 by the Utility Installation Owner in making emergency repairs as required for the safety and welfare of the public, the Utility Owners shall have a temporary right of access to and from the through -traffic roadways and ramps as necessary to accomplish the required emergency repairs, provided TxDOT is immediately notified by the Utility Installation Owner when such repairs are initiated and adequate provision is made by the Utility Installation Owner for 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. SME - Area Engineer Review Review Answer: Reviewrequested but closed without answer Response text: SME ATTACHMENTS: 1 /2 Utility Permit Approval - Permit muiber: 00002/20240425/41160/93678/UP Date ofApproval: 12-19-2024 Included attachments: SME Answers Summarv2743085.Ddf 2/2 Date: 04/25/2024 Appeal To: Mr. John Cordary Jr., P.E. Fort Worth Deputy District Engineer Fort Worth District 2501 Southwest Loop 820 Fort Worth, Texas 76133 RE: Abandonment Request Project: Camp Bowie Water Improvements (US Route 377 to Irene Street) Project Limits: From: Intersection of Southwest Boulevard and Desert Ridge Road To: North side of US Route 377 County: Tarrant Location Map: US Route 377 (near Southwest Boulevard/Desert Ridge Road) Coordinates: Lat (32.718062); Long (-97.440984) Dear Mr. Cordary, The City of Fort Worth Water Department hereby requests portions of the existing utility relocations shown in the attached exhibits (addressing items i, ii and iv of the abandonment requirements stated in Utility Accommodation Rules (UAR) 43TAC§21.39) be abandoned in place. The existing type of utility facility to be abandoned: Water line within the TxDOT ROW. Said facilities are to be relocated in compliance with TxDOT UAR. During the utility relocation, the vacated facilities shown in the attached exhibits as abandoned in place shall be capped and slurry -filled with grout. All other facilities conflicting with US Route 377 shall be removed during construction and excavation stages as detailed in the enclosed plans and supporting documentation. Documentation included: • Installation Request No: • Size, type, and Linear Feet (LF) to be capped/plugged with grout and abandoned within the TxDOT ROW: o 225 LF of 12-inch Cast Iron Water Pipe • The depth of the existing pipeline is approximately: 3-4 feet. • The existing water pipeline is not in conflict with other existing utilities. This abandonment shall not be construed as a change in ownership of the facility. The City of Fort Worth Water Department assumes all financial responsibility and property ownership of the abandoned pipeline, conduit or communication lines. The City of Fort Worth Water Department will be responsible for maintaining abandoned facility records, in accordance with the Texas Administrative Code (TAC) and all current Federal, state and local laws, codes and industry standards. There is no environmentally sensitive/hazardous material associated with this proposed abandonment. If you have any questions, please contact this office at 817-392-5467 Your positive consideration to this matter is sincerely appreciated. Sincerely, Name of Authorized Agent: Preeti KC, P.E. Title: Water Department Project Manager Utility Company Name: City of Fort Worth Address: 200 Texas Street, Fort Worth, TX 76102 Phone Number: (817) 392-5467 Email Address: Preeti.kc@FortWorthTexas.gov Attachments: 12-inch Water Line Abandonment Plans LEGEND NOTES S TAF ' fi W Y. 580 74 - EXISTING WATER LINE I ALL REFERENCED DETAILS SHOULD BE CITY OF FORT WORTH STANDARD DETAILS UNLESS NOTED OTHERWISE EXIBTING AIR STING GATE VALVE RELEASE VALVE 2 THE CONTRACTOR SHALL BE RESPONSIBLE FOR LOCATING ALL XI UTILITIES. WHETHER PUBLIC OR PRIVATE, PRIOR TO EXCAVATION J ETHE INFORMATION AND DATA SHOWN RESPECT TO CA EXISTING UNDERGROUND FACILITIES AT OR CONTIGUOUS TO THE EXISTING FIRE HYDRANT SITE IS APPROXIMATE AND BASED ON INFORMATION FURNISHED - - CI, 1 _ BY THE OWNERS OF SUCH UNDERGROUND FACILITIES OR ON L1 PE , PROPOSED WATER INS PHYSICAL APPURTENANCES OBSERVED IN THE FIELD THE _ A VE PROPOSED FIRE HYDRANT 1 OWNER AND ENGINEER SHALL NOT BE RESPONSIBLE FOR THE T r ACCURACY OR COMPLETENESS OF ANY SUCH INFORMATION OR z2 5 LO C DATA THE CONTRACTOR SHALL HAVE FULL RESPONSIBILUFf MAP # 2018-380 / - _ I FOR RENEWING AND CHECKING ALL SUCH INFORMATION AND 4�� _ TRIOS DATA, FOR LOCATING ALL UNDERGROUND FACILITIES, FOR 7 COORDINATION OF THE WORN WITH THE OWNERS OF SUCH UNDERGROUND FACILITIES DURING CONSTRUCTION. AND FOR THE SAFETY AND PROTECTION THEREOF AND REPAIRING ANY III 1 TR1OR DAMAGE THERETO RESULTING FROM THE WORK. THE COST 2"PVC V ALL WILL HAVE BEEN CONSIDERED AS HAVING BEEN INCLUDED 60' — n% / OF IN THE CONTRACT PRICEETHE CONTRACTOR SHALL NOTIFY ANY 1 I I AFFECTED UTILITY COMPANIES OR AGENCIES IN WRITING AT LEAST 46 HOURS PRIOR TO CONSTRUCTION. 2 56 / S� (n II - I WARNING THE LOCATION AND DIMENSIONS OF EXISTING UTILITIES SHOWN ION T 22 Z.6 Q / T // A W I I THE PLANS ARE APPROXIMATE AND WERE R'SOBTAINEDSOLE FROM UTILITY COMPANY RECORDS IT IS THE CONTRACTOR'S SOLE RESPONSIBILITY LJ TO VERIFY LOCATION, DEPTH AND DIMENSION OF EXISTING UTILITIES PRIOR TO CONSTRUCTON A U WARNING! UNDERGROUND UTLITES IN THE AREA OF CONSTRUCTION B >_ 1 - 1 I:� / ' CONTACT THE FOLLOWING OFFICES AT LEAST 48 HOURS PRIOR TO Zp m IA EXCAVATION AT THIS LOCATION. JDIGTESACOB5 DIG1E55 (800) 344-83JJ JACOB LINOSE. ATMOS GAS ((806%) 7JJ-02J4 / U T / WAY IS COOPER AT&T/SBC (6823 239-8054 _ / / JUSTIN STANCE. CITYONCO ELECTRIC (817 392-5016 7 PROPOSED 12—INCH 1 PREEN KC. PE. CITY OF FORT WORTH (81 ]) 392-5016 /I WATER LINE E �_ I MATTHEW DAMS CITY OF FORT WORTH (817) 944-8277 SHEET 14 SHEET 14 I 6 RUSSELL PIOR CITY OF FORT WORTH (81 ]) 454-495A ( ) �O J CESAR —ALA CITY OF FORT WORTH (817) 4]5-2656 (D� CITY OF FORT WORTH WATER DEPARTMENT (61 ]) DR 6" /2 126 �= BENCHMARKS �GG g� � 9 TR10L2 1 (p I\v �� 1 "BOX" CUT ON EAST CURB OF IRENE STREET LOCATED AT 6' 1 � I I PROPOSED 12—INCH - Q O� THE NORTHEAST CORNER OF CURB INLET LOCATED 68' I I� �I I / '"O �� / / NORTH OF THE NORTHERN PROJECTED CURB LINE OF CAMP �{ BOWIE BOULEVARD 7 I I WATER UNE B _ 1 14 8"D� i (SHEET 12) �22.5 a d F A20 sI 56 i 160- F U I I I \ V I I \ \ < 4 FOR PROPOSED 12—INCH N \ \\� '� \ ROPOSED 12—INCH 6 3 O Too zoo 3o0 E WATER LINE A \\ .Y \\ -WATER LINE C 6 / // SCALE r =too. PF $ (SHEET 10) \\ \ / �'(� (SHEET 13) D,. / DA io \�\ �i S51 �D"tJ 1_ I I 7 oRR `H - $ ' S` / REV COMMENTS BY DATE 50 71I old 9- s 49 -0 I o 00) 2 /1\ BENBROOK 1 m 1 4$ I➢ III 10\FZ / 1 ORT �n1 CITY OF FORT WORTH, TEXAS U) 1 4 n / WATER DEPARTMENT PROPOSED S—IN Im m 4 3 19 TRAFFIC WATER UNE D 47 I� — I CIRCLE (SH ET 131 5 N I $ 5 �/ 6p, 18 WATER AND SANITARY SEWER �J I qg I - it / REPLACEMENT ON CAMP BOWIE �� I 1 6 18 FROM US.377 TO IRENE STREET / o)_ 4 m 45 9 7 1 / / 17 in 16 � g 17 I 1 44 10 I 12 7 \ N PROPOSED WATER LINE LOCAITON MAP - _ I � m � - I EI 6 6 I 43 9 _ $ �� Kimiev»)Horn 12 ry I 10 42 50 16 1 ^ ; 1 m1 a.o a� un x m+. w�«in Tx rzm enaao-mx $ 1 13 I I 9 2 DATE �`7 PROJECTNO11 J1 2$ DESIGN. SDW19 0 410 I I 1' I 15 22. Jri DRAWN: TRH APR CITY PROJECT 9 ® ._ 1 I 14 1(T I 3 CHECKED JRT 2024 d105062 A 3gI -J _ 2�ARV - - CHA PEL q VE 22.5' MAP # 2018-380 U 6' I I 225' F 0 D q U B II-/ / 20, I �J 1 1 l � 6' — S1 I a F 4 GROUT FILL AND ABANDON � / APPROXIMATELY 630 LF OF a EXISTING 12' WATER LINE / REMOVE AND SALVAGE I/ EXISTING 12' GATE VALVE AND BOX BENBROOK TRAFFIC CIRCLE INSTALL: 12- ABANDONMENT PLUG _ RE: D007/13 REMOVE APPROXIMATELY 707 LF OF 12' WATER LINE (SAME TRENCH) \2 REMOVE AND SALVAGE EXISTING 12' GATE VALVE AN) BOX 2 3 � 5 6- 6 I � 8 19 19 LEGEND NOTES C pp S HWY. —5V0 74 E%ISTNG WATER LINE 1 ALL REFERENCED DETAILS SHOULD BE CITY OF FORT WORTH STANDARD DETAILS UNLESS NOTED OTHERWISE r EXI6TNG AIR RELEASE VALVE 2 THE CONTRACTOR SHALL BE RESPONSIBLE FOR LOCATING ALL EXISTING GATE VALVE UTUTES, WHETHER PUBLIC OR PRIVATE, PRIOR TO EXCAVATION THE INFORMATION AND DATA SHOWN KITH RESPECT TO Ip + EXISTING FIRE HYDRANT EXISTING UNDERGROUND FACILITIES AT OR CONTIGUOUS TO THE 1 SITE IS APPRO%IMAIE AND BASED ON INFORMATION FURNISHED EXISTING WATER LINE TO BE BY THE OWNERS OF SUCH UNDERGROUND FACILITES OR ON II X X X REMOVED PHYSICAL APPURTENANCES OBSERVED IN THE FIELD THE OWNER AND ENGINEER SHALL NOT BE RESPONSIBLE FOR THE (O ACCURACY OR COMPLETENESS OF ANY SUCH INFORMATION OR EXISTING WATER LINE TO BE DATA THE CONTRACTOR SHALL HAVE FULL RESPONSIBILITY GROUT FILLED AND ABANDONED FOR RENEWING AND CHECKING ALL SUCH INFORMATION AND A� DATA, FOR LOCATING ALL UNDERGROUND FACILITES, FOR 6" vcCOORDINATION OF THE WORN WITH THE OWNERS OF SUCH 1. I I UNDERGROUND FACILITES DURING CONSTRUCTION. AND FOR THE I TR10R SAFETY AND PROTECTION THEREOF AND REPAIRING ANY 2 "PVC DAMAGE HERETO RESULTING FROM THE WORK. THE COST E ALL WILL HAVE BEEN CONSIDERED AS HAVING BEEN INCLUDED 1 IN THE CONTRACT PRICE THE CONTRACTOR SHALL NOTIFY ANY I� II AFFECTED UTILITY COMPANIES OR AGENCIES IN WRITING AT LEAST 46 HOURS PRIOR TO CONSTRUCTION. WARNING 'A LJJ I _ I THE LOCATION AND DIMENSIONS OF EXISTING UTILITIES SHOWN ON z THE PLANS ARE APPROXIMATE AND WERE OBTAINED FROM UTILITY Iw I ED C COMPANY RECORDS IT IS THE CONTRACTOR'S SOLE RESPONSIBILITY TO VERIFY LOCATION, DEPTH AND DIMENSION OF EXISTING UTILITES / PRIOR TO CONSTRUCTION 17.5' — OII:J / ' WARNING! UNDERGROUND UTILITES IN THE AREA OF CONSTRUCTION CONTACT THE FOLLOWING OFFICES AT LEAST 48 HOURS PRIOR TO III-IIt EXCAVATION AT THIS LOCATION. B DIGTESS DIGTE55 (800) 344-83JJ I JACOB LINDSEY ATMOS GAS 806 777-1274 U T / WAY -EN LOOPER AT&T/SEC 682 239-8054 INSTALL: 12' I _ JUSTIN STANLEY ONCOR ELECTRIC 817 215-5016 PREETI KC, P E. CITY OF FORT WORTH (81 ]) 392-5467 ABANDONMENT PLUG -_ I I MATTHEW DAMS CITY OF FORT WORTH44-8277 RE: D007/13 LO 1 ' l] RUSSELL PIOR CITY OF FORT WORTH (817) 454-4956 (�J/ CESAR ZAVALA CITY OF FORT WORTH (817) 4]5-2656 6 „ TY OF FORT WORTH WATER DEPARTMENT 81 ]) 392-8296 TR101 BENCHMARKS 1 "BOX" CUT ON EAST CURB OF IRENE STREET LOCATED AT THE NORTHEAST CORNER OF CURB INLET LOCATED 68' (�RMO�VE ..ND SALVAGE G MP !JO NORTH O THE NORTHERN PROJECTED CURB LINE OF CAMP `` BOWIE BOULEVARD G 12' GATE P AND BOX22A20 6 REMOVE AND SALVAGE F EXISTING FIRE HYDRANT /EXREMOVE AND SALVAGE o 188 ASSEMBLY VE AND BOX12* YI 1 REMOVE AND SALVAGE -EXISTING FIRE HYDRANT ASSEMBLY 3 '' 2 50 I S I 4 0l�) 8 U) 5 m 9 3 49 _0 1 o OI 10 �tm 48 1 n 7 m ' 4 m � , \ �� 47 JJ 1 5 46 1� 1 8 I, 11 i 6 5 m 45 9 7 0B 7 44 10 12 �I 8 - I 43 11 I I 13 50 8 7 9 42 50' 12 _ 8 0 13 9 41 4 � 50' 11 9 40 10 5 4 1 3 / O_ too zoo 3o0 3 / SCALE 1" = 100' DA COMMENTS BY �G�ATII2 � I 1\ CITY OF FORT WORTH, TEXAS 3 19 �_ / /\ WATER DEPARTMENT 18 / WATER AND SANITARY SEWER REPLACEMENT ON CAMP BOWIE 18 / FROM US.377 TO IRENE STREET \/ J N 17 PROPOSED WATER LINE ABANDONMENTS 16 �\ Kimlev*Horn 1 ,� enaaeaan I I m1a.n ✓». unxma mw�mn T%Teas 28 2 DATE SCALE PROJECT NO SFEET -Fa 22 5' DESIGN. Sow y 15 DRAWN. TLH APR CITY PROJECT 7 I 3 CHECKED' JRT 2_ d105o62 I I � � v i I i STA' 0+00 STA 0+13.55 WATER LINE E \ BEGIN 12" TA' WATER LINE B S3+82 97 CONNECT TO PROPOSED INSTALL \ a Y 12" GATE VALVE OF WATER (1) STANDARD FIRE HYDRANTASSEMBLY RE D12016 ' I LINE E N. 694680814 N 6947186 56 CABIN - IO2 W. E:229449718 \ u E2294489 84 I % t STA: 3+82E d - STA 0+14.70 usmuu 15tao7s a INSTALL. NSTALE (I) 12" MJ CLEANING WYE L[N>" RPTCTLO�C 4 (1) 6" MJ GATE VALVE BLOCK 12 LOT 1B W BOX ' I / RE. D135 t6 / PREVIOUSLY ABANDONED HIGHLAND HOMES ADDITION ' 9 REMOVE 12" CLEANING PIG 10' SANITARY SEWER RE' D126/16 LOYD DONALD 0 N 6946808 00 35LO AL MERE DR. B I PROP. RIM ELEV ]-12 (M-196) N 6947171 86 E. 2294491 83 y E 2294490 21 STA. 2+28 B BL INSTALL STA. 3+]6.83 (1) 12" 45' NORZ BEND,} INSTALL Ai = 4500' TIT(. (1) 12" MJ GATE VALVE C7 1 (1) UTILITY MARKER POLE W/INSBOX N 6946958 63 RE D126/16 0313it.itssePPROXIMAIELV 5 LF E. 2294495.67 PROP RIM ELEV = 74032 TRuuwT NO I OF ABANDONED 10" $ N 694681406 SANITARY SEWER E 2294488 56 - + 11R/' PROPOSED 1YA WATER LINE E - 0 TO BE REMOVED 2 Vim' _1+00%i��� 3+00 B (SEE SHEET 14) 'H ���/CITY OF FORT WORTH - \ RIGHT OF WAY (ABI) 12"ANDONPMEIPE Y NT PLUG -1( 15 1 / PROPOSED 12-INCHJ PREVIOUSLY ABANDONED WATER LINE B BLOCK 11, LOT 1 0 S' SANITARY SEWER HIGHLAND HOMES ADDITION I (M-196) STA2+43 32 41 CAPITAL, LLC INSTALL' 3541 ALTA MERE DR (1) 12- 45- ROLLED BEND € M 115 01' LT i I INSTRDM 'S7 Oe12n51 AV = 25' DN )RN '946947.52 E 2294485.12 JOINT RESTRAINT LENGTH STA 0+00 TO 1+65 (PVC STA. 0+00 TO 1+60 (DI) + A� T 1bAH I A 611 H FJ ( iTABILEI SANE 750 - -4 RE 1, DDWI, D111j=t .(A) B'CNFlLL a I 1 �P' I I I 745 I I 1 I R )Pqf 740 '"" - EX STI TO DR lry, _ Ckl` PRO 2c 1J' 77 (kE �:ET-N YE 11 VAT- LIN" E (SEE - %'». I XI niti TKOs— — 735� 3 I1 730y I I I 725 010% 720 I I (I I - ? a----, P]---7 715 710>r� D+kS 1+'b N l II \\ ATS ATS 6+108� � n - \\ STA 2+30.47 WATER LINE A END 12" WATER LINE B fin- \\� -- CONNECT TO PROPOSED \\\\ N p5 12" GATE VALVE OF WATER LINE A \\ _ - - ,� INSERT 12" CLEANING PIG \\\\ CP/54®:��` \Y \ / I\N694660021 3 \ \\ E: 2294579 87 EXISTING 10" OI STA: 6+01 43--- I \ �SANITARY SEWER END 12- DI WATER CARRIER-20'X10' g y (%-21034) PIPE IN 24" STEEL CASING - k BORE PIT oC \ BY OTHER THAN OPEN RE: D106. D108/16` »\ _REMOVE AND N 6946608 70 SALVAGE EXISTIn E:22945]591\ N \ FIRE HYDRANT EXISTING POWER POLE \\� 4\ (SEE SHEET NOTE 6) \\I 1 p0 \\ SV (1) 12" PIPE 1 -30'X10' ABANDONMENT PLUG 0.0 BORE PIT RE: D00]/1]_i - QE�G�NNT \\ -PROPOSED 12-INCH \\ Fo lA \\ WATER UE B N PR PED WATER LINE 1 \\ I`(SEE SHEET 13) NOTES 1. ALL REFERENCED DETAILS SHOULD BE CITY OF FORT WORTH STANDARD DETAILS UNLESS NOTED OTHERWISE MAP # 2018-380 2 THE CONTRACTOR SHALL BE RESPONSIBLE FOR LOCATING ALL UTILITIES, WHETHER PUBLIC OR PRIVATE, PRIOR TO EXCAVATION THE INFORMATION AND DATA SHOWN WIN 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 CAUTIONI PHYSICAL APPURTENANCES OBSERVED IN THE FIELD THE OWNER AND ENGINEER SHALL NOT BE RESPONSIBLE FOR THE IXISTNG GAS L1NE ACCURACY OR COMPLETENESS OF ANY SUCH INFORMATION OR DATA THE CONTRACTOR SHALL HAVE FULL RESPONSIBILITY FOR RENEWING AND CHECKING ALL SUCH INFORMATION AND DATA, FOR LOCATING ALL UNDERGROUND FACILITIES, FOR COORDINATION OF THE WORN WITH THE OWNERS OF SUCH UNDERGROUND FACILITIES DURING CONSTRUCTION. AND FOR THE SAFETY AND PROTECTION THEREOF AND REPAIRING ANY CAVTIONI ETDSIING OVERHEAD DAMAGE THERETO RESULTING FROM THE WORK. THE COST E ALL WILL HAVE BEEN CONSIDERED AS HAVING BEEN INCLUDED ELECTRIC IN THE CONTRACT PRICE ES CONTRACTOR SHALL NOTIFY ANY AFFECTED UTILITY COMPANIES OR AGENCIES IN WRITING AT LEAST 46 HOURS PRIOR TO CONSTRUCTION. WARNING TXBDT M-FIN' In THE LOCATION AND DIMENSIONS OF EXISTING UTILITIES SHOWN ON THE PLANS ARE APPROXIMATE AND WERE OBTAINED FROM UTILITY t NOTED AONOTHE APPROVED PERMIT 48 HOURS PRIOR TO THE START OF CONSTRUCTION THE COMPANY RECORDS IT IS THE CONTRACTOR'S SOLE RESPONSIBILITY TO VERIFY LOCATION, DEPTH AND DIMENSION OF EXISTING UTILITIES PRIOR TO CONSTRUCTION c HDRACTOR IS REQUIRED TO CONTACT S / OF EXISTING 12"LI ESTTIRON 1 O E PROP05 12-INCH — 1 �) 817-3D -3661 FOR TH THE INE LOCATES EIF CONTACT CONTACT WATER SERVICE _ _ ATER ORI - TO BE RELOCATED \GDIETBICT SHOP AT WARNING! UNDERGROUND UTLITES IN THE AREA OF CONSTRUCTION — RE: D111 /15� \ \ THE FOLLOWING OFFICES AT LEAST 48 HOURS PRIOR TO GROUT FILLED AND WATER LINE A ,VVV\\\ T%DOT TRAFFIC SIGNALS AR EXCAVATION AT THIS LOCATION. STA 3+8297 V \\ 11 WATER MAIN INSTALLATION SHALL BE DIGTESS DIGTESS (800) 344-8377 INSTALL ABANDONED . (SEE SHEET 15)." I \ CONSTRUCTED ACCORDING To THE JACOB LINDSEY ATMOS GAS 806 777-0274 (1) 12'X6" MJ X ANCHOR LEE \ U` DESCRIPTOR CONSTRUCTION PLANS STA. 4+15 41 \ \\ pG �, \\ cory WgnEN COOPER AT&T/SEC 817 239-806 N'6946807 92 \ BEGIN 12" DI WATER CARRIER \\ �iy\ SPECIAL PROVISIONS, AND OTHER RELATED JUSTIN STANLEY ONCOR ELECTRIC 817 215-5016 6229448872 pIRE IN 24" STEEL CASING \\ sY 4. DOCUMENTS. AS DESCRIBED IN TIE NOTICE PREETI KC, P E. CITY OF FORT WORTH (81J) 392-546J EXISTING 18" RCP \\. y j, �\ OF PROPOSED INSTALLATION AND MATTHEW UAVIS CITY OF FORT WO R1H 817 944-82J7 STA' 3+95 73 \ BY OTHER THAN OPEN CUT STORM DRAIN \@I ' N PPROVAL FORM. FIELD REPRESENTATION ( ) INSTALL RE D106, D100/16 N� SHALL BE MAINTAINED DURING RUSSELL PIOR CITY OF FORT WORTH (817) 454-4956 \\ CESAR ZAVALA CITY OF FORT WORTH (1) 12" 225' HORIZ BEND N-fi94677]32 \ td INSTALLATION OF THE WATER MAIN (817) 475-2656 AT = 23 SO' Li \ E 2294497.36 1.2 A COPY OF THE TXDOT UTILITY PERMIT CITY OF FORT WORTH WATER DEPARTMENT (817) 392-8296 N 269"2944 517 \ \ \ MUST BE oN THE Jo6s1E DURING ANY E.229a489.05 ®\\ \ corvsTRucRON ACIITY BENCHMARKS PROPOSED 12-INCH WATER LINE B ' — STA' 2+00 TO END ISDIATIDN VALKS (SEE SHEET e): 1 "BOX" CUT ON EAST CURB OF IRENE STREET LOCATED AT 1HE NORTHEAST CORNER OF CURB INLET LOCATED 68' STA 2+10 TO END B1 - 12" GATE VALVE LOCATED NORTH OF THE NORTHERN PROJECTED CURB LINE OF CAMP APPROXIMATELY 95' EAST AND 15' NORTH BOWIE BOULEVARD 125 E; IS'1NG T C ►1 /J1 OF THE NORTH WESTERN CORNER OF l\ I ` �- I✓ HOMES 4, LOTNI4-A,B OF THE HIGHLAND VSHAL7 N7 ?E? CH REPP6 �SPI Al T PA\:M►IT IARBEMH IFPA B 2 - 6" GATE VALVE LOCATED APPROXIMATELY 11X((LYPi 'FF LI aLYF/ Li /. LL - 1J' NORTH OF THE NORTH WESTERN W D521, IN I, B10 /1 i RE D:12L 0001, DI01/iP + CORNER OF BLOCK 13, LOT A-1 OF THE 750 HIGHLAND HOMES ADDITION SHEET NOTES q -XI VFIT jai Pl1. CONTRACTOR SHALL VERIFY DEPTH OF ALL EXISTING GAS LINES PRIOR TO L\ S UR CONSTRUCTION. AP�RI IMAT3 G 2. CONTRACTOR SHALL PERFORM EXPLORATORY EXCAVATION ON EXISTING 12" C 1AIi' BOYFI= LLJI/US /'. \ �` 7f� CAST IRON WATER LINE TO VERIFY DEPTH AND LOCATON OF PROPOSED �_ 745 CONNECTION PRIOR TO SHUTTING DOWN FOR CONNECTION. RCE� . � — 3 EXISTING PIPE MATERIAL IS CAST IRON AND MAY REQUIRE FITTINGS WHEN 11 STORO2AIN10, NON-STANDARD DIAMETERS. ANY SPECIAL FITTINGS SHALL BE ON -SITE PRIOR TO MAKING ANY SERVICE SHUTDOWNS TO MINIMIZE THE SHUTDOWN PERIOD. ALL PIT MATERIALS AND WORK ASSOCIATED WNH THIS SHALL BE CONSIDERED 'ROPGFJ U 1 _ 7 \ ry SUBSIDIARY TO THE VARIOUS ITEMS BIO PROFILE SCALE. E1I AIIUN=f 4 CONTRACTOR MAY BE REQUIRED TO USE TEMPORARY PLUGS FOR SEQUENCING 1" - 40' H y. TP 7/0 OF CONSTRUCTION AND TESTNG OF PROPOSED WATER LINES TEMPORARY 1" = 4' V EXIS IN( GROI Np� , _ --� L PLUGS SHALL BE CONSIDERED SUBSIDIARY TO THE VARIOUS ITEMS BID �� + r 5. THERE ARE EXISTING POWER POLES NEAR THE PROPOSED BORE PIT 0 40 80 120 e '% 0'� 005' \!r r CONTRACTOR SHALL MAKE PROVISIONS WIN ELECTRIC COMPANY TO BRACE AND — i0L I'IT N II PROTECT THE POWER POLE. ANY DAMAGE SHALL BE REPAIRED BY THE SCALE 1" = 40' PL CONTRACTOR THIS SHALL BE CONSIDERED SUBSIDIARY TO THE VARIOUS ITEMS O 5 BID. DA vRL CONTRACTOR TO CALL THE TXDOT INSPECTOR NOTED THE APPROVED PERMIT 48-HOURS PRIOR TO THE START OF CONSTRUCT TH ON. THE CONTRACTOR IS I� REWIRED TO CONTACT E LOT DISTRICT TRAFFIC SIGNAL SHOP AT REV COMMENTS BY DATE 817-370 TRAFFIC FOR LINE LOCALES IF BURIED PORTION OF THIS WORK IS NEAR FFFTTT / I TXDOT TRAFFIC SIGNALS '�/`� I PPNTR iCTOR AND CITY INSPECTOR TO CONTACT THE LI1Y'S WATER FIELD WERATONS loft O ALL ITEMS BEING REMOVED OR SALVAGED 1 _ 8. CONTRACTOR SHALL PROVIDE DOCUMENTS TO CITY INSPECTOR FOR ALL ITEMS REMOVED D LF R-S RAINE 1 1'" bI T 730 g CODTSALVAGED TO THE CITY'S FIELD WATER OPERATIONS WAREHOUSE 2J OR WATER tii R L�nazrl PIPF N ACT waftEHousE suPEftvlsoft JE us AM Ez AT (e1J) a9z w URT ��V CITY OF FORT WORTH, TEXAS -I L SYSTEMS SUPERVISOR MATT HEW DAVISSAT (BIJ)ft 944-82JJ DELIVER ALL SALVAGED =\�20P(—E� 2}TNCF _ iv nTHFI n An nPFn MATERIALS TO CITY of FORT WORTH HELD OPERATIONS LOCATED AT 1608 11TH AVE WATER DEPARTMENT -)` WORTH, TX 76102 -r4-1/0 —� • �Xf'T{IG TO- DI + = I 1 RED TO CITY OF FORT WgtIN FIELD w C, sa 1(„'EWE, ALLFORTSALVAC£0 MAIN CA MUST BE OEU _ PROTECT EXISBINc IN CALENDAR CONSTRUCTION AND USE EROSION CQNTROL AND WATER AND SANITARY SEWER 'X, 2�T� �\ 725 1 SEDIMENT CONTROL DEVICES RESTORE THE CHANNEL TO EXISTING MADE AND PROVIDE y 1 ERA ION CONTROL PROTECTION AT BLOCK THE HE DISTURBED SECTOR. DO NOT CHANGE THE REPLACEMENT ON CAMP BOWIE FLOW FROM US.377 TO IRENE STREET WATER METER SC E MILE NOTE BY / STA: STA OFFSET: NORTTING: EASTNG: DESCRIPTION: 720 BrEtea: PROPOSED 12-INCH WATER LINE B I a Wsr U) 1• WATER STA 0+00 TO END BERVOIS CUT AND PUUG -a_--- L ,� < wFt 1+A1.z2 ante eo.roz4.x zEwss. ivallE nw w �715 Mmrnxcrr) KimleV»>Horn L i ✓ ) o� �_o M S�I�r{roAFA ma. WUWtta+ aSSfHw�«n%nmBaBo-eM s METAx Pw F-' MDOETI I �W DATE SCALE PROJECT NO SHEET } � - o oBW8810.1R TSY_G0 (1) 5/1 WA1FRtN/t�s� RECCE CTGN (REPLACE DESIGN: SOW u e wATln DRAWN: TLH APR 1'=40'H CITY PROJECT _ rr`a n1m irvIz ,� nIz1710 YEIX- GEY) CHECKED JRT 2024 1"=4'V 05062 12 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 682-426-7023 Bill McCoy Utility & Row Manager 817-370-6950 (50) JOHNSON COUNTY AREA OFFICE Daniel Poole, P.E. Area Engineer 817-202-2900 TBA P.E. Assistant Area Engineer 817-202-2939 (51) WISE & JACK COUNTY AREA OFFICES Korey Coburn, 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 IH30) Maribel Rangel,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 9.0014,hoot to PRUNING SUGGESTIONS F— 1 0 a 3 Tll;� J. AA DESIRABLE TREE MODIFICATIONS PRESERVING SYMMETRY. UNDESIRABLE TREE MO DI FICA710 IN 5 Such irOO-line relatipriships as illustrated perpetuates high maintenance c43sls and right -Of -way unsightliness. DESIRABLE DESIRABLE DESIRABLE DESIRABLE UNDESIRABLE HNGESIRARLF: 6 UNDESIRABLE IDESIRABLE. IRernav a Ilrnb 4. 6, r arn "Ma I Ist cul L-t I,- .Z, a- J�. I al) Un4erouit /Yd8 -12' from tt I ��, mb main Vtm. nA Remove stub F ir'15Ned Cut with an even,i?h no trace flu6b cut. of slab. r. PROPER LIMB REMOVAL (Z'dia. or rno-e) Specifications for Utility Installations I I Fort Worth District GR-01 60 00 Product Requirements CITY OF FORT WORTH WATER REPLACEMENTS ON CAMP BOWIE (US ROUTE 377 TO IRENE ST) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105062-3 Revised July 1, 2011 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH WATER REPLACEMENTS ON CAMP BOWIE (US ROUTE 377 TO IRENE ST) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 105062-3 Revised July 1, 2011 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 IApprovall Spec No. IClasssification Manufacturer Model No. National Spec Size Water & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16) I 07/23/97 33 05 13 Urethane Hydrophilic Waterstop Asahi Kogyo K.K. Adeka Ultra -Seal P-201 ASTM D2240/D412/D792 I 04/26/00 33 05 13 Offset Joint for 4' Diam. MH Hanson Concrete Products Drawing No. 35-0048-001 I 04/26/00 33 05 13 Profile Gasket for 4' Diam. MH. Press -Seal Gasket Corp. 250-4G Gasket ASTM C-443/C-361 SS MH I 1126199 33 05 13 HDPE Manhole Adjustment Rings Ladtech, Inc HDPE Adjustment Ring Traffic and Non -traffic area I 5/13105 33 05 13 Manhole External Wrap Canusa - CPS WrapidSeal Manhole Encapsulation System I Water & Sewer - Manholes & Bases/Fiberglass 33-39-13 (1/8/13) I I 1126199 33 39 13 Fiberglass Manhole Fluid Containment, Inc. Flowthe ASTM 3753 Non -traffic area I 08/30/06 I 33 39 13 Fiberglass Manhole L.F. Manufacturing Non -traffic area I Water & Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16) I33 05 13 IManhole Frames and Covers I Western Iron Works, Bass & Hays Foundry 1001 24"x40" WD Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16) " 33 05 13 Manhole Frames and Covers Western Iron Works, Bass & Hays Foundry 30024 24" Dia. * 33 05 13 Manhole Frames and Covers McKinley Iron Works Inc. A 24 AM 24" Dia. I 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R-1272 ASTM A48 & AASHTO M306 24" Dia. I 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry NF 1274 ASTM A48 & AASHTO M306 30" Dia. I33 05 13 Manhole Frames and Covers Sigma Corporation MH-144N I33 05 13 Manhole Frames and Covers Sigma Corporation MH-143N I33 05 13 Manhole Frames and Covers Pont-A-Mousson GTS-STD 24" this. I3305 13 Manhole Frames and Covers Neenah Casting 24" this. I 10/31/06 3305 13 Manhole Frames and Covers (Hinged) Powerseal Hinged Ductile Iron Manhole ASTM A536 24" Dia. I 7/25/03 3305 13 Manhole Frames and Covers Saint-Gobain Pipelines (Pamnex/nexus) RE32-R8FS 30" Dia. I 01/31/06 3305 13 30" Dia. MH Ring and Cover East Jordan Iron Works V 1432-2 and V 1483 Designs AASHTO M306-04 30" Dia. I 11/02/10 3305 13 30" Dia. MH Ring and Cover Sigma Corporation MH165IFWN & MH16502 30" Dia I 07/19/11 33 05 13 30" Dia. MH Ring and Cover Star Pipe Products NIH32FTWSS-DC 30" Dia I 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 ASSITID MI 05 & ASTM A536 30" Dia I 06/01/17 3405 13 30" Dia. MH Ring and Cover (Lockable) CI SIP Industries 2280 (32") ASTM A 48 30" Dia. I 12/05/23 3405 13 30" Dia. MH Ring and Cover (Hinged & Lockable) CI SIP Industries 4267WT - Hinged (32") ASTM A 48 30" Dia. CAP-ONE-30-FTW, Composite, w/ Lock .111111 33 M 13 30" Dia. MH Ring and Cover Composite Access Products, L.P. w/o Hmg 30" Dia. I 10/07/21 I 3405 13 30" Dia. MH Ring and Cover Trumbull Manufacturing 32"(30") Frame and Cover 30" Dia. I Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/16) I* 3305 13 Manhole Frames and Covers Pont-A-Mousson Fortnight 24" Dia. I I3305 13 Manhole Frames and Covers Neenah Casting 24" Dia. I I3305 13 Manhole Frames and Covers Western Iron Works,Bass & Hays Foundry 300-24P 24" Dia. I I * 3305 13 Manhole Frames and Covers McKinley Iron Works Inc. WPA24AM 24" Dia. I I 03/08/00 3305 13 Manhole Frames and Covers Accucast RC-2100 ASTM A 48 24" Dia. I I 04/20/01 I 3305 13 Manhole Frames and Covers (SIP)Serampore Industries Private Ltd. 300-24-23.75 Ring and Cover ASTM A 48 24" Dia. I Water & Sewer - Manholes & Bases/Precast Concrete Bev 1/8/131 I * 33 39 10 Manhole, Precast Concrete Hydro Condurt Corp SPL Item 449 ASTM C 478 48" I * 33 39 10 Manhole, Precast Concrete Wall Concrete Pipe Co. Inc. ASTM C-443 48" I 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 I 12/05/23 33 39 10 Manhole, Precast Concrete The Turner Company 72" I.D. Manhole w/ 32" Cone ASTM C 478 72" I 05/08/18 33 39 10 Manhole, Precast Concrete The Turner Company 48", 60" I.D. Manhole w/ 32" Cone ASTM C 478 48", 60" Manhole, sr• upenprg and Plat top, (No 09/03/24 33 39 10 Manhole, Precast Concrete Oldcastle Precast Inc. Transition Cones) ASTM C 478 48" to 84" I.D. I 06/09/10 33 39 10 Manhole, Precast (Reinforced Polymer)Concrete US Composite Pipe Reinforced Polymer Concrete ASTM C-76 48" to 72" I 09/06/19 33 3920 Manhole, Precast Concrete Forterra Pipe and Precast 60" & 72" I.D. Manhole w/32" Cone ASTM C-76 60" & 72" I 10/07/21 32 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 48" I.D. Manhole w/32" Cone ASTM C-77 48" I 10/07/21 33 3920 Manhole, Precast (Reinforced Polymer) Concrete Armorock 48" & 60" I.D. Manhole w/32" Cone 48" & 60" I 10/07/21 33 3920 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; -1/07/23 33 3920 Manhole, Precast Concrete AmeriTex Pipe and Products, LLC 48" & 60" I.D. Manhole w/32" Cone ASTM C-443 I 03/07/23 33 3920 Manhole, Precast (Reinforced Polymer) Concrete P3 Polymers, RockHardsep 48" & 60" I.D. Manhole w/32" Cone I 04/28/07 Manhole, Precast (Reinforced Polymer) Concrete Amiteeh USA Meyer Polycrete Pipe I Sewer -(WAC) Wastewater Access Chamber 33 39 40 I For use when Std. MH cannot be 12/29/23 33 39 20 Wastewater Access Chamber Onickstream Solutions, Inc. Type 8 Maintenace Shaft (Poopit) installed due to depth I Water & Sewer - Manholes & Bases/Rehab Svstems/Cementitious I I * EI-14 Manhole Rehab Systems Ouadex I I 04/23/01 E1-14 Manhole Rehab Systems Standard Cement Materials, Inc. Reliner MSP I E1-14 Manhole Rehab Systems AP/M Permaform I I 4/20/01 E1-14 Manhole Rehab System Strong Company Strong Seal MS2A Rehab System I I 5/12/03 E1-14 Manhole Rehab System (Liner) Triplex Lining System MH repair product to stop infiltration ASTM D5813 I I08/30/06 I General Concrete Repair FlcxKretc Technologies Vinyl Polyester Repair Product Misc. Use I I * From Original Standard Products List 1 FORT WORTH® CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 (Approval Spec No. IClasssification I Manufacturer Model No. national Spec Size Water & Sewer - Manholes & Bases/Rehab Svstems/NonCementitious I 05/20/96 E1-14 Manhole Rehab Systems Spraynal Spray Wall Polyurethane Coating ASTM D639/13790 I I 12/14/01 Coating for Corrosion protection(Exterior) ERTECH Series 20230 and 2100 (Asphatic Emulsion) Structures Only I I 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1BB, Sl, S2 Acid Resistance Test Sewer Applications I I8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications I 33 01 16, 33 39 10, RR&C Dampproofing Non-Fibered Spray For Exterior Coating of Concrete 03/19/18 I 33 39 20 Coating for Corrosion protecticn(Exterior) Sherwin Williams Grade (Asphatic Emulsion) Structures Only I Water & Sewer - Manhole Inserts - Field Onerations Use Only (Rev 2/3/16) I * 33 05 13 Manhole Insw Knutson Enterprises Made to Order - Plastic ASTM D 1248 For 24" dia. I * 33 05 13 Manhole Insert South Western Packaging Made to Order - Plastic ASTM D 1248 For 24" dia. I * 3305 13 Manhole Insert Nofiow-Inflow Made to Order - Plastic ASTM D 1248 For 24" dia. I 09/23/96 3305 13 Manhole Insert Southwestern Packing & Seals, Inc. LifeSaver - Stainless Steel For 24" dia. I 09/23/96 3305 13 Manhole Insert Southwestern Packing & Seals, Inc. TetherLok - Stainless Steel For 24" dia I Water & Sewer - Pine Casine Spacers 33-05-24 (07/01/13) I 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) FB-12 Casing Spacer (Coated Carbon Steel) 03/19/18 Casing Spacers BWM for Non_rressure Pipe and Grouted Casing 03/29/22 33 M 13 Casing Spacers CCI Pipeline Systems CSC12, CSS12 Per Manufacturers Requirements (Sewer 09/03/24 33 M 13 Casing Spacers Race (Completely HDPE) Applications Only) 8^ _ 12" (Sewer Only) I Water & Sewer - Pipes/Ductile Iron 33-11-10(1/8/13) I I * 33 11 10 Ductile Iron Pipe Griffin Pipe Products, Co. Super Bell-Tite Ductile Iron Pressure Pipe, AW WA C150, C151 I 3" thru 24" OS/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Fastite Pipe (Bell Spigot) AW WA C150, C151 4" thru 30" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Flex Ring (Restrained Joint) AW WA C150, C151 4" 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 Jon Pipe Co. AW WA C150, C151 Water &Sewer -Utility Line Marker (08/24/2018) I Sewer - Coatiini,s/EDoxv 33-39-60 (01/08/131 I 02/25/02 Epoxy Lining System Sauereisen, Inc S—Gard 21 ORS LA County 4210-1.33 I 12/14/01 Epoxy Lining System Ertech Technical Coatings Ertech 2030 and 2100 Series I 04/14/05 Interior Ductile Iron Pipe Coating Induron Protecto 401 ASTM B-117 Ductile Iron Pipe Only I01/31/06 Coatings f Corrosion Protection Chesterton Arc 791, SIBB, Sl, S2 Acid Resistance Test Sewer Applications I8/28/2006 I Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications I I Sewer - Coatines/Polvurethane I I I Sewer - Combination Air Valves I I 05/25/18 I 33-31-70 Air Release Valve A. -I. USA, Inc. D0251P02(Composite Body) 2" I I I Sewer - Pipes/Concrete I * 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 * EI-04 Conc. Pipe, Reinforced Hanson Concrete Products SPL item #95 P laribele,- ASTM C 76 * EI-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. Inc. ASTM C 76 Sewer - Pipe Enlargment Svstem (Method)33-31-23 (01/18/13) M System PIM Corporation Polyethylene PIM Corp., Piscam Way, 11.1. Approved Previously I Connell Systems �PRS McLat Construction Polyethylene Houston, Texas Approved Previously I I Systems Trcnchless Replacement Svstem Polyethylene Calgary, Canada Approved Previously I I Sewer - PiDe/Fiberglass Reinforced/ 33-31-13(1/8/13) I 7/21/97 3331 13 Cent. Cast Fiberglass (FRP) Hates Pipe USA, Inc. Hobas Pipe (Non -Pressure) ASTM 133262/133754 I I 03/22/10 3331 13 Fiberglass Pipe (FREI Amcron Bondstrand RPMP Pipe ASTM D3262/1)3754 I I 04/09/21 3331 13 Glass -Fiber Reinforced Polymer Pipe (FRP) Thompson Pipe Group Thompson Pipe (Flowtite) ASTM 133262/133754 I ASTM D3262, ASTM D3681, 03/07/23 3331 13 Fiberglass Pipe (FRP) Future Pipe Industries Fiberstrong FRP ASTM D4161, AW WA M45 ASTM D3262, ASTM D3517, 09/03/24 I 3331 13 Fiberglass Pipe (FRP) Superlit Boru Sanayi A.S. Superlit FRP ASTM 3754, AW WA C950 I * From Original Standard Products List 2 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 IApprovall Spec No. [Classsification I Manufacturer I Model No. I National Spec I Size Sewer - Piue/Polvmer Pioe 4/14/05 Polymer Modified Concrete Pro, Amrtech USA Meyer Polycrete Pipe AS— C33, A276, -11 8" to 102", Class V 06/09/10 El-9 Reinforced Polymer Concrete Pipe US Composite Pipe Reinforced Polymer Concrete Pipe ASTM C-76 Sewer - Piues/HDPE 33-31-23(1/8/131 * High-dens�ry polyethylene pipe Phillips Dnscooipe, hp:. Opticore Ductile Polyethylene Pipe ASTM D 1248 8" * High -ma ty polyethylene pipe Plesco Inc. ASTM D 1248 8" * High -density polyethylene pipe Polly Pipe, Inc. ASTM D 1248 8" High-densnv polyethylene pipe CSR Hydro Conduit/Pipeline Systems McConnell Pipe Enlargement ASTM D 1248 Sewer - PiDes/PVC (Pressure Sewer) 33-11-12 (4/1/131 12/02/11 33-11-1� DR -Id PVC Pressure Pipe Pipch. letstream PVC Pressure Pipe AW WA C900 4" thou 12" 10/22/14 33-11-12 DR-14 PVC Pressure Pipe Royal Budding Products Royal Seal PVC Pressure Pipe AW WA C900 4" thou 12" Sewer - PiDes/PVC* 33-31-20 (7/1/13) * 33-31-20 PVC Sewer Pipe 1-M Manufacturing Co., Inc. (JM Eagle) SDR-26 (PSI 15) ASTM D 3034 4" - 11" 12/23/97* 33-31-20 PVC Sewer Pipe Diamond Plastics Corporation SDR-26 (PSI 15) ASTM D 3034 4" thru 15" * 33-31-20 PVC Sewer Pipe Lamson Won Pipe SDR-26 (PSI 15) ASTM D 3034 4" thru 15" 12/05/23 33-31-20 PVC Sewer Pipe Vinyltech PVC Pipe SDR-26 (PSI 15) ASTM D3034 4" thru 15" 12/05/23 33-31-20 PVC Sewer Pipe Vinyltech PVC Pipe Graytty Sewer PS 115 ASTM F 679 18" * 33-31-20 PVC Sewer PiJ7e 1-M Man ufacturin\v�Co, Ina (JM Eagle) PS 115 ASTM F 679 18" - 28" 05/06/05 33-31-20 PVC Solid Wall Pipe Diamond Plastics Corporation PS 115 ASTM F-679 18" to 48" 04/27/06 33-31-20 PVC Sewer Finings Harco SDR-26 (PS 115) Gasket Finings ASTM D-3034, D-1784, etc 4" - 11" * 33-31-20 PVC Sewer Finings Plastic Trends, Ina.(Weadake) Gasketed PVC Sewer Main Finings ASTM D 3034 1 3/19/2018 33 3120 PVC Sewer Pipe Aoelife Jet Stream SDR 26 (PS 115) ASTM F679 18"- 24" 1 3/19/2018 33 3120 PVC Sewer Ppe Aoelife Jet Stream SDR 26 ASTM D3034 4"- 15" 1 3/29/2019 33 3120 Gasketed Fittings (PVC) GPK Products, Inc. SDR 26 ASTM D3034 4"- 15" 1 10/21/2020 33 3120 PVC Sewer Pipe NAPCO(Westlake) SDR 26 ASTM D3034 4" - 11" 1 10/22/2020 33 3120 PVC Sewer Pipe Sanderson Pipe Corp. SDR 26 ASTM D3034 4"- 15" 1 10/21/2020 33 3120 PVC Sewer Pipe NAPCO(Westlake) SDR 26 PS 115 ASTM F-679 18"-36" * From Original Standard Products List FORT WORTH® CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 (Approval Spec No. IClasssification Manufacturer Model No. National Spec Size Water - Auour^enances 33-12-10 (07/01/13) 09/03/24 33-12-10 Double Strap Saddle Ford Meter Box Co., Inc 202B 1"1" SVC, up to 16" Pipe 01/18/18 33-12-10 Double Strap Saddle Romac 202NS Nylon Coated AWWA C800 1"1" SVC, up to 24" Pipe 08/28/02 Double Strap Saddle Smith Blair 4317 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"1" SVC, up to 24" Pipe 03/07/23 33-12-10 Double Strap Service Saddle Powerseal 3450AS, Incl. Corp. Stop, Dbl Strap, Stainless NSF ANSI 372 1"-2" SVC, up to 24" Pipe 10/27/87 Curb Stops -Ball Meter Valves McDonald 6100M,6100MT & 61 OMT 3/4" and 1" 1.1.7 Curb Stops -Ball Meter Valves McDonald 4603B, 4604B, 6100M, 610OTM and 6101M 1%" and 2" FB600-7NL, FB1600-7-NL, FV23-777-W-NL, 111101. 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. L22-77NL AWWA C800 _ FB600-6-NL, FB1600-6-NL, FV23-666-W- 1/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. NL, L22-66NL AWWA C800 1-1/2" FB600-4-NL, FB1600-4-NL, B11-444-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, ANSE 61, 1/21/2.1. 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, ANSE 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, ANSE 61, 1/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 1553ON 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 Steep 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 Steep JCM Industries, Inc. 415 Tapping Sleeve AWWA C-223 Concrete Pipe Only 05/10/11 Tapping Sleeve (Stainless Steep Powerseal 3490AS (Flange) & 3490MJ 4"-8" and 16" 02/29/12 33-12-25 Tapping Sleeve (Coated Steep 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 Steep 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 DEW Plastics Inc. DFW37C-12-IEPAF FTW Plastic Meter Box w/Composite Lid DEW Plastics Inc. DFW39C-12-IEPAF FTW 08/30/06 Plastic Meter Box w/Composite Lid DEW Plastics Inc. DFW65C-14-IEPAF FTW Class "A" Concrete Meter Box Bass & Hays CMB37-B12 1118 LID-9 Concrete Meter Box Bass & Hays CMB-18-Dual 1416 LID-9 Concrete Meter Box Bass & Hays CMB65-B65 1527 LID-9 Water - Bolts. Nuts. and Gaskets 33-11-05 (01/08/13) None Water - Combination Air Release 33-31-70 (01/08/13) * E1-11 Combination Air Release Valve GA Industries, Inc. Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A 1" & 2" * EI-11 Combination Air Release Valve Multiplex Manufacturing Co. Crispin Air and Vacuum Valves, Model No. 1/2" 1" & 2" * EI-11 Combination Air Release Valve Valve and Primer Corp. APCO #143C, #145C and #147C 1", 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 1.11.7 E-1-12 DryBarrel Fire Hydrant Mueller Company A423 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 09/16/97 E-1-12 Dry Barrel Fire Hydrant American Flow Control (AFC) Waterous Pacer WB67 AWWA C-502 08/12/16 33-12-40 Dry Barrel Fire Hydrant EJ (East Jordan Iron Works) WaterMaster 5CD250 Water - Meters 02/05/93 E101-5 Detector Check Meter Ames Company Model 1000 Detector Check Valve AW WA 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 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 IApprovall Spec No. IClasssification Manufacturer Model No. national Spec Size Water - Pioes/PVC (Pressure Water) 33-31-70 (01/08/13) AW WA C900, AW WA C605, 1.113 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR14 ASTM D1784 4"-16" AW WA C900, AW WA C605, 1.113 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR18 ASTM D1784 16"-18" AW WA C900, AW WA C605, 0.314 33-11-12 PVC Pressure Pipe Northern Pipe Products DR14 ASTM D1784 4"-16" AW WA C900, AW WA C605, 0.314 33-11-U PVC Pressure Pipe Northern Pipe Products DR18 ASTM D1784 16"-18" 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR14 AW WA C900 4"-12" 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR18 AW WA C900 16"-24" 5/25/2018 3311 12 PVC Pressure Pipe Diamond Plastics Corporation DR 14 AW WA C900 4"-12" 5/25/2018 3311 12 PVC Pressure Pipe Diamond Plastics Corporation DR 18 AW WA C900 16"-24" AW WA C900-16 UL 1285 12/6/2018 3311 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 14 ANSIMSF 61 4"-28" FM 1612 AW WA C900-16 UL 1285 12/6/2018 3311 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 18 ANSIMSF 61 16"-24" FM 1612 9/6/2019 33 11 12 PVC Pressure Pipe Underground Solutions Inc. DR14 Fusible PVC AW WA C900 4" - 8" 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR18 AWWA C900 16"-24" 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR14 AW WA C900 4"- 12" 9/6/2019 33 11 12 PVC Pressure Pipe Sanderson Pipe Corp. DR14 AW WA C900 4"- 12" Water - PinesNalves & Fittings/Ductile Iron Fittines 33-11-11 (01/08/13) 07/23/92 EI-07 Ductile Iron Fittings Star Pipe Products, Inc. Mechanical Joint Fittings AW WA C153 & C110 * E1-07 Ductile Iron Fittings Griffin Pipe Products, Co. Mechanical Joint Fittings AW WA C 110 * E1-07 Ductile Iron Fittings McWane/lyler Pipe/ Union Utilities Division Mechanical Joint Fittings, SSB Class 350 AW WA C 153, C 110, C 111 08/11/98 EI-07 Ductile Iron Fittings Sigma, Co. Mechanical Joint Fittings, SSB Class 351 AWWAC 153, C 110, C 112 02/26/14 EI-07 MJ Fittings Accucast Class 350 C-153 MJ Fittings AW WA C153 4"-12" 05/14/98 EI-07 Ductile Iron Joint Restraints Ford Meter Box CoXin-Flange Uni-Flange Series 1400 AW WA CI I IIC153 4" to 36" 05/14/98 E1-24 PVC Joint Restraints Ford Meter Box CoXin-Flange Uni-Flange Series 1500 Circle -Lock AW WA CI I IIC153 4" to 24" 11/09/04 E1-07 Ductile Iron Joint Restraints One Bolt, Inc. One Bolt Restrained Joint Fitting AWWAC111/CI16/C153 4"to12" 02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 1100 (for DI Pipe) AW WA CI11/C116/C153 4" to 42" 02/29/12 33-11-11 PVC Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 2000 (for PVC Pipe) AW WA CI11/C116/C153 4" to 24" 08/05/04 EI-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLC4 - SLC10 AW WA CI I IIC153 4" to 10" 03/06/19 33-I1-I1 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCS4 - SLCS12 AW WA C111/C153 4" to 12" 08/05/04 EI-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCE AW WA C111/C153 12" to 24" 08/10/98 E1-07 MJ Fittings(DIP) Sigma, Co. Sigma One-Lok SLDE AW WA C153 4" - 24" 10/12/10 E1-24 Interior Restrained Joint System S & B Techncial Products Bulldog System ( Diamond Lok 21 & JM ASTM F-1624 4" to 12" 08/16/06 E1-07 Mechanical Joint Fittings SIP Industries(Serampore) Mechanical Joint Fittings AW WA C153 4" to 24" 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. PVC Stargrip Series 4000 ASTM A536 AW WA CI I I 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. DIP Stargrip Series 3000 ASTM A536 AW WA CI I I EZ Grip Joint Restraint (EZD) Black For DIP .3119118 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) ASTM A536 AW WA CI I I 3"-48" EZ Grip Joint Restraint (EZD) Red for C900 03/19/18 33-11-11 Mechanical Joint Retaner Glands SIP Industries(Serampore) DR14 PVC Pipe ASTM A536 AW WA CI I I 4"-12" EZ Grip Joint Restraint (EZD) Red for C900 03/19/18 33-1141 Mechanical Joint Retaner Glands SIP Industnes(Serampore) DR18 PVC Pipe ASTM A536 AW WA C111 16"-24" * From Original Standard Products List 5 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 Approval Spec No. [Classsification Manufacturer Water Pines & Fittings/Resilient Seated Gate 33-12-20 (05/13/151, Model No. national Spec Size - alves Resilient Wedged Gate Valve w/no Gears alve* American Flow Control Series 2500 Drawing # 94-20247 16" I I 12/13/02 Resilient Wedge Gate Valve American Flow Control Series2530 and Series 2536 AW WA C515 30" and 36" I I 08/31/99 Resilient Wedge Gate Valve American Flow Control Senes 2520 & 2524 (SD 94-20255) AW WA C515 20" and 24" I I 05/18/99 Resilient Wedge Gate Valve American Flow Control Series 2516 (SD 94-20247) AW WA C515 16" I I 10/24/00 E1-26 Resilient Wedge Gate Valve American Flow Control Series 2500 (Ductile Iron) AW WA C515 4" to 12" I I 08/05/04 Resilient Wedge Gate Valve American Flow Control 42" and 48" AFC 2500 AW WA C515 42" and 48" I I 05/23/91 E1-26 Resilient Wedge Gate Valve American AVK Company American AVK Resilient Seaded GV AW WA C509 4" to 12" I I 01/24/02 E1-26 Resilient Wedge Gate Valve American AVK Company 20" and smaller I I * E1-26 Resilient Seated Gate Valve Kennedy 4" - 12" I I E1-26 Resilient Seated Gate Valve M&H 4" - 12" I I * E1-26 Resilient Seated Gate Valve Mueller Co. 4" - 12" I I 11/08/99 Resilient Wedge Gate Valve Mueller Co. Series A2361 (SD 6647) AW WA C515 16" I 01/23/03 Resilient Wedge Gate Valve Mueller Co. Series A2360 for 18"-24" (SD 6709) AW WA C515 24" and smaller I 05/13/05 Resilient Wedge Gate Valve Mueller Co. Mueller 30" & 36", C-515 AW WA C515 30" and 36" I 01/31/06 Resilient Wedge Gate Valve Mueller Co. Mueller 42" & 48", C-515 AW WA C515 42" and 48" I 01/28/88 E1-26 Resilient Wedge Gate Valve Clow Valve Co. AW WA C509 4" - 12" I 10/04/94 Resilient Wedge Gate Valve Clow Valve Co. 16" RS GV (SD D-20995) AW WA C515 16" I 11/08/99 E1-26 Resilient Wedge Gate Valve Clow Valve Co. Clow RW Valve (SD D-21652) AW WA C515 24" and smaller I 11/29/04 Resilient Wedge Gate Valve Clow Valve Co. Clow 30" & 36" C-515 AW WA C515 30" and 36" (Note 3) 11/30/12 Resilient We Gate Valve Clow Valve Co. Clow Valve Model 2638 AW WA C515 24" to 48" (Nora 3) 05/08/91 E1-26 Resilient Seat eedd Gate Valve Stockham Valves & Fittings AW WA C 509, ANSI 420 - stem, 4" - 12" I * E1-26 Resilient Seated Gate Valve U.S. Pipe and Foundry Co. Mcuoseal 250, requirements SPL #74 3" to 16" 10/26/16 33-12-20 Resilient Seated Gate Valve EJ (East Jordan Iron Works) EJ FI—Master Gat. Valve & Boxes 08/24/18 Mateo Gate Valve Matco-Norca 225 MR AW WA/ANSI C115/An21.15 4" to 16" I Water - Pioes/Valves & Fittings/Rubber Seated Butterfly Valve 33-12-21 (07/10/14) I I * EI-30 Rubber Seated Butterfly Valve Henry Pratt Co. AW WA C-504 24" I * E1-30 Rubber Seated Butterfly Valve Mueller Co. AW WA C-504 24"and smaller I 1/11/99 E1-30 Rubber Seated Butterfly Valve Dezurik Valves Co. AW WA C-504 24" and larger I 06/12/03 E1-30 Valmatic American Butterfly Valve Valmatic Valve and Manufacturing Corp. Valmahc American Butterfly Valve. AW WA C-504 Up to 84" diameter I 04/06/07 E1-30 Rubber Seated Butterfly Valve M&H Valve M&H Style 4500 & 1450 AW WA C-504 24" to 48" I 03/19/18 33 1221 Rubber Seated Butterfly Valve G. A. Industries (Golden Anderson) AW WA C504 Butterfly Valve AW WA C-504 30"-54" I I 09/03/24 I 33 1221 Rubber Seated Butterfly Valve American AVK Company AW WA C504 Butterfly Valve Class 250B AW WA C-504 24" - 48" I I Water - Polvethvlene Encasement 33-11-10 (01/08/13) I 05/12/05 E1-13 Polyethylene Encasmcnt Fl-sol Packaging Fulton Enterprises AW WA C105 8 it LLD I I 05/12/05 E1-13 Polyethylene Encasmcnt Mountain States Plastics (MSP) and AEP Ind. Standard Hardware AW WA C105 8 mil LLD I I 05/12/05 E1-13 Polyethylene Encasmcnt AEP Industries Bullstrong by Cowtown Bolt & Gasket AW WA C105 8 mil LLD I I 09/06/19 33-11-11 IPolvethylene Encasment Northtown Products Inc. PE Encasement for DIP AW WA C105 8 mil LLD I I Water - SamnlinH Station I 03/07/23 33 12 50 lWater Sampling Station Kupf le Foundry Company Eclipse, Number 88, 12-inch Depth ofBury As shown in spec. 33 12 50 09l02F24 3344-M - Sampling Statio is, hie -D NL, ReezeThis Proof, I !asp for Lacking Access Hatch product removed Water - Automatic Flusher HG6-A-IN-2-BRN-LPRR(Portable) 1.110 Automated Flushing System Mueller Hydrosami d HG2-A-IN--2-PVC-018-LPLG(Perno,... ) 04/09/21 Automated Flushing System KupliMe Foundry Company Eclipse #9800wc 04/09/21 I Automated Flushing System Kupferle Foundry Company Eclipse #9700 (Portable) I 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 CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 Class A (Sidewalk, ADA Ramps, Driveways, Curb/Guner, Median Pavement) 9/92022 03 30 00 Ma Design American carte C'sawy 30CAF029 9/92022 03 30 00 M. Design Argos DIOOOOO1043S 9/9/2022 03 30 00 M. Design Argos DIOOO0001055 6/24/2024 03 30 00 M. Design MR Town Concrete 302050-1 9/92022 03 30 00 M. Design Bum.. Texas 30U101AG 4/12024 03 30 00 M. Dcagn Bumco Texas 30USOOBG 9/92022 033000 M. Des Carder Concrete FWCC502001 9/92022 033000 M. Design Carder Concrete FWCC502021 9/92022 033000 Ma Design Charleys Concrete 3759 9/9/2022 033000 Ma Design Charleys Concrete 4502 9/92022 033000 Ma Design Chisholm Tral Rcdr Ma C13020AE 9/92022 033000 Ma Design City Concrete Company 30HA2011 9/92022 03 30 00 Ma Design Cow Town Rcdr Ma 253-W 9/92022 033000 Ma Design Cow To—Rcdr Ma 250 9/92022 033000 Ma Design Cow To—Rcdr Ma 350 1/29/2024 033000 Ma Design Espada Ready M. R3050AEWR 9/92022 03 30 00 Mix Design GCH Concrete Services GCH4000 9/92022 033000 Mix Design Holcn-SOR, We 1261 9/92022 033000 Mix Design Holcn-SOR, Jac 5177 9/92022 03 30 00 M. Design Holcim - SOR, Wc. 5409 9/92022 033000 M. Design Wgmm Concrete&Aggregates 2MWR-147QW5D5 9/9/2022 03 30 00 M. Design Ing = Concrete & Aggregates 2MWR-70J23504 4/72023 033000 M. Design Liquid Stone C301D 9/92022 03 30 00 M. Design Mart. Manctta R2136214 9/92022 03 30 00 M. Design Mart. Manetta R2136014 4/12023 03 30 00 M. Design Man. Mnetta R21361414 6/12023 03 30 00 M. Design Man. Mancha R2136R20 6/12023 033000 Ma Design Mart. Mancha R21361420 112/2022 033000 Ma Design Mal. Mancha R2141K24 8/42023 033000 Ma Design Marta, Manetta R2136R14 4/72023 03 30 00 Ma Design Martin Mancha R2136K14 9/92022 03 30 00 Ma Design Mat. Manetta R2131314 9/92022 03 30 00 Ma Design Mart. Manetta R2132214 9/92022 03 30 00 Ma Design Mart. Manctta D9490SC 10/4/2023 033000 Ma Design NBRReady Mue CLS A-YY 1 OA/2023 033000 Mix Design NBR Ready Mix CLS A -NY 033000 Mix Des.g Osbum 30A50MR 17/10/2023 I/18/2023 03 30 00 Mix Design Rapid Rcdr Mix RRM5020A 11/24/2023 03 30 00 M. Design Rapid Redi M. RRM5525A �9/9/2022 03 30 00 M. Design Redr-Mix IOLI1504 9/92022 03 30 00 Ma Design Redr-Min 10J11524 9/9/2022 03 30 00 M. Design Redr-Min VOJ11524 9/92022 03 30 00 M. Design SRM Concrete 30050 9/92022 03 30 00 M. Design Tarrant Concrete FW5025A 9/92022 03 30 00 M. Design Tarrant Concrete CP5020A 10/102/22 133110 Mw Design Taman Comets TCFW5020A 9/9/2022 033000 M. Design Tarrant Concrete FW5525A2 9/9/2022 3 30 00 033000 Ma Design Trin Ready Min 3020AE 9/9/2022 03 3000 Ma Design Tme Gnt Redr Ma 0250 230 9/9/2022 03 30 00 Ma DeZ Tme Gnt Redr M. 0250 2301 Class CB (In Manholes, Junction Boxes,k.ncasement. Blocicht, Collars, Liehtpc Ie Foundations) 9/92022 0330 00 Mu Design American Concrete Company 40CNF065 9/9/2022 03 30 00 M. Design Argos D70000001061 9/9/2022 03 30 00 M. Design Argos D70000001055 9/9/2022 03 30 00 Mu Design Argos DI000001615 9/92022 03 30 00 M. Design ChaWy's Cncretc 4502 9/92022 03 30 00 M. Design Bumco Texas 40U5OOBG 9/92022 03 30 00 M. Design Cow Town Rcdr M. 255-2 9/92022 033000 M. Design Cow Town Rcdr Ma 355 9/92022 03 30 00 Ma Design Cow Town Redr Ma 255 9/9/2022 03 30 00 Ma Design Cow Town Redr Ma 2" 9/92022 03 30 00 Ma Design Cow Town Redr Ma 370 9/9/2022 03 30 00 Ma Design Cow Town Red, Ma 353 9/92022 03 30 00 Ma Design Cow Town Red, Ma 257 9/92022 03 30 00 Ma Design Cow Towv Red, Ma 357 9/92022 033000 Ma Design Holcn-SOR, Wc. 1701 9/92022 033000 Ma Design Holcn-SOR, Wc. 1551 9/92022 033000 Mix Design Holcn-SOR, Wc. 5409 4272023 033000 Mix Design Lrqurd Stan, C361DNFA 9/92022 03 30 00 Mix Design Mann Marc. R2141230 8/4/2023 03 30 00 M. Design Mat. Manetta R2141 R24 11202023 03 30 00 M. Design Mart. Manetta R2146R33 11/20/2023 03 30 00 M. Design Mart. M.—R2146K33 9/9/2022 03 30 00 M. Design Mart. M.—R2142233 9/9/2022 03 30 00 M. Design Mart. Matta R2136224 9/9/2022 03 30 00 M. Design Mart. Matta R2141233 9/9/2022 03 30 00 M. Design Mart. Matta R2146038 8/42023 03 30 00 M. Design Mart. Mancha R2146R35 9/122023 3 30 00 033000 Ma Design NOR Ready Ma CLS PI-YY 9/9/2022 03 30 00 Ma Design NOR Ready M. TX CYY 9/9/2022 033000 3 30 00 Ma Design NOR Ready Ma TX C-NY 1/182023 033000 Ma Design Rapid Rcdr Ma RRM5320A 1/18/2023 03 30 00 Ma Design Rapid Rc& Ma RRM6020ASS 9/9/2022 033000 Ma Design Rd AA. IRJ11524 9/9/2022 03 30 00 Ma Design Rd AA. 15611524 12/5/2022 03 30 00 M. Design Redr-M. IOK115C4 )00 psr Concrete for Sidewalks & ADA Ramps )00 psr Concrete for Sidewalks, Curbs )00 psr Coa—Ir for Wleta, Juvclinn Boxes, Manholes, Chanel L.—, Sidewalks, Dnveway,, Curb & Guner )00 psr Covaele for Curbs and Stdewalks )00 psr Concrete M. for Flatwork )OOpsi Coac.. Ma for Sidewalks )00 psr for Sidewalk,, Dnveways, Ramps, Cmb &Gutter, FWtwork 500 psr concrete for Sidewalk,, Dnveways, Ramps, Cmb &Gutter )00 psr Concrete Ma for Sidewalks )00 psr Concrete Ma for Sidewalks )00 psr Comets for D—ays, Curb & Gutter )00 psr Comets Ma for Blocking Sidewalks, Fl—.,k, I.& )00 psi Concrete Ma Sidewalks, ADA Ramps, Dnveways, Curb & Gutter, Safety End Treatments, Non-TxDOT Rc—.g Walls )00 psr Concrete Ma for Sidewalks, Dnveways, ADA Ramps )00 psr Concrete Ma for Sidewalks, Dnveways, ADA Ramps 00 Sacks / 3,000 psi Concrete for Salcwalks, Ramps, Wlets, and Manholes )00 psi Concrete for for Sidewalks, Ramps, Headwalls, laic., and Simm Drain Sao— )00 psi Coccrete Mix for Sidewalks )00 psi Coccrete Mix for Sidewalks )00 On Cmv r Ma f Sidewalks, h I N )00 On Cm,,(, Ma for Sidewalks, ADA Ramps )00 On Corset, for Sidewalk, ADA Ramps 000 psi Cc— for Sidewalks, Approaches, and Dnveways. 000 psi C—.w for Sidewalks & Ramps 000 pa C—.w for Sidewalks & Ramps 00 sack / 3,000 psr cenc.. for Sidewalks 000 psr Coac.. for Sidewalks and Ramps 000 psr Coac.. for Sidewalks and Ramps 000 psr Concrete for J.-- Boxes, Sidewalks and Ramps 00 such / 3,500 psr Concrete for Sidewalks and Ramps 000 psr concrete for sidewalks and ramps 000 psr Concrete for Sidewalks & Ramps 000 psr Concrete for Sidewalks & Ramps 000 pa Concrete for Sidewalks & Ramps 00 Sacks / 3,000 psi Concrete for Salcwalks & Ramps, and Curb & Gutter 00 Sacks / 3,000 psi Concrete for Salmalks & Ramps, and Curb & Gutter SK / 3,000 psi Concrete for Sidewalks )00 pa Coccrete bar Curb, Gutter, Driveways, Sidewalk, Ramps 500 tanConcrete for Valley Guars, Sidewalks, Approaches, ADA Ramps 00 Swka / 4,000 psr Cormt, Ma for Sidewalks, Curb & Gutter, Sewer Manhole, WIGs, & Ju..boa Bones )00 psr Co...:: Ma f Dnvewaya, Sidewalks, ADA Ramps )00 psi Covc.AMa for Curb & Guner 000 psi Cc— for Sidewalks, Ramps, WIe6, Ju..boa Boxes, Thm,t Blocks, Curb and Gulley, Dnveways, Bamer Ramp )00 psr Concrete Ma for Curb & Gulley, Dra, w ys, Sidewalk, ADA Ramps )00 psi Concrete M. for Curb and Gutter )00 psr Covcrele to, Sidewalks 500 psr Covcrele Ma for Sidewalks, Dnve Approaches, ADA Ramp, Curb and Gutter )00 psr Concrete for Sidewalk )00 psr Concrete Ma for Flam,,k, Curb &Gutter, Dnveways, Sidewalk,, ADA Ramps )00 psi Concrete Ma for Curb & Gutter, Dnveways, Sidewalks, ADA Ramps psr Concrete for Manholes & Utility Snucmres psr Covcrele for 1r1-, Boxes, Evcasemml, Block.g tanCovaele for Wleta, Juvclinv Boxes, Manholes, Chanel Liners, Sidewalk, Dnveway,, Curb & Gulley psr Covaele for Wleta, Boxes, Encasement, Blocking psr Covcrele Ma for Sidewalks, Bfckmg psr Conaele Ma for Sturm Dram Stmctores, Dnveway,, Screen Walls, Collate psr Concrete M�xf Wlel,, Thmst BWck.g Coacrele Encasemnt psi C=I, Ma for Inlets, Thmst Block.g Comets Evcasemnt psr Comets Ma for FWtw.&, Wlets, Thm,t Blocking Concrete Encasement psr Comets Ma for Cast -in -Place Box Culvert, psi Concrete Ma for Cast -in -Place Box CnIV psi Concrete Ma for Sidewalks, ADA Ramps, Dnveways, Curb & Gutter, Safety End T.—., Non-TxDOT Reta..g Walls psi Concrete ma for Valley Gutters, Lrghtpole Foundations pa Concrete Ma for Valley Go.., Ughtpole Foundations psr Concrete Ma for Sturm Dm. Stmcmres, Snrmry Sewer Manholes, Junction Box psi Concrete Ma for Block.g P.Coccrete Mix for Sidewalks, WIeN I psi Concrete for Rc..mg wall, dnveway, lunchm box apron, approach I psi Concrete for Manholes, filets & Headwalls, Valve Pads Sacks / 4,000 psr Concrete for Junctin Box, Box Culvert, Sidewalk and Ramps. Sack / 4,OOO psr Coracle Mix fin ClP Sewer Mnholes Sacks / 4,000 psr Cmmc, Ma for CIP Sewer Mmh.lc, ) psi Cc— for Mnholes, Inlets & Headwalls DO psi Cncrete for Curb Wleta DO psr Cm,,w for Storm Stmcmrea, Inlets, Bloclmg & Encasement DO psr Cmcrete for Wlels, Storm Dra. Stmcton s 1 Sacks / 4,500 psr Comets to, Wlets, Manholes, nd Headwalls D Such / 4,000 psr Comets to, Collars, Mnholes, Box Culverts 10 psi Concrete Ma for Curb la1'N s)psi Concrete Ma for Curb Wlets b psr Comets for Blocking H) psi Concrete for Strom Dram Stmcttues IO psr Concrete Ma for Throat Blocks, Valve Pads IO psr Concrete Ma for Ca,b.-Place Storm D.. Stmcmres 10 On Coamir for Throat Blocks, VW, Pads 3-5" Slump; 3-(1%Ai, 3-5" SWmp; 36%An 3-5" SWmp; 36%An 3-5" SWmp; 36%An 3-5" SWmp; 3-6% An 3-5" SWmp; 36% An 3-5" SWmp; 3-6% An 3-5" SWmp; 36% Ar 3-5" SWmp; 36% Ar 3-5" SWmp; 3-6% Au 3-5" SWmp; 4.5-7.5%Au 3-5" Slump; 3-6% Au 3-5" Slump; 3-6% Au 3-5" Slomp; 3-6% Au 3-5" Slomp; 3-6% Au 3-5" Slomp; 3-6% Au 3-5" Slump; 3-6% Au 3-5" Slump; 3-6% Au 3-5" Slump; 3-6% Av 3-5" SWmp; 36%Au 3-5" SWmp; 36%An 3-5" SWmp; 36%An 3-5" SWmp; 36%An 3-5" SWmp; 36%Air 3-5" SWmp; 36% An 3-5" SWmp; 3-6% An 3-5" SWmp; 3-6% Ar 3-5" SWmp; 36% Ar 3-5" SWmp; 36% Ar 3-5" SWmp; 3-6% Au 3-5" SWmp; 3-6% Au 3-5" Slump; 3-6% Au 3-5" Slump; 3-6% Au 3-5" Slump; 4.5-7.5%Au 3-5" Slump; 3-6% Au 3-5" mp Slu; 36 Au % 3-5" Slump; 3-6% Au 3-5" Slump; 36% Av 3-5" SWmp; 36% An 3-5" SWmp; 36% Aa 3-5" SWmp; 3-6 An 3-5" SWmp; 3-6 An 3-5" SWmp; 3-6 An 3-5" SWmp; 36%An 3-5" SWmp; 36%An 3-5" SWmp; 36 % Au 3-5" SWmp; 36°/" Av 3-5" SWmp; 36°/" Av 3-5" SWmp; 36 % Au 3-5" SWmp; 3-6% Au 3-5" SWmp; 0-3%An 3-5" SWmp; 36%n A 3-5" SWmp; 36% An 3-5" SWmp; 36% An 3-5" SWmp; 3-6% An 3-5" SWmp; 36%An 3-5" SWmp; 36 % An 3-5" SWmp; 36°/" Av 3-5" SWmp; 36°/" Av 3-5" SWmp; 36 % Au 3-5" SWmp; 3-6% Au 3-5" Slump; 3-6% Au 3-5" Slump; 3-6% Au 3-5" Slump; 3-6% Au 3-5" Slump; 3-6% Au 3-5" Slomp; 36 % Au 3-5" Slomp; 36 % Au 3-5" Slump; 36 % Au 3-5" Slump; 36 % Av 3-5" SWmp; 3-6 An 3-5" SWmp; 3-6 An 3-5" SWmp; 36%An 311, SWmp; 4.5-7.5%An M" SWmp; 36%An 3-5" SWmp; 36%An 3-5" SWmp; 3-6% An 3-5" SWmp; 36°/" Au 3-5" SWmp; 36°/" Av 3-5" SWmp; 3-6% Ar 3-5" SWmp; 3-6% Au 3-5" SWmp; 36%Au 3-5" Slump; 3-6% Au 3-5" Slump; 3-6% Au 3-5" Slump; 36 % Au 3-5" SWmp; 36%An CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 12/52022 1 03 30 00 Mu Des��f Redi-Mix 156115C4 4000 psi Concrete for CIP Stoma Draw Sm W,, 3-5" SWmp, 36% Ah 4000 Z 1112 2022 03 30 00 Mu Des Redi-Mu 14 P25P4 45500 psi Concr fr SWm Dmfl Smcmre, 3-5" SWmp, 3fi% 1 SRM Ct 5050 FW5320A and Collars 9/920224 03 30 00 M. Design TapanV Con aete 3000 psi Concrete MlxTfortBloakfg 3-5" SWm; 36% 1 10/102022 03 30 Mi. crate TCFW6025A2 4000 psi Concrete for Manholes 3-5" SWmp, 3fi%Ah C� X, m BA y{t` 4walls. Culverts. Dr Iled Shafh) Drilled fl.m - 9/92022 03 30 00 Ma Design Bumco Texas 36U500BG 3600 psi Concrete Mu for Lighting and Traffic Signal Foundations (Drilled Shafts) 5 5-7 5" SWmp; 3-6 An 6/21/2023 03 30 00 Mm Design Cow Town Redi Mu 360-DS 3600 psi Concrete for Drilled Shaft/U6tWg and Traffic Signal Foundation (DrM d Shafts) 5 5-7 5" SWmp; 3-6 An 12/5/2022 03 30 00 Mu Design Ho1Cvn - SOR, fc. 1822 3600 psi Concrete for (DrM d ShaDsl/LiA Mtf and Traffic Signal Foundations 5 5-7 5" SWmp; 0-3 'Ai' 9/9/2022 033000 3 30 00 M. Design Ho1Cvn - SOR, fc. 1859 4000 psi Concrete for (DdU d ShaDs)/Lightfeand Traffic Signal Foundations 5 5-7 5" SWmp; 36% Ai' 14/7/2023 033000 M. Design fgmm Concrete & Aggregates IOLQS50N 3.600 psi Concrete for (Drilled Shafls)/L,6tf and Tmffic Signal Foundations 5 5-7 5" SWmp; 36% Ai' 4/7/2023 03 30 00 M. Design Liquid Slone C361DHR 3.600 psi Concrete for (Drilled ShafD/Li6tfg and Tmffic Signal Foundations 5 5-7 5" SWmp; 36%An 6/27/2023 03 30 00 M. Design Marl. M_ U2146N41 6.44sacks /3.600 psi Conuete for (Drilled Shafts) / Lighting and Tmffi, Sigoal Foundations 5-7" SWmp; 36%Ai, 6/27/2023 03 30 00 M. Design Marl. Manetta U2146K45 6.65 sacks / 3.600 psi Concrete for (DrBled Shaba) / Lighting and Trafic Signal Foundations 5-7" SWmp; 36%Ai' 8/42023 03 30 00 M. Design Marl. Manetta U2146R41 6.44 sacks / 4.500 psi Concrete for (DrM d Piers)/Li6t Pole bases. 5-7" SWmp; 3-6%- 8/22/2024 03 30 00 M. Design NBR Ready Mix 135K2524 3500 psi Concrete for (D'MW Shaft) LighM k Foundations 5 5" SWmp; 36% AQ 8/22/2024 03 30 00 Mu Design NBR Ready Mix 135K0524 3500 psi Concrete for (D'MW Sha(t) Lightpole Foundations 5 5" SWmp; 36% AQ 5/15/2023 03 30 00 M. Design Redr-Mx SOL115D5 3600 psi Concrete for (DrM d Shaf) /L 61h and Tmffic Si —I Foundations 5 5-7 5" SW—; 36%Air bther Applications 9/92022 03 30 00 Mu Design Argos DIOOO0001083S 4000 psr Concrete for VW, Pads, Wlets, Sttucmres, Headwalls, Thmsl Blocking 3-5" SWmp; 36% Air .1022 03 M W Mu Design Argos D10000001083 4000 psr Concrete for Valve Pads, flats, Stmcmres, Headwalls, Thmsl Blockmg 3-5" SWmp; 36% Air 9/9/2022 03 30 00 M. Design Argos D70000001681 4000 psr Concrete for Headwalls, Retaining Walls, Box Culverts, Valley Gutters 3-5" SWmp; 3-6 Ai, 9/92022 03 30 00 M. Design Csder Concrete FWCC602001 4000 Is r Concrete for Sl— Drain Slmcmre,, Manholes, Headwalls, Remmmg Walls, Valley Goners, Dnve Approaches 3-S" SWmp; 36%Ah 9/92022 03 30 00 Mu Design Charley, Concrete 4518 4000 psi Concrete for Headwalls, Win —ally 3-5" SWmp, 36% Ah 9/92022 03 30 00 Mu Design Charley, Concrete 5642 4000 pi Concrete for Storm Dram Stmcm— 3-5" SWmp, 3fi%Ah 9/92022 033000 Mu Design City Concrete Compnany 40LA2011 4000 psi Concrete Mu for Storm Draw SWCWres 3-5"SWmp, 36%Ah 9/92022 03 30 00 Mu Des r Cw Tovm Red, Id& 260-2 3600 p,i Concrete Ma for Box Culvert,, Headwall, 3-5" Slump; 36%Ah 9/92022 03 30 00 Mu D.V Cow Tovm Redi Mu 360-1 3600 pal Concrete Mu for Box Culverts, Headwalls, Wig tls 3-5" Slump; 36%Ah 9/92022 03 30 00 Mu DIV Cow Tovm Redi Mu 260-1 3600 psi Concrete Mu for Headwalls 3-5" Slump; 3fi % Ah 1/29/2024 03 30 00 Mu DIV Eshada Ready Ma R3655AEWR 5.50 Sacks / 3,600 Mi Concrete for Headwalls, Wf all,, and Culverts 3-5" Slump; 3fi % Air 9/9/2022 03 30 00 Mu Deswr OCH Concrete Services GCH4000 4000 pal Concrete for for Sidewalks, Ramps, Headwalls, flats, and Sfm Draw Simc 3-5" Slump; 36%Air 9/9/2022 033000 Mu Desr Holcim -SOR, fc. 1851 4500 pai Concrete£orSform Drew Simclmes, Hand Placed Pavfg 3-5"Slump; 36%Air 4/l/2023 03 30 00 Mu Desrgp Martf Marietta 310LBP 3,600 psi Concrete for Re mi.g Walls 3-5" Slump; 4-7%Air 8/30/2023 033000 Mi. DZe Martf Marietta R2141R30 5.85SK/4,000psi Cneretefr Box Clverts&Headwalls 3-5"SWmp; 36%Air 9/92022 03 30 00 Mix Design Martf Marietta R2146035 4,000 psi Concrete for Manholes, flats & Headwalls, Valve Pads 3-5" Slump; 36 % Air 12/5/2022 03 30 00 Mix Desig Redi-Mix 1OL115CI 3600 psi Concrete for Manhole, flat, ]unction Box, Headwall 3-5" Slump; 3-6% Air 9/92022 03 3000 Mix Desigp SRM Concrete 40050 4,000 psi Concrete ibr Headwalls, ReWffg Wall, Collars 3-5" Slump; 3-6% An 9/92022 03 3000 Mix Desigp SRM Concrete 35022 3,600 psi Concrete ibr Junction Box, ReWffg Walls 3-5" Slump; 3-6% An 4/l/2024 033000 M. 4FW6020A2 9/92022 03 30 00 Mu Des�� TR—tt Concha 4000 psi Concrete Mix for Storm Dram SWctures 3-5" SWmp, 36% Ai, Cl... P(Mac fe pl. ced�Pavfe) 9/92022 32 13 13 Mu Design Argos DIOOO0001617 3600 psr Concrete for Mach.e Placed Paving 1-3" SWmp;') °, Ai, b/24/2024 32 13 13 Ma Design Brg Town CvcreAe 360060-1 3600 psr CvcreAe for Mach.e Placed Paving 1-3" SWmp; 36% Air 6/24/2024 32 13 13 Ma Design Brg Town C ,,(, 362060-1 3600 psr C ,,(, for Mmh.ce Placed Paving 1-3" SWmp; 36%Air 9/92022 321313 Mu Design Csder Covcrete FWCC552091 3600 psr for Machine Placed Pay.g 1-3"SWmp;36%Av 9/92022 321313 Mrs Design Carder Covcrete FWCC602091 4000 psr for Machine Placed Pay.g 1-3"SWmp;3b%An' 9/92022 32 13 13 Ma Design CharWys Concrete 5167 3600 psr Cvaele Ma for Machine Placed Pay.g 1-3" SWmp; 36%An 9/92022 32 13 13 M. Destgn Crty Covcrete Cmpmy 36LA2011 3600 psr Cvrxele Mrs f Mach.e Placed Pay.g 1-3" SWmp; 3-6% AQ 9/92022 33 13 13 M. Design Cow Tow. Redr M. 257-M 3600 psr Concrete Ma f Mach.e Placed Pay.g 1-3" Stamp; 36°/" Av I1/142022 32 l3 13 Ma Design Cow Towv Re& M. 317-M 3600 psr Concrete M. for Mach.e Placed Pay.g 1-3" SWmP; 36% Av 9/92022 32 l3 13 M. Design Cow Towv Re& M. 260-M 4000 per Cvaete M. for Mach.e Placed Pay.g 1-3" SWmp; 36 % t 1/92022 32 l3 13 Ma Design Cow Town Redr M. 360-M 4000 psr Concrete Ma for Mach.e Placed Pay.g 1-3" SWmp; 36 % t 2/62024 32 L313 M.Desrgo 8s da Ready M. TD3655AEWR 5.50 Sacks/3,600 psr C.—for Mach.e Placed Pay.g 1-3"SWmp; 3-6 t 9/92022 321313 Ma Desrgo fgrary Cvcrem&Aggregates 2MWR-056PS5D5 4000 per C.— Mach.e Placed Pay.g 1-3"SWmp; 3-6 t 8/42023 321313 M.Design Mart. Manetta Q2141R27 5.69 sacks/4,000 psr Concrete for Mach.e Placed Pay.g 1-3"Slump; 3-6 t 112/2022 32 l3 13 Ma Design Mart. Manetta Q2141K30 4,000 psr Covcrete for Mach.e Placed Pay.g 1-3" Slump; 36 % t l0/4/2023 32 l3 13 M. Design NBR Ready Mu TX C SF-YY 5.50 Sacks / 3,600 psr Concrete for Mach.e Placed Pay.g 1-3" Slump; 36 % t 10/4/2023 32 l3 13 Mix Design NBR Ready Mu TX C SF -NY 5.50 Sacks / 3,600 psr Concrete for Mach.e Placed Pay.g 1-3" Slump; 36 % t 9/162024 32 l3 13 Mix Design SRM Concrete 40025 4000 psr Concrete for Mach.e Placed Pay.g 1-3" Slump; 3-6% Av 9/92022 321313 Mix Design Tarrant Concrete FW5520AMP 3600 psr Concrete fin Machine Placed Pay.g 1-3"Slump; 3-6 Av 9/92022 32 13 13 M. Design T. G. Red, M. 0255 2301 3600 psr Concrete M. for Machine Placed Pay.g 1-3" SWmp; 3.56.5 % An 9/92022 32 13 13 Mu De m Tme Gnt Redi Mu 0260 2302 4000 psr Concrete Mu for Machine Placed Pay.g 1-3" SWmp; 3.Sb.5%Ah' CWss H (Han Pl_d Pavan¢) 9/91022 32 13 13 Mu Design American Concrete Company 45CAF076 4500 psr Concrete for Hand Placed Paving 3-5" SWmp; 36% Ai' .1022 32 13 13 Mu Design Argos D70000001273 4500 psr Concrete for Hand Pl—d Paving 3-5" Skimp36% Ai' 9/9/2022 32 13 13 M. D.w Argos D10000001737 4500 psr Concrete for Hand Placed Paving 3-5" SWmp; 36% AQ 9/92022 32 13 13 Mu Design Argos D70000002107 4500 psr Concrete for Hand Placed Paving 3-S" SWmp; 36%A " 9/92022 32 13 13 M. Design Argos D10000001791 4500 psr Concrete for Hand P _d Pay.g 3-5" SWmp; 36%Aa 9/92022 32 13 13 Mu Destgn Argos D10000001103 4500 psr Concrete for Hand Placed Pay.g 3-5" SWmp; 36%An 5/22023 32 13 13 M. Destgn Brg D Concrete CM14520AE 4500 psr Concrete for Hand Placed Pay.g 3-5" SWmp; 36 % AQ 9/92022 32 13 13 M. Design Brg Town Concrete 452065-1 4500 psr hand placed pawng 3-5" SWmp; 36 % An 9/92022 32 13 13 Ma Design Brg Town Concrete 450065-1 4500 psr hand placed pay.g 3-S"SWmp;36./ 9/92022 321313 Ma Design Bumco Texas 4SUSOOBG 4500 per Cvcrete Ma for Hand Placed Pay.g, Srom Srmcv 3-5"SWmp; 3-6 t 9/92022 321313 Ma Design Carder Concrete F'WCC602021 4500 psr covcrete for Hand Placed Pay.g 3-S"SWmp; 36%Av 9/92022 32 l3 13 Ma Desrgo Charkye Covcrete 4609 4500 per Covaere M. for Hand Placed Pay.g, MaMoles 3-5" SWmp; 3fi % t 9/92022 32 l3 13 Ma Desrgo Charleye Covcrem 6103 4500 per Cvcrere Ma for Hand Placed Pay.g MaMolee 3-5" Imp 3fi % Av 9/912 22 32 l3 13 Ma Design Crty Co w Compavy 45NA2011 4500 psr Concrete M. for Hand Placed Pay.g 3-5" Slump; 3fi % Av 9/92022 32 l3 13 Ma Design Cow Towv Redr Ma 265 4500 psr Concrete Ma for Hand Placed Pay.g 3-5" Slump; 36 % Av 9/92022 32 l3 13 Ma Design Cow Towv Redr M. 365 4500 psr Covcrete M. for Hand Placed Pay.g 3-5" Slump; 36 % Av l/29/2024 321313 Mix Design Esnade Ready Mu R4560AEWPJ 6.00 Sacks/4,500 psr Concrete for Hand Placed Pay.g 3-5"Slum; 4-6 t 9/92022 32 l3 13 Mix Design GCH Concrete Se GCH4500 4500 psr Concrete Hand Placed Pay.g 3-5" Slump; 36 % t 9/92022 32 l3 13 Mix Design Holc.r - SOR, Mc 1851 4500 psr Concrete fin SWm Dm. Snac.re,, Hand Placed Pay.g 3-5" SlumP; 36 % Av 9/92022 321313 Mu Design fgmm Concrete&Aggregates 2MWR-161PS5EM 4500 psr Cpnmele M.for Hand Placed Pay.g 3-5"SWmp; 3.56.5%Ai' 9/92022 32 13 13 M. De gn I, Concrete & Aggregates 2MWR-161UV5DM 4500 psr Concrete for Hand PWced Paving 3-5" SWmp; 36% AQ 9/92022 32 13 13 Mu Design fgmm Concrete &Aggregates 2MWR-IOMQS50N 4500 psr Concrete for Hand Placed Paving 3-5" SWmp; 36 ' A' I12/2022 32 13 13 Mu Design Marl. Manetta R2146N35 6.11 sacks / 4,500 psr concrete for Hand Place Pay.g, flats, Manholes, Headwalls 3-5" SWmp; 36%A " 8/42023 32 13 13 M. Des Marl. Manetta R2146R36 6.17 / 4,500 N, Concrete for Hand Placed Pay.g 3-5" Skimp; 36%A , CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 32 13 13 M.6 esip Marctta 32 13 13 Mi, 119p (Martin Martin Mabctta 32 13 13 Mi. Deslipr Martin Marietta 32 13 13 Mu Derr Martin Marietta 32 13 13 Mi. DIV Martin Marietta 32 13 13 Mi, Des r Martin Marietta 32 13 13 Mu D.'Vp Martin Marietta 32 13 13 Mu Desr Martin Marietta 32 l3 13 Mu D.p Martin Marietta 321313 Mi. Des�r Martin Marietta 321313 Mi. DIF Mari Marietta 32 13 13 Mi, Des�r rti Man Marietta 32 l3 13 Mi. DesVr NBR Ready Mi, 32 l3 13 Mi. Des r NBR Ready Mis 321313 Mu Desr Osbum 321313 Mi. Desp Rapid Redi Mi, 321313 Mix Desran Red' 32 13 13 Mix Desum Redi-Mu 321313 Mix Design Redi-Mi. 32 13 13 Mi, Des0 Redi-Mix 32 13 13 M& Dell' SRM Concrete 32 13 13 Mi. Deslr SRM Concrete 32 13 13 Mu Derr Tarrant Concrete 32 13 13 Mi. Der r Tarrant Concrete 32 13 13 Mi. Der r Tarrant Concrete 32 13 13 Mi. Des r Titan Ready Mu 321313 Mi. Des r Tme Grit Redi Mu 321313 Mi Des r T. Grit Redi Mi. 321313 Desna Tme Grit Redi Mi. lass HE ( Eery Strength Pavina) 32 13 13 ix Des�� Hia D Covcrete 32 13 13 Mu Des��f Hamco Texas 32 13 13 Mix Desl�r harleys C nc t 321313 Mu Derr Cow Town Redi Mu 321313 Mi, Der r Cow Town Redi Mi. 321313 Mu Desr Cow Tovm Redi Mu 321313 Mi, Des r Cow Tovm Redi Mu 32 13 13 Mi. Des r Estrada Ready Mi, 321313 Mi, D.WFA Holcim -SOR, Inc. 32 l3 13 Mu D- Liquid Stone 32 13 13 Mu D.VV Martin Marietta 321313 Mix Des Redi-Min 321313 Mix DeeV SRMC verete 32 l3 13 Mix Des, SRM Concrete 321,3 13 M. Des Tamm Concrete 321313 alas S ridge ix Des�rj� abs Top Slabs of Direct Tammt Concrete Trafl c Cohen/ AJ��ra rh Slabs) 32 13 1 f Mix Dell' Cow Town R d. ivlix 32 13 13 Mix Des��r Cow Town Redi Mix 32 13 13 Mix Desl�r Cow Town Redi Mix 321313 Mu Deer Estrada Ready Mix 32 13 13 Mu De p Martin Marietta 321313 Mu Des', Martin Marietta 321313 Mu Desp NBRReady Mu 321313 Mu D-W. NBR Ready Mi, 32 l3 13 Mix Dea r Redi-Min 32 l3 13 M& Des,Wp SRM Conorale Concrete Base Trench R-4, 03 34 16 Mu D,,�p Humco Texas 03 34 16 Mu D It, Hamco Texas ontrolled Low Btrener6 Material 0334 13 Mu Del Hamco Texas 03 34 13 Mix Des�� Carder Concrete .3313 M& Des', Garda, Concrete 033413 M&D., City Concrete Comrany 03 34 13 Mu Deefr Cow Town Redi Mu 03 34 13 Mu Desp Martin Ma6,ma 0334 13 Mi. DIP NBR Ready Mu 033413 Concrete FB Mi, Desran j Tapsnt Concrete I31 37 00 tr� Des��f (Martin Marietta 31 37 00 Mu Design Marlin Marietta R2146N36 R2146K36 R2146K37 R2146R44 R2146K44 R2146P36 R2146K36 R2147241 R2146236 R2146036 R2146242 R2146042 CLS P2-YY CLS P2-NY 45A60MR RRM6320AHP 10MI 1524 10MI15D4 10M11504 145CD5P4 45023 45000 FW6020AHP FW60AHP TCFW6020AHP TRC4520 0260.2301 0265.2301 270.230 I4500AE 55UI20AG 6589 370-INC 375-NC 370-NC 380-NC 4575AESC 2125 C451DHR-A R2161K70 10NI 1507 50310 40326 FW6520AMR FW7520AMR 4,500 pMi Concrete for Hand Placed Paving°¢ ml 6.22s k/C4,SOOtpsioConacretelfor Hanad Placed Pavirl 6.60 Sacks / 4,500 psi Concrete Mu for Hard Placed Paving 6.60 Sacks / 4,500Ijlei Concrete Mi for Hand Placed Paving 4,500 psi Concrete for Hand Plaeed Paving 4,500 psi Concrete for Hand Placed Paving 4,500 psi Comrele for Hand Placed Paving 4,500 psi C—mu, for Hand Placed Paving 4,500 psi Concrete for Hand Placed Pavina, Inlets 4,500 psi Concrete fur Hand Placed Paving 4,500 psi Concrete for Hand Placed Pavirl�r 6.50 Sacks / 4,500 psi Concrete f, Hand Placed Pavina 6.50 Sacks / 4,500 psi Concrte f, Hand Placed Pavina 6 SK / 4,500 psi Concrete for Hand Placed Paving 4500 psi Concrete f, Haad Placed Pa"y 4500 psi Concrete Mix fur Hand Placed Paving 4500 psi Concrete Mi, for Hand Placed Paving, Storm Drain Sma,ft es 4500 psi Concrete Mix fr Hand Placed Pavira 4500 psi Concrete Mi. for Hand Placed Paving, Smmr Drain Structures 4,500 psi Concrete for Hand Placed Paving 4,500 psi Concrete for Hand Placed Paving 4500 psi Concrete Mi. for Hand Placed Paving 4500 psi Concrete Mi. for Hand Placed Paving 4500 psi Concrete Mi. for Hand Placed Paving 4500 psi Concrete for Hand Placed Paving 4500 psi Concrete Mi, for Hand Placed Pavma° 4500 psi Concrete Mi.for Valley Gutters, Hand Placed Paving 5000 psi Concrete for Hand Placed Paving 4500 psi Concrete for H�'� Early ShyenaOr P^�aptv-u'�`Rp Sma� 4500 psi Concrete Mu for r H?a a,tY Strenalh Paving 4500 psi Concrete for DES Pavmg 5000 psi Concrete for DES Pavina 4500 psi Concrete for HES Paving 4500 fljjsi Concrete for HES Pa 1.50 Sacks / 4,500 epi (3,000 �i (aJ 3day) Concrete fr HES Pavioa 5000 �i C ncrele BE Pavma 4500pr Comrete foHES P.7J6,000pi(3,000pa24nnJaConH M�HsavHES Paving4500 pi (2600 psi4 5,000 piCorete�SPmg 4,500 (3,000 (3-0ays) psi Concrete f r HES Paving 4500 (3000 psr 3-0ays) psi HES Pavl9 450013000 pei ,3-dms) psi Concrete RES Pavina 31" Slum, 36%Air 31" Shunp, 36%Air Slump 3-5" Sh,, 36%Air 31" Slump, 3-%Ate 3-5" Slump, 36% A6 3-5" Slump, 36% Av 3-5" Slump, 36%Air 3-5" Slump; 4.5-7.5%Air 3-5" Slump; 3Air 3-5" Slump; 36 6% % Air 3-5" Slump; 36% Air 3-5" Slump; 36 % Air 3-5" Slump; 36 % Air 3-5" Slump; 3-6 Air Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 36 % Air 3-5" Slump; 36 % Au 3-5" Slump; 3-6% Au 3-5" Shunp, 3-6 Air 3-5" Slump, 36%Air 31" Slum,, 36% Air 3-5" Slump, 36%Ate 311. Slump, 36%Ate 3-5" Slump, 36% Air 3-5" Slump, 36%Ate 3-5" Slump, 36%AI, 3-5" Slump; 3.56.5%Air 3-5" Slump; 3-6% Air 31" Shunp, 3-6 Air 3-5" Shun,, 36%Air 31" Shun,, 36% Air 3-5" Slum,, 36%Ate 31:: Slump, 36% 1 3-5" Slump, 36%Ate 3-5" Slump, 3-6 Air 3-5" Slump; 36%Air 3-5" Slump; 36%Air 3-5" Slump; 3-6% Atr 3-5" Slump; 36% Air 3-5" Slump; 4.56.5%Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6 Air Air 3-5" Slump; 3-6% Air 260 4000psiCConcrMfoSabsBooxx Cuvrt, Hwwals e Hri 35 3661 360 000 p 4MuforBriSbBhrtsHdalls F SSmp 3-5lmp,36%Ate 365-STX 4000 sii Concrete for Bridge sl s, ro� slabs ofdvect msffrc cal— apq ..h slabs-TXDOT Class S-No Fly Ash 3-5" Shunp, 36%Ate R4060AEWR 6.00 3 arks / 4,000 �gj i Concrete for Brdge Slabs, Top Slabs, and Approach Slabs 4-6 Slump, 36%Ate M7842344 4,000 psi Concrete?.,Bridae Deck 3-5"Slum:4.5-7.5%Ate R2146P33 6.01 sacks / 4,000 Rai concrete for B, Deck 3-5" Slump, 36% A6 TX S-NY 5.50 Sacks / 4000psric.msete Mu for C s S Smb Paving -No Fly Ash 3-5" Slump, 36%Ate TX S-YY 4.50 Sacks / 400 Conc,ele Mu fo, Class S Slab Paving 3-5" Slump; 36 % Air 156115D4 4000 psi Brida, s 3-5"Sl.mp;36%Air D100008553CB 4,000gppa�i Concrete fo, Bdridge Approach Slab, Deck Slab 3-5" Slump; 36%Ate I08Y4 0BA IS00 psl lozub, M'afo Bes-for Trench RepT �7WShhum, 36%Ate OIY61OBF 100}lsiConcrete Mix f, Flowable Fill Flowable, 8.5-11.5%Ate FWCC359101 50-150 psi Plowable Fill - CLSM 3-5" ShamQQ, 8-12%Ate FWFF237501 50-150 psi Flowable Fill - CLSM Plowable, 8.5-11.5%Ate I1-350-FF 50-150 si Conc,ete for Flowable Fill-CLSM Flowable, 8-12%Ate Mi.#9 70nMi�lowable Fdl-CLSM 7-9"Stump, 8-11%Ate FL W25A 8-10"SluoJp�, FTW FLOW FR,L I50,,sr iconcretefor HowabbleFiWCLSM 8-12%Ate FWFF150CLSM 50-150Mi Flowable Fill-CLSM Plowable; 8-l2%Ate R21160330 I4,000 psi Concrete for R map 3I., Slump, 36%Ate Asphalt Paw¢ 9/9Y1022 321216 Mu Design Austin Asphalt FT5BI17965 FT5B117965PG64-22Ty BFme Base 9/9/'2022 321216 Mu Design Austin Asphalt FTIB139965 FTIB139965PG64-22Ty BR -Base 9/9/2022 321216 Ma Design Austin Asphalt ITIB117.2 FTIBI17.2 PG64-22 TW.B Fme Base 5/1R024 32 1216 Mu Design Reynolds Asphalt 340-DG-B P 340-DG-B PG64-22 Type B Base Course 9/9/2022 32 12 16 Ma Design Reynolds Asphalt I112B I112B PG64-22 Type B Fme Base 9/9/2022 32 12 16 Ma Design Reynolds Asphalt 1612B 1612B PG64-22 Type B Fme Base 12/5/2022 33 12 16 Mm Design Suu nmm Pavmg 3076BV6422 3076BV6422 PG62-22 Type B Fme Base 9/92022 32 1216 Mu Design Suamoum Pavmg 34 1 -BRAP6422ERG 34 1 -BRAP6422ERG PG64-22 Type B Fme Base 9/92022 32 1216 Ma Design TXBIT 37-211305-20 37-2l l305-20 PG64-22 Type B Fme Base 9/9/2022 32 1216 Ma Design TXBIT 44-211305-17 44-211305-17 PG64-22 Type B Fme Base 9/9/'2022 32 1216 Mu, Design TXBIT 211305 (1757) 211305 (1757) PG64-22 Type B Fme Base CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 9/9/2022 32 12 14 Mu Design ITXBIT 4/1/2024 32 12 16 etttdble Mix Des�e my Sp�nce aDW$-Pavers TXHIT 9/9/2022 321320 Pine Hall Brick(Winstou Salem, NC) 9/9/2022 321320 DWS-Pavers Western Brick C..(Houstom TX) 9/9/2022 321320 �'21321 DWS-Composae 9/9/2022 DWS-Composite ADA "s(Wthnin -M� 4/72023 321320 DWS-Pavers S1.1 ADA Somtions(Wt knigtZ MA) Silicone Joint Sealant 9/92022 132 D 73 Joint Scala,[ Dow 9/9/2022 32 13 73 Joint S.Im Tremco 9/92022 32 13 73 Joint Sealant Pecors 9/9/2022 32 13 73 Join[Scalant Crsfco 11 Trench Embedmeul Saud 9/92022 33 05 10 Embedment Sand Silver Creek Materials 9/92022 33 05 10 Embedment Sand Crouch Matenals 9/92022 33 05 10 Embedment Saud F and L Dvt Movers 9/9/2022 33 05 10 Embedment Saud F and L Did Movers 9/92022 3305 10 Embedment Sand I. Top Mmtm ManeOa I64 224125-18 PO I64 224125-18 PO70 2pe 2 TyD Fine Surface 344 MAC-SP-D 70-22XR 344 MAC-SP-D 70-22XR SAC A-R T— D Fme Surface Tackle Pavers Delegable Warning Pavers Armor Tile IT mg, Brick CB Composite P—, Delegable Wamine Pavers 890SL 1890SL-Cold Applied, Single Component, Silicone Jowt Sealant 900SL -Cold Applied, Single Component, Silicone Joint Sealant 311 300SL 300SL-Cold AppW Single Component,Silicone Joint Sealant RoadSaver Silicone RoadSaver Silicone - Cold Applied, Single Component, Silicone Joint Sealant U01try Embedment Sand U: ny Embedment Sand Uldtry Embedment Sand Uldtry Embedment Sand Utdny Embedment Sand Storm SeaverManholea&Basen/Fra—&Covers/Standnrd/fR und)33-05-13 9282018 33013 Madwle F.— sad Covers A —Cast (G- Steel Compevy, LTD) IMHRC 4220605 MHRC #220605 (Si.- "'24" DW 19/28/2018 330513 Manhole Covu Neenah Foundry NF-1274-T91 NP-1274-T91(Size -32"Din.) 1928/2018 33 Manhole Framesand Covers Neenah Foundry NF-1741-LM(Hmged) NP-1743-LM(Hinged)(Size-32"Die.) 9/28/2018 330513 Manhole Frame Neenah Foundry NF-1930-30 NP-1930-30(Size-32.25"Die.) 9/282018 330513 Manhole Frames and Covers Neenah Foundry R-1743-HV R-1743-HV(Sime-32"Din.) 4/32019 330513 Manhole Frames and Covers SIP lndasnies++ 1279ST 22795T (Size-24"Die.) 4/3/2 330513 Manhole Frames end Covers SIP Industries++ 2280ST 2280ST (Size-32"Dig.) 11118/2020 330513 Manhole Frames and Covers EJ( Fomtally East Jordan I—NV.&O E11033 Z2/A EJ1033 Z2/A(Sim -32.25"Dk,) 330513 Cmbinlet Covers SIP Industries++ 2296T 2296T(Sim -"""24"Dk,) �3/82024 6/18/2024 330513 Curb Inlet Covers SIP lndastries++ 1I2279STN 2279STN(Size-24"Dk,) •*Note: Annewdere(opmen and urn innallarian manho/e /ids sxa/l zed the minimum 30-inrb opening requlemenras specled in Ciry Speril+ra�ian 33 OS l3. Arrysmal/er opening sius wJl onty De allowedfor exisn'ng manxo/es rMr require replaremenrframesgnd rovers. Storm Sewer - Inlet& Slrugures 33-05-13 10/8/2020 33 49 20 Cmb We. Fot — 10/8/2020 33 4920 Curb Inlets Fonema 10/82020 33 49 20 Cmb Inlets Fonema 10/8/2020 33 49 20 Cmb Inlets Fonema 10/8/2020 33 39 20 Manhole Fonema 10/8/2020 33 39 20 Manhole Fonema 10/8/2020 333920 Manhole Fonema 10/8/2020 333920 Manhole I'm 10/8/2020 333920 Manhole I'm 10/8/2020 333920 Mmhole Fodema 3/192021 349 20 Curb Inlets Thompson Pipe Group 3/19/2121 333492 0 Curb Inlets Thompson Pipe Group 3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group 3/19/2021 333920 Manhole Thompson Pipe Gpap 3/19/2021 333920 Manhole Thompson Pipe Gcap 3/19/2021 333920 Manhole Thompson Pipe Oroap 3/19/2021 333920 Manhole Thompson Pipe Gcap 3/19/2021 333920 Manhole Thompson Pipe Gcap 3/19/2021 333920 Manhole Thompson Pipe Gcap 3/19/2021 333920 Menhole Thompson Pipe(Jroup 3/19/2021 333920 Manhole Thompson Pipe Gonp 3/19/2021 333920 Manhole Thompson Pipe(1rouP 3/19/2021 333920 Manhole Thompson Pipe Goup 3/19/2021 333920 Manhole Thompson Pipe Goup 3/192021 33 39 20 Manhole Thompson Pipe Goup 3/19/2021 33 39 20 Manhole Thompson Pipe Goup 3/19/2021 33 39 20 Manhole Thompson Pipe Goup 3/19/2021 33 39 20 Manhole Thompson Pipe Goup 13/19/202: 33 49 20 Drop Inlet Thompson Pipe Goup 13/19/20233 49 20 Drop lnlg Thompson Pipe Goup 13/19/2021 33 49 20 Drop Inlet Thompson Pipe Goup 18/28/2023 33 49 10 Manhole Oldcasde 8/28/2023 33 49 10 Manhole OldcaetIe 8282023 33 49 10 Manhole OldcastIe 8/282023 33 49 10 Manhole Oldcasde 8/28/2023 33 49 10 Manhole Oldcagle 8/28/2023 33 49 10 Manhole 01& le 8/28/2023 334910 Manhole Oldcaetle 8/28/2023 334910 Manhole Rieke, Materials 8/28/2023 333920 Curb Inlet ] 0 k 3' Rises Thompson Pipe Gcap 8/28/2023 333920 Cnrb Inlet 15 k3' Rises Thompson Pipe Gonp 8/28/2023 333920 Cutb Inlet 20'x 3' Rises Thompson Pipe Gonp 1/12/2024 334920 Drop Inlet AmeriTex Pipe&Products 1/12/2024 334920 Drop Inlet Ame U. Pipe&Products 1/19/2024 334920 Manhole AmetiTex Pipe&Products 1/19/2024 334920 Manfiole AmeriTex Pipe&Products 1/192024 334920 Manhole AmeriTex Pipe&Prodacts 1/19/2024 33 49 20 Manhole AmeffT Pipe &Products 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 1/19/2024 334920 Manhole Amer.T- Pipe &Products 1/19/2024 334920 Manhole Amer- Pipe&Products 1/19/2024 334920 Medwle A —Tex Pipe&Products 7/16/2024 33 49 20 Catb Wets =,Tex Pipe &Prodmre 7/16/2024 33 49 20 Cmb Ides A —Tex Pipe &Prodmre •*Note: Pre -cast inkms are appored/rMe s gelponion /Meu—e fast,/my. SraBe llpomn x-005-PRECASTSim 10' X 31 x-0PRECAST::-PRECAST'" (Size-0'X 31 x4.5-0PRECAST'-PRECAST''X 51 x4-020'" (Siu-10. -PRECAST Siu 0'X4 14 4ApegE_ :R-ECA�(Siu-TX� 41 34 ]0-PRECAST-TOP (Size - 5' X 51 :54 -PRECAST-BASE (Size - 5' X 51 :6411-PRECAST-TOP (Si. - 6' X 6) :6411-PRECAST-BASE (Si. - 6' X 6) IX3-005-PRECAST INLET"" (Size - l0' X 31 IX3-405-PRECAST INLET"^ (Size - l5' X 31 X3-005-PRECAST INLET" (Size - 20' X 7) C4409-PRECAST TOP (Size - 4' X 41 C4409-PRECAST BASE (S¢e - TX 41 C4-012-PRECAST 4-17 RISER (Si. -4' X 41 C5-0l0-PRECAST TOP (Si. - 5' X 51 C5-0l0-PRECAST BASE (Sim - 5' X 51 C5412-PRECAST 5-17 RISER (Si. - 5' X 51 C64 I 1-PRECAST TOP (Sim - 6' X 61 C64 -PRECAST BASE (Sim-6'X61 C6412-PRECAST 6-17 RISER (Size - 6' X 61 C7411-PRECAST TOP (Si, - TX 71 C7411-PRECAST BASE (Size -7' X 71 C7412-PRECAST 4-17 RISER (S¢e -7' X 71 C841 I -PRECAST TOP (Size -8' X 81 C841l_PRECAST BASE (Size -8' X 81 C8412-PRECAST 5-17 RISER (S¢e -8' X 81 C4408-PRECAST INLET (Si a-4'X 41 C5408-PRECAST INLET (Si a-5'X 51 C6408-PRECAST INLET (Size - 6' X 61 4' x T Snicked Mmhole (Size -T X 4) 5x8Stom Jmton Box (Siz-5X 8) 4'x4' Stomtou xSiz-4'X41 5' x 5' Storm Jmctiou Box (Size- 5' X 51 6' x 6' Storm Juuctiou Box (Size -6' X 61 8' x 8' Storm Juuctiou Box Base (Size - 8' X 81 5' x 8' Storm Junction Box Base (Size - 5' X 81 -4'X 41 Inlet Rieer (Size - 3 F11 hilet Riser (Size - 3 F11 Inlet Risen (Si. - 3 FF) Drop Inlet (4' X 41 Drop Inlet (5' X 51 Precast 4'x4' Storm Junction Box Precast 5k5' Stomt Junction Box T Precast T—nion MIT (T MH on the top of 5' 1B) Precast 0,6' Storm Junction Box 6' Precast Tanslnon MIT (T MH on the top of 6' 1B) Pmem 8M' Storm Junction Box 8' Precast Taasinon MIT (4' MIT on the top of 8' 1B) Tvm C Smmt Drain Manhole on Box (4' MIT on the top of RCB) 100 P.e." (Size 10'. 3) 150 Precast'" (Size 15' x 3) are requ/red m be rear /n-Plarc No exopd—w 1hh regairemenrsbal/be a/lowed. FASTM D5893 TM D5893 TM D5893 TM D5893 ASTM C33 ASTM C33 ASTM C33 ASTM C33 ASTM C33 ASTM A48 AASHTO M3N ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A536 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM C913 ASTM C913 AS C913 AS C913 AS C913 AS C913 AS C913 ASTM C913 ASTM C913 ASTM C913 ASTM 615 ASTM 615 AS 615 AS 615 AS M 615 AS 615 AS 615 AS 615 AS 615 AS 615 AS 615 AS 615 AS 615 ASTM 615 ASTM 615 AS 615 AS 615 AS 615 AS 615 ASTM 615 ASTM 615 ASTM C478 ASTM C478 ASTM C478 AS C478 AS C478 AS M C478 AS M C478 AS M C433 AS 1M C913-16 AS C913-16 AS C913-16 AS C913 AS C913 AS C913 ASTM C913 ASTM C913 AS C913 AS C913 AS C913 ASTM C913 AS M C913 AS M C913 ASTM C913 CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 Storm Sewer -Pl— & Boxes 33-05-13 3341 13 Storm Dram Prpee Ad—ed D..ge Systems, Inc (ADS) ADS HP Storm Polwmvvleue (PP) Pipe (Sim -12" - 601 ASTM F2881 & A SHTO M330 334110 Sturm Dram Pipes Rinker Materials Reinforced Concrete Pipe Top end Goove Joint Pip, (Sim -21"or 1—) ASTM C76, C655 334110 C.1—Box Rinker Mmerlals Reinforced Concrete Box Culvert(Sze- Verions) ASTM C789, C850 3341 10 Storm Drain Pipes Ame ffe Pipe &Pmdacts Reinforced Concrete Pipe Tongue end Goove Joint Pipe' (Size -15" .1Imer) ASTM C76, C506 344110 C.N. Box AmeriT-P��'PPe&Pmdacts Reinforced Concrete Box C.1 er (size -Various)) ASTM C1433,C1577 3541 10 Storm Drain Pipes The T— Co. Reinforced Concrete Pipe Tongue and Goove Joint Pipe' (Size -15" or huger) ASTM C76, C506 3341 10 Culvert Box The Tumer Co. Reinforced Concrete Box Culvert (size - Various) ASTM C1433,C1577 3341 10 Storm Dmin Pipes Thomlt�(��on Pipe Goup Reinforced Concrete Pipe Tongue and Goove Joint Pipe' (Size Various) ASTM C76, C506 334110 CM" Box Oldcastle Reinforced Concrete Box Culvert ASTM C1433,C1577 33 41 10 Stmm Dmm Ppee Old —de Reinforced Concrete Pipe Tongue and Goove Joint Pipe' (Size Various) ASTM C76, C506